Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20240614.tiff
Cu -4c+ lD O(o3 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Jail booking area change order request #4 DEPARTMENT: Facilities PERSON REQUESTING: Patrick O'Neill DATE: January 24, 2025 Brief description of the problem/issue: During the construction of the booking area renovation, minor issues were found that needed to be changed or added. A complete list is shown on the recommendation letter attached. What options exist for the Board? 1. Approve the change order 2. Deny the change order Consequences: Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $ 17,755.91 Recommendation: Facilities recommends placing this change order request on an upcoming BOCC agenda for approval. Perry L. Buck Scott K. James Jason S. Maxey Lynette Peppler Kevin D. Ross Con Sexli-Ficde1-eoL 2 /3/25 Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: �M PL - e sALL11-742,1.111)1w" cA 7/3/25 20N-ccolel BG,ppZ(P January 24, 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: Jail booking area renovation — (82400031) Construction of the Jail booking area renovation was awarded to TCC Corporation. During construction, issues were found that needed to be addressed that were not accounted for in the initial design. Additional services are needed to address issues as shown below. TCC Corporation quoted the additional work for: Provide a second layer of impact resistant drywall in passive holding cells: Modify sewer clean out to orient it outside of the holding cell: Provide labor and materials to add electrical service for four additional cameras: Level concrete floor and add flooring to area that was the safety mat: Provide CMU face block around double wide pier and column in medical office: Supply and install 2 privacy panels in passive holding cells: Total for all additional services requested: $ 4,676.36 $ 1,687.56 $ 1,164.11 $ 4,469.36 $ 2,702.57 $ 3,055.95 $17,755.91 The Facilities Department is recommending this change order be approved for $17,755.91. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Director Change Order # 4 to Service Agreement Between Weld County and TCC Corporation Date: January 24, 2025 Original Agreement: 2024-0614 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: $2,538,584.00 Original Contract Amount $54,822.42 Previously Approved Change order(s) Amount $17,755.91 Current Change Order Amount $2,611,162.33 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: Name: Brian Crownover Title: Vice President ATTEST: W" Weld County lerk to the Board BY: Date 1/30/25 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO eputy Clerk to the B•,=r• `@°,'�i L.: ck, Chair FEB 0 3 2025 Page 1 of 1 Change Order Summary PROJECT TITLE: Weld County Jail Booking Renovation CONTRACTOR: TCC Corporation CHANGE ORDER NUMBER: 3 See attached sheet and vendor proposal for detail. Changes compensation from fixed fee to time and direct cost basis with a not to exceed. ORIGINAL CONTRACT COST TOTAL APPROVED CHANGE ORDERS TOTAL THIS CHANGE ORDER (SEE ATTACHED BACKUP) ADJUSTED CONTRACT COST (Assuming all change orders approved) $2,538,584.00 $59,498.78 $11,997.39 $2,610,080.17 TCC Corporation 6820 Powell St Loveland, CO 80538 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 9 TITLE: PROJECT: WC Jail Booking Remodel TO: Alex Engelbert Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 10/11/2024 2405 Change Order to provide double layer impact resistant GDW ceilings in the Passive Holding Cells. Description I Amount Provide double layer impact resistant GDW ceilings in the Passive Holding Cells. General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $3,982.00 $153.50 $8.46 $15.46 $103.39 $413.55 Total $4,676.36 APPROVAL: By: By: Alex Engelbert Date: Date: Brian Crownover Titus_ d framing 8 Drywall 5391 E. 88TH AVE 0 HENDERS0N, CO 80640 � 720.379.3304 k. Change Order Request #001 Date 10/10/24 Contractor TCC Corporation Project Address 609 Gyrfalcon Court, Unit D Address Weld County Jail Booking Remodel 1950 O Street City, State, Zip Windsor, CO 80550 City, State, Zip Greeley, CO 80631 YOU ARE HEARBY AUTHORIZED TO PERFORM THE FOLLOWING ADDITIONAL WORK Reason: Additional Work Description Manpower Hrs $ per Sub Material Total Hr Total + 15/0 Install a second layer of impact -resistant gypsum board on the ceiling/soffits in the Passive Holding 2 32 $60 $1920 $1700 $3620 Cells (Rooms 130 & 132) Sub Total OVER HEAD & PROFIT 10% TOTAL FOR THIS CHANGE ORDER $0 $0 $0 $0 $0 $0 $0 $3620 $362 $3982 We hereby agree to furnish labor and materials, complete in accordance with the specification itemized above. Authorized Signature: Date: Thursday, October 10, 2024 J&S Drywall Specialties, Inc. The Additional work itemized above is to be performed under the same conditions as specified in the original contract unless stipulated otherwise. This revision becomes part of, and in conformance with the existing contract. Authorized Signature: Date: General Contractor Contractor P0# Contractor Explanation/Notes TCC Corporation 6820 Powell St Loveland, CO 80538 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 10 TITLE: PROJECT: WC Jail Booking Remodel TO: Alex Engelbert Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: 10/29/2024 JOB: 2405 CONTRACT NO: Change Order to extend sewer clean out from Combative Cell 123 to Search Changeout 106. Description I Amount Extend sewer clean out from Combative Cell 123 to Search Changeout 106. General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $1,325.40 $153.50 $8.46 $15.46 $36.95 $147.79 Total $1,687.56 APPROVAL: By: By: Alex Engelbert Date: Date: Brian Crownover MADDISON MECHANICAL, INC PROPOSED CHANGE ORDER 10/28/2024 Project #: 24-0006 Project Name: Weld County Jail Intake Renno Address: 1950 O Street Greeley, Colorado 80631 MM CO#: 4 RE: Modify sewer clean out to add dead leg to extend in block wall Maddison Mechanical, Inc. has reviewed the above referenced change(s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceed with proposed work: Response due date: $1,325.40 TBD No 10 Days This proposal is based on the Terms and Conditions as follows: Description of work/Inclusions: Modify sewer line to change orientation of sewer clean out from inside holding cell to end of block wall in area inaccessible to detainees. Rotate orientation and add "dead leg" to extend clean out in block wall as per provided photos (approx 3' extension). Assumes no water shut down or afterhours time needed to complete this modification. Specific Exclusions: 1) Engineering 2) Painting 3) Electrical 4) Concrete or Patchwork 5) Coring/Penetration/Fire Caulking 6) Anything not specifically listed as included If you have any questions, please contact Maddison Mechanical, Inc. as soon as possible. This proposal remains in effect for 10 days. Sincerely, 41144 Ca -4,44+2A. Project Ma ager CHANGE ORDER SUMMARY SHEET Weld County Jail Intake Renno Date: 10/28/2024 MM Job #: 24-0006 CO #: 4 Description: Modify sewer clean out to add dead leg to extend in block wall Labor: Materials: Job Expenses: Equipment: Subcontractors: 6.0 Plumber Hrs. Plumber Hrs. OTP Plumber Hrs OT Pipe Fitter Hrs. OTP Sheetmetal Hrs. Sheetmetal Hrs. OTP Supervision Service Tech 1.0 Proj. Manager Proj. Engineer Assist. PM CAD Designer Subtotal Material Costs Deliv/Freight to Site Sales Tax Subtotal Small Tools Consumables Safety As-Builts Warranty Subtotal Job Truck Core Drill Material Hoist Man Lift Subtotal Insulation Temp Controls Test and Balance Excavation and Backfill Fire Stopping Subtotal @ $85.00 $510 @ $30.20 $0 @ $127.50 $0 @ $30.20 $0 @ $71.00 $0 @ $30.20 $0 @ $105.00 $0 @ $125.00 $0 @ $115.00 $115 @ $70.00 $0 @ $85.00 $0 @ $107.50 $0 $625 $416 $0 @ 0.00% $0 $416 @ 5.0% $31 @ 3.0% $19 @ 3.0% $19 @ 3.0% $19 @ 3.0% $19 $106 CHANGE ORDER SUMMARY SHEET $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 Weld County Jail Intake Renno Recap: Labor Materials Job Expenses Equipment Subcontractor Permits Subtotal Overhead Subtotal Profit Subtotal Bonds $625 $416 $106 $0 $0 $0 $1,148 10.0% $115 $1,262 5.0% $63 $1,325 $1,325 0.0% $0 TOTAL CHANGE ORDER $1,325 WE REQUEST 1 Day ADDITIONAL TIME FOR COMPLETION OF THIS WORK Notes & Exclusions: 1) This price is based on normal working hours. 2) This price is based on release of order within 10 days. Maddison Mechanical, Inc. Change Order Takeoff Project #: 24-0006 Project Name: Weld County Jail Intake Renno Description: Modify sewer clean out to add dead leg to extend in block wall CO#: 4 Date: 10/28/2024 Qty Description Unit Material Total Material 1 Pipe, fittings, clean out, et al 416.28 416.28 ® $ 416 TOTAL:- TCC Corporation 6820 Powell St Loveland, CO 80538 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 11 TITLE: PROJECT: WC Jail Booking Remodel TO: Alex Engelbert Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: Change Order for HighPoint Electric labor & materials for four (4) additional cameras. 11/13/2024 2405 Description I Amount HighPoint Electric labor & materials for four (4) additional cameras. General Conditions General Libability Insurance Builder's Risk Insurance Bond Contractor's Fee $860.00 $153.50 $8.46 $15.46 $25.34 $101.35 Total $1,164.11 APPROVAL: By: By: Alex Engelbert Date: Date: Brian Crownover COMMERCIAL • InRUCBIAI • RESIREVIAL • DE. Butin November 12, 2024 Change Order 003 Cory Hughes TCC Corporation 6820 Powell Street Loveland, Colorado 80538 Office — 970.460.0583 chuqhes a(�tcccorp.net RE: Add 4 camera back boxes. Cory, As requested, we are providing Change Order pricing for the electrical installation requested for added dedicated circuit. Labor: Material: Total Change Order Electrical Price: $700.00 $160.00 $860.00 Electrical scope. • Add (4) camera back boxes and raceways for (4) additional cameras. Sincerely, Jeff Policicchio Service Manager/Safety Coordinator 970-619-8971 80 GATEWAY CIRCLE. BERTHOUD, COLORADO 80513. TCC Corporation 6820 Powell St Loveland, CO 80538 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 12 TITLE: PROJECT: WC Jail Booking Remodel TO: Alex Engelbert Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: Change Order to self level safety mat in Search Changeout 106 and provide VCT/Base. 11/26/2024 2405 Description i Amount Labor & materials to self level safety mat in Search Changeout 106 and provide VCT/Base. General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $3,798.00 $153.50 $8.46 $15.46 $98.79 $395.15 Total $4,469.36 APPROVAL: By: By: Alex Engelbert Date: Date: Brian Crownover ESTIMATE JE023061-001 Commercial Flooring Inc. CLIENT TCC CORPORATION 609 GYRFALCON CT STE D WINDSOR, CO 80550 Main Phone 970-460-0583 Job Phone Salesperson 1 UNDEM, AERIEL CARPET ONE COMMERCIAL FLOORING 500 W. 71ST STREET LOVELAND CO 80538 PHONE: 970-612-8300 ESTIMATE Date 11/25/24 PROJECT WELD COUNTY JAIL 21100 ST. GREELEY, CO 80631 MODEL/AREA COMMERICAL Salesperson 2 FOX, ANGELA Job Name WELD COUNTY JAIL COVE BASE Sub Total: 272.46 LEVELING Sub Total: 2,603.42 VCT Sub Total: 922.12 Weld County Jail Booking area Self Level room 106, add VCT and Cove base Inclusions Supply & install Tarkett VCT II 12x12 Color:mineral white Supply & install Johnsonite 4" cove base, Color:burnt umber Supply & install Tech Level 125, Tech Prime A 1 1/4" install to fill Exclusions Moisture mitigation Floor grinding Night and Weekend Labor ACCEPTANCE OF PROPOSAL: The above prices, specifications and conditions are satisfactory and hereby accepted. Commercial Flooring is authorized to do the work as specified. Payment will be made as outlined. Customer Signature: Date: 11/25/2024 Page No: 1 Total $3,798.00 TCC Corporation 6820 Powell St Loveland, CO 80538 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 13 TITLE: Added CMU PROJECT: WC Jail Booking Remodel TO: Alex Engelbert Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 01/23/2025 2405 Change Order added CMU scope including installing 4" CMU around the split face pier at the double wide opening, adding CMU to cover the steel column in the Medical Office, and enlarging the access opening for the ADA restroom. Description I Amount Additional CMU scope General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $2,225.00 $153.50 $9.46 $17.30 $59.46 $237.85 Total $2,702.57 APPROVAL: By: By: Alex Engelbert Date: Date: Brian Crownover ci CI w Date: January 23, 2025 MJ Masonry LLC 12709 N County Road 5 Wellington, CO 80549 (970) 481-0024 Fax (970) 295-4065 rnarc.mjrnasonrylic@outiook.com *ILL Minsmwr QTY DESCRIPTION TO WELD COUNTY JAIL BOOKING ADDED COSTS 4 inch CMU around split face pier at double big opening 4 inch CMU to cover steel column at medical office Cutting access opening bigger at front restroom Thank you for your business! IF a $1,115.00 $560.00 $550.00 SUBTOTAL EQUIPTMENT MAINTENANCE TOTAL $2,225.00 TCC Corporation 6820 Powell St Loveland, CO 80538 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 14 TITLE: Passive Holding Cell Partitions PROJECT: WC Jail Booking Remodel TO: Alex Engelbert Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: Change Order to supply and install privacy partitions in the Passive Holding Cells. 01/23/2025 2405 'Description ' Amount Supply and install (2) custom size Passive Holding Cell partitions. Lead time is 12 days from approval. General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $2,536.00 $153.50 $10.70 $19.56 $67.24 $268.95 Total $3,055.95 APPROVAL: By: By: Alex Engelbert Brian Crownover Date: Date: COLORADO SPECIALTIES 16161 Table Mountain Parkway Golden, CO 80403 PHONE: (303) 595-9627 Proposal lD#:JS2-20240304-1 Date: 01/23/2025 Version#20240301 Weld County Jail - Booking Renovation (Change Order Request it COR-002) Plans Dated: 01/22/2024 Specifications Seen, Yes Bid To: Project Estimator Addenda Irs Seen: 1, 2, 3, 4 Tax: 0%, Tax Exempt 1950 O Street, Greeley, CO 80631 Estimator: Jason Stage Email: JasonS@ColoradoSpecialties.com Valid Until: 03/24/2025 Est. Install Date: Q4 2024 Project Manager: Lauren Swauger We propose to furnish labor and/or materials at the prices and terms designated to perform work to the extent as: Toilet Partitions Furnish and Install Hadrian/ Solid Plastic Toilet Partitions I Solid Plastic (HDPE) I I Gray (239) Room: Passive Holding Cells Installed Screens:2 Screen Sizing: 26"x40" / 40"x40" New Scope Cost: $ Toilet Partitions Qualifications: • Manufacturer/model not specified. Pricing includes Typical Materials. Please review all details/factors of the above and advise if any changes are required prior to Award. • Pricing includes Single Mobilization for installation of all materials within this scope. Please advise if phasing or demobilization will be required for this scope. • Pricing includes custom -sized partitions, which are non -returnable, non-refundable, and non -cancellable once approved in Submittal Response. Dimensions provided by TCC Corp. • 26"H Screen is to be sat ontop of extisting bench, per TCC request. • Field Measure/Verification Required Prior to ordering Materials. • EXCLUDES: Layout and installation of in -wall blocking/backing. Name of customer's representative authorized by the undersigned to approve and sign all material and labor reports used as a bass for invoicing: If required by the customer. Date Accepted: Company: Name: Title: 2,536.00 Contract Form Entity Information Entity Name* TCC CORPORATION Entity ID* @00034361 Contract Name* JAIL BOOKING PROJECT CHANGE ORDER #4 Contract Status CTB REVIEW Q New Entity? Contract ID 9063 Contract Lead* CNAIBAUER Contract Lead Email cnaibauer@weld.gov Contract Description* PROVIDE CHANGES TO THE JAIL BOOKING AREA RENOVATION. Contract Description 2 Parent Contract ID Requires Board Approval YES Department Project # Contract Type* Department Requested BOCC Agenda Due Date CHANGE ORDER BUILDINGS AND Date* 02/06/2025 GROUNDS 02/10/2025 Amount* $17,755.91 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go NO Does Contract require Purchasing Dept. to be included? Automatic Renewal Department Head Email CM-BuildingGrounds- Grant DeptHead@weld.gov County Attorney IGA GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date* 07/01/2025 Committed Delivery Date Renewal Date Expiration Date* 07/01/2025 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head PATRICK O'NEILL DH Approved Date 01/30/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 02/03/2025 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 01/30/2025 01/30/2025 Tyler Ref* AG 020325 Originator CNAIBAUER Cunha l 3 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS AROUND TITLE: Weld County Jail booking renovation change order #3 DEPARTMENT: Facilities DATE: September 10, 2024 PERSON REQUESTING: Brief description of the problem/issue: During construction, issues were found that needed to be addressed that were not taken into account during the design phase of the project. What options exist for the Board? 1. Approve the change order. 2. Deny the change order. Consequences: Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $27,292.43 Recommendation: The facilities department recommends adding this change order to an upcoming BOCC agenda for approval. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine 119end.&-- ct/t8/24 \Mt tmoit W,49 CC = Oh bas -e CsG) Puydna�rc,�i f A8/202 2020 -° OOZ1.P September 10, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Patrick O'Neill Subject: Jail booking area renovation — (92400031) Construction of the Jail booking area renovation was awarded to TCC Corporation. During construction, issues were found that needed to be addressed that were not accounted for in the initial design. Additional services are needed to address issues as shown below. TCC Corporation quoted the additional work for: Change standalone toilet and sink to combo toilet and sink: $ 4,245.87 Remove additional concrete bench and wall not shown in plan: $ 5,181.86 Provide smooth face block over existing split faced not shown on plan: $15,448.51 Replace 1 door and provide 2 additional locks: $ 2,416.19 Total for all additional services requested: $27,292.43. The Facilities Department is recommending this change order be approved for $27,292.43,. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Director Change Order # 3 to Service Agreement Between Weld County and TCC Corporation Date: September 10, 2024 Original Agreement: 2024-0614 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 Exhibits, which are 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: $ 2,538,584.00 Original Contract Amount $ 27,529.99 Previously Approved Change order(s) Amount $ 27,292.43 Current Change Order Amount $ 2,593,406.42 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By. Name: Brian C.rownover Title: Vice President ATTEST: ddZA.A)116;t1 Weld County Clerk to the Boa BY: Page 1 of 1 Date BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ck, Chair Pro-Tem SEP 1 8 2024, 2OZy- pkly TCC Corporation 6820 Powell St Loveland, CO 80538 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 5 TITLE: RR 105 Changes PROJECT: WC Jail Booking Remodel TO: Alex Engelbert Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 07/26/2024 2405 Change Order for the changes to RR 105. Includes credit for specified toilet and sink and changing to combo toilet/sink and additional access panel with detention lock. Description I Amount Credit for specified toilet and sink and changing to combo toilet/sink. Additional access panel with detention lock. General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $2,135.83 $1,370.67 $230.25 $14.86 $27.17 $93.42 $373.67 Total $4,245.87 APPROVAL: By: By: Alex Engelbert Date: Date: Brian Crownover ML e e o u r i t y Quoted To CHANGE ESTIMATE #: 01 Submitted Date: 7/25/2024 Submitted By: Kenny Gaytan Project Information Weld County Jail Booking Project Name: Remodel Project Address: 2110 O Street Greeley, CO 80631 Client Project n: 2405-06110 CML Project 11: 62371 Company: TCC Corporation Attn: Brian Crownover Address: 6820 Powell Street Loveland, CO 80538 Phone: (970)-460-0583 Fax: (970)-460-0871 Docu munls Rcturcnced_ Per changes as requested on RFIB01-RR 105 Reply Quotation ��mmary: This quotation acknowledges the fallowing changes to CML's scope: -Qty. 1 - Added Access Panels. -Qty. 1 - 1010AM Locks -Labor associated with installation of access panels & hardware. incIusinns. CML to fumish and install the following scope of work: Qty. 1 - Viking Access Panels per latest approval. Qty. 1- 1O10AM Locks from Southern Folger. Labor associated with installation of both access panel & hardware. Coordination for installation of equipment. Addtional Engineering as required. Misc. unistrut/consumables for installation of access panels. txd�:inns. 1. Painting 2. Caulking/Sealants 3. Cutting 4. Patching S. Grouting or Concrete Work of any Kind. 6. Hazardous Material Removal 7. Demolition 8. Trash Removal 9. Other Exclusions as applies per contract 10. BIM Modeling. Total (Pricing Valid for 30 Daysl: 5 1,370 67 Approved. (Print Name) Signature of Authorized Representative Date CORPORATE HEADQUARTERS 1785 WEST 160TM AVE., SUITE 700 'BROOMFIELD, CO 80023 I P. 720 466 3650 ( F. 720 438 7573 ( www.cmisecurity.us SAN ANTONIO REGIONAL OFFICE 116103 UNIVERSITY OAK, SUITE 200 SAN ANTONIO, TX 78249 I P. 210 467 9255 ML 1L e e o u r L y OnsMaayen: LABOR INFORMATION Number Workess CHANGE Duratlon Wow. ESTIMATE Toast as: #: Submitted Date: Submitted By: Wag. . 7/25/2024 Kenny Gaytan 01 TOW: Project Executive: 0 0 0.00 $ 95.25 $ Project Manager: DEC Engineer: 0 1 0 1 0.00 1.00 $ 80.68 $ 66.72 $ 5 66.72 Project Superintendent: DEC Forman: 0 1 0 1 0.00 1.00 $ 117.15 $ 101.30 $ $ 101.30 DEC Journeyman: DEC Apprentice: 0 1 0 1 0.00 1.00 $ 92.68 $ 89.89 $ $ 89.89 Total s of Workers: 3 Total Hours: 3.00 labor Subtotal: $ 257.90 10% Overhead & Profit: Labor Total: $ $ 25.79 283.70 MATERIAL INFORMATION Quantity:'.. Unk Cost Total: Minkit/Parts: Oesalptlan Access Panels Viking Lump Sum Quote Attached. 1 $ 695.00 272.00 5 $ 695.00 272.00 1010AM Locks Southern Folger Lump Sum Quote Attached. 1 $ Material Subtotal: $ 967.00 0.00% Sales Tax: 10% Overhead & Profit: $ $ $ 96.70 1,063.70 Material Total: TOOLS & EQUIPMENT INFORMATION Model/Part N:: Daoiptlan: Oyairtlly: UNttaat Totem Consumables - 4% Labor Cost 1 $ 10.32 $ 7.74 $ 10.32 7.74 Small Tools - 3% Labor Cost 1 $ Equipment Sub Total: $ 18.05 0.00% Sales Tax: 10% Overhead & Profit: $ $ 1.81 Equipment Total: $ 19.86 SUMMARY INFORMATION Labor Total: $ 283.70 Material Total: Equipment Total: $ $ 1,063.70 19.86 Subcontractor Total: $ 0.25% Insurance: Sub Total $ $ 3.42 1,370.67 0.00% Bond: $ $ 1,370.67 Grand Total: CORPORATE HEADQUARTERS j 1785 WEST 16, AVE., SUITE 700 BROOMFIELD, CO 80023 I P. 720 466 3650 F. 720 438 7573 www.cmisecurity.us SAN ANTONIO REGIONAL OFFICE 16103 UNIVERSITY OAK, SUITE 200 I SAN ANTONIO,. 78249 P. 210 467 9255 MADDISON MECHANICAL, INC PROPOSED CHANGE ORDER 7/19/2024 Project #: 24-0006 Project Name: Weld County Jail Address: 1950 O Street Greeley CO 80631 MM CO#: 1 RE: RFI 01 RR105 Fixture Reassignment Maddison Mechanical, Inc. has reviewed the above referenced change(s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceed with proposed work: Response due date: $2,135.83 TBD No 10 Days This proposal is based on the Terms and Conditions as follows: Description of work/Inclusions: Per RFI changing the originally stand alone WC -1 and L-1 to a combo fixture as requested Includes fixture cost differential as noted on Material take off. HW Line upsized from 1/2 to 3/4" as required by fixture and minor additional labor cost Specific Exclusions: 1) Engineering 4) Concrete or Patchwork 2) Painting 5) Coring/Penetration/Fire Caulking 3) Electrical 6) Anything not specifically listed as included If you have any questions, please contact Maddison Mechanical, Inc. as soon as possible. This proposal remains in effect for 10 days. Sincerely, Project Manager CHANGE ORDER SUMMARY SHEET Weld County Jail Date: 7/19/2024 MM Job #: 24-0006 CO #: 1 Description: RFI 01 RR105 Fixture Reassignment Labor Materials: Job Expenses: Equipment: Subcontractors: 2.0 Plumber Hrs. Plumber Hrs. OTP Pipe Fitting Hrs. Pipe Fitter Hrs. OTP Sheetmetal Hrs. Sheetmetal Hrs. OTP 0.5 Supervision Service Tech 0.5 Proj. Manager Proj. Engineer Assist. PM CAD Designer Subtotal Material Costs Deliv/Freight to Site Sales Tax Subtotal Small Tools Consumables Safety As-Builts Warranty Subtotal Job Truck Core Drill Material Hoist Man Lift Subtotal Insulation Temp Controls Test and Balance Excavation and Backfill Fire Stopping Subtotal $85.00 $30.20 $95.00 $30.20 $71.00 $30.20 $105.00 $125.00 $115.00 $70.00 $85.00 $107.50 @ 0.00% 5.0% 3.0% 3.0% 3.0% 3.0% $170 $0 $0 $0 $0 $0 $53 $0 $58 $0 $0 $0 $1,522 _ $0 $0 $14 $8 $8 $8 $8 $0 $0 $0 $0 $0 $0 $0 $0 $0 $280 $1,522 $48 $0 $0 CHANGE ORDER SUMMARY SHEET Weld County Jail Recap: Labor Materials Job Expenses Equipment Subcontractor Permits Subtotal Overhead Subtotal Profit Subtotal Bonds $280 $1,522 $48 $0 $0 $0 $1,849 10.0% $185 $2,034 5.0% $102 0.0% $2,136 $2,136 $0 TOTAL CHANGE ORDER $2,136 WE REQUEST 1 Day ADDITIONAL TIME FOR COMPLETION OF THIS WORK Notes & Exclusions: 1) This price is based on normal working hours. 2) This price is based on release of order within 10 days. Maddison Mechanical, Inc. Change Order Takeoff Project #: 24-0006 Project Name: Weld County Jail Description: RFI 01 RR105 Fixture Reassignment CO#: 1 Date: 7/19/2024 Qty Description Unit Material Total Material 1 Deduct for WC -1 Stand Alone Toiet -4184.32 (4,184.32) 1 Deduct for Lan -1 Stand Alone Sink -1650.19 (1,650.19) 1 Fixture Cost for WC -1/L-1 Combo ADA Fixture 7356.11 7,356.11 - MM. $ 1,522 TOTAL: TCC Corporation 6820 Powell St Loveland, CO 80538 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 6 TITLE: Cells 110 & 111 PROJECT: WC Jail Booking Remodel TO: Alex Engelbert Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 08/26/2024 2405 Change Order to complete additional work within Cells 110 & 111. Includes added demolition of precast concrete wall, concrete bench, and concrete patching of walls, ceiling, and concrete bench. Description I Amount Demolition of precast wall and concrete bench. Includes dumpsters and haul off of demo'd materials. Concrete patch of walls, ceiling, and concrete bench. Concrete patch to match as close as possible to existing surfaces but there the patch will be noticeable. General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractors Fee $3,150.00 $950.00 $460.50 $18.14 $33.16 $114.01 $456.05 Total $5,181.86 APPROVAL: By: By: Alex Engelbert Date: Date: Brian Crownover Midwest Demolition Company Weld County Jail Greeley, CO Additional Wall/Bench Demo 8/26/24 Item CSI Description Takeoff Labor Labor Labor Labor Labor Equip Equip Grand Qty Unit Prod $/Unit Hours Rate Total $/Unit Total Total 1040 Superintendent 2050 Remove concrete bench 3400 Remove concrete wall 3500 Sawcutting concrete wall 16950 Dumpsters Grand Total 4.1 hrs 9.3 each 120.0 sgft 20.0 Inft 0.3 each 2.0000 110.22 8.18 1.4303 60.00 13.23 0.1669 7.00 20.02 0.3814 16.00 7.63 55.11 41.95 41.95 41.95 450.58 555.00 840.00 320.00 49.06 2,165.58 450.58 555.00 1.18 141.60 981.60 12.00 240.00 560.00 600.00 180.00 180.00 561.60 2,727.18 Small Tools 136 Subtotal 2,864 Subtotal 2,864 Markup 286 Subtotal 3,150 Total Estimate 3,150 Subtotal 3,150 Total Estimate with Taxes 3,150 TCC Corporation 6820 Powell St Loveland, CO 80538 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 7 TITLE: Passive Holding Block PROJECT: WC Jail Booking Remodel TO: Alex Engelbert Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 08/27/2024 2405 Change Order to provide 2" smooth face block on the existing split face walls of the Passive Holding cells, Interviewer and Inmate rooms, and Arresting Officer Processing west wall. Includes an additional eco-pan for required clean up. Description 1 Amount Provide 2" smooth face block on the existing split face walls of the Passive Holding cells. Eco-Pan General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee Total $12,432.06 $550.00 $614.00 $54.07 $98.87 $339.90 $1,359.61 $15,448.51 APPROVAL: By: By: Alex Engelbert Date: Date: Brian Crownover Date: August 27, 2024 MJ Masonry LLC 12709 N County Road 5 Wellington, CO 80549 (970)481-0024 Fax(970)295-4065 ma rc. mjmason ryllc@outtook.com QTY DESCRIPTION Material 530 2 inch CMU 23 mortar 260 Wall ties 530 Labor 2 inch CMU TO WELD COUNTY JAIL PASSIVE HOLDING 2 INCH CMU Thank you for your business! LINE TOTAL $943.40 $345.00 $255.00 $7,316.40 SUBTOTAL EQUIPTMENT MAINTENANCE TOTAL $8,859.40 From: !part iohnson To: Cory Huaha4: grian Crownover Subject: Re: WC Jail Booking - Passive Holding Dale: Wednesday, September 4, 2024 12:20:56 PM Attachments: jmage002.ang kDagB003.ona jmaae004.ong jmaae005.and jmaae.ong Outlook-vi5bnmkb.ond Hi Cory. This would be and additional $1,500.00 material and labor. Yes I am planning on it as soon as I finish this other job lam or row Marc Johnson MJ Masonry LLC 970-481-0024 Cell 970-295-4065 Fax marc.mjmasonryllcs outlook.com From: Cory Hughes <chughes@tcccorp.net> Sent: Wednesday, September 4, 2024 11:14 AM To: Brian Crownover <bcrownover@tcccorp.net>; marc.mjmasonryllc@outlook.com <marc.mjmasonryllc@outlook.com> Subject: Re: WC Jail Booking- Passive Holding Hi Marc, During today's OAC, WC decided to add additional 2" smooth face in the Arresting Officer Processing so electricaUdata can be run to these counters. It is an additional 8' 2" of block. Please send over pricing for this at your earliest convenance. Also, just wanted to confirm you will be back on site next week to continue? Thank you, ARRESTING OFFICER PROCESSING Cory Hughes TCC Corporation 6820 Powell St Loveland, CO 80538 Office — 970-460-0583 Direct — 970-698-1819 chughesla tosrnrn net From: Brian Crownover <bcrownover@tcccorp.net> Sent: Thursday, August 29, 2024 1:30 PM To: marc.mjmasonryllc@outlook.com <marc.mjmasonryllc@outlook.com>; Cory Hughes <chughes@tcccorp.net> Subject: RE: WC Jail Booking - Passive Holding Received and submitted for approval. Thanks, Brian Crownover Eg ....NEW ADDRESS**** T. Corporation 6820 Powell Street Loveland, Colorado 80538 Office — 970.460.0583 Fax — 970.460.0871 be rown ove r.tcccoro. net From: marcjohnson <marc.mjmasonryllc@outlook.com> Sent: Thursday, August 29, 2024 12:43 PM To: Cory Hughes <chughes@tcccorp.net> Cc: Brian Crownover <bcrownover@tcccorp.net> Subject: Re: WC Jail Booking - Passive Holding Hi Cory, the added cost for the extra 11 foot would be $2,072.66 material and labor. I about a week and a half I'm thinking to finish this job I'm on, so hoping for the 10-11 to be able to come back out there. Thank you Marc Johnson MJ Masonry LLC 970-481-0024 Cell 970-295-4065 Fax mara.mjmasonryllc4'outlook.corn From: Cory Hughes <chughesC0tcccorp.net> Sent: Tuesday, August 27, 2024 8:53 AM To: mart.mjmasonrvllcl@outlook.conl<mart.mjmasanrvllcl.outlook.com> Cc: Brjan Crownover <bcrownoverPtcccoro.net> Subject: Re: WC Jail Booking- Passive Holding Hi Marc, I left you a message this morning. WC would like the 2" face to extended further along that west wall of the expansion. It will be 11' additional. Can you update your pricing for this? Also, I wanted to touch base on your schedule. Demo will be completed in the next few days and we will be ready to start interior block. Cory Hughes Thanks, Brian Crownovcr *x**NEW ADDRESS**** TCC Corporation 6820 Powell Street Loveland, Colorado 80538 Office — 970.460.0583 Fax — 970.460.0871 hcrownover@tcccorp net TCC Corporation 6820 Powell St Loveland, CO 80538 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 8 TITLE: Men & Women RR Hardware/Door PROJECT: WC Jail Booking Remodel TO: Alex Engelbert Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 09/03/2024 2405 Change Order to provide (2) privacy locks with occupancy indications on the Men 147 and Women 148. Includes (1) 3070 oak wood door to replace the existing Men 147 door. Includes credit for (2) openings 'Description Amount Provide (2) privacy locks with occupancy indications on the Men 147 and Women 148. Includes (1) 3070 oak wood door to replace the existing Men 147 door. General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $1,972.96 $153.50 $8.46 $15.46 $53.16 $212.65 Total $2,416.19 APPROVAL: By: By: Brian Crownover Alex Engelbert Date: Date: CHANGE ESTIMATE #: 02 s e c u r i t y Quoted To Company: TCC Corporation Address: 6820 Powell Street Loveland, CO 80538 Phone: (970)-460-0583 Fax: (970)-460-0871 Submitted Date: 8/30/2024 Submitted By: Connor Leatherman I=MIZENEEMMIIMI County Jail Booking Project Name: Remodel Project Address: 2110 O Street Greeley, CO 80631 Client Project k: 2405-08110 CML Project ft: 62371 This quotation acknowledges the following changes to CML's scope: -Qty. 1 - Added Commercial Door. -Qty. 2 - Added Privacy Locks. CML to furnish and install the following scope of work: Qty. 1 - 3070 OAK WOOD DOOR. Qty. 2 - Mortise Privacy Set L9040 06N OS-OCC RHR. Labor associated with installation of both access commercial door & hardware. Addtional Engineering as required. 1. Painting 2. Caulking/Sealants 3. Cutting 4. Patching 5. Grouting or Concrete Work of any Kind. 6. Hazardous Material Removal 7. Demolition 8. Trash Removal 9. Other Exclusions as applies per contract 10. BIM Modeling. Total (Pricing Valid for 30 Daysl: $ 1,972.96 Approved By (Print Name) Date CORPORATE HEADQUARTERS ( 1785 WEST 160. AVE., SUITE 700 ( BROOMFIELD, CO 80023 I P. 720 466 3650 F. 720 438 7573 www.cmIsecurity.us SAN ANTONIO REGIONAL OFFICE I 16103 UNIVERSITY OAK, SUITE 200 I SAN ANTONIO, TX 78249 ( P. 210 467 9255 c5FT1L_CHANGE y ESTIMATE#: Submitted By: Connor Leatherman 02 LABOR INFORMATION CmMotlan: IMx Duration (Hours, Taw Moue: W4p IAata: Tot. Project Executive: 0 0 0.00 $ 95.25 $ Project Manager: 0 0 0.00 5 80.68 $ DEC Engineer: 1 1 1.00 $ 66.72 $ 66.72 Project Superintendent: 0 0 0.00 $ 117.15 $ DEC Forman: 1 1 1.00 $ 101.30 $ 101.30 DEC Journeyman: 0 0 0.00 $ 92.68 $ DEC Apprentice: Total it of Workers: 1 3 1 Total Hours: 1.00 3.00- $ 89.89 labor Subtotal: $ 89.89 $ $ 257. 25.79 Mader /Parts: :. MATERIAL INFORMATION 10% Overhead & Profit: Labor Total: au.laMv= Unb tat $ 283.70 T Commercial Hardware Mortise Privacy Set L9040 06N OS-OCC RHR 626 2 $ 598.00 $ 1,196.00 Commercial Door Freight 3070 OAK WOOD DOOR Freight 1 1 $ 466.00 $ 210.00 $ $ 466.00 210.00 Tax Tax CO -Colorado State Tar CO -Broomfield Ci 1 1 $ 48.20 $ 68.97 $ $ 48.20 68.97 Credit Credit per Openning 2 $ (238.00) $ (476.00) Material Subtotal: $ 1,513.17 0.00% Sales Tax: 10% Overhead & Profit: Material Total: $ $ 151.32 $ 1,664.49 TOOLS & EQUIPMENT INFORMATION Qu nar IMMCmt - Toth: Modal/PMs: Desorption Consumables - 4% Labor Cost 1 $ 30.32 $ $ 10.32 7.74 Small Tools - 3% Labor Cost 1 $ 7.74 I Equipment Sub Total: $ $ 18.05 0.00% Sales Tax: 10% Overhead & Profit: Equipment Total: $ 1.81 $ 19.86 SUMMARY INFORMATION Labor Total: Material Total: Equipment Total: Subcontractor Total: 0.25% Insurance: Sub Total 0.00% Bond: Grand Total: $ $ 283.70 1,664.49 5 19.86 $ $ 4.92 $ $ 1,972.96 $ 1,972.96 CORPORATE HEADQUARTERS 11785 WEST 160. AVE., SUITE 700 I BROOMFIELD, CO 80023 I P. 720 466 3650 I F. 720 438 7573 I wwvv.cmisecurity-us SAN ANTONIO REGIONAL OFFICE 116103 UNIVERSITY OAK, SUITE 200 I SAN ANTONIO, TX 78249 I P. 210 467 9255 ABS ARCHITECTURAL BUILDING SUPPLY a 0675770' OF THE COOK d WANDMAA(MOW ELL 1420 E Lincoln Rd Idaho Falls, ID 83401 Tel: (208) 523-6484 Fax: (208) 529-8649 Customer: CML Security LLC 1785 West 160th Avenue, Ste 700 Broomfield, CO 80023 Account Code : 116993 Terms : Net 30 Customer Job # : Salesperson : Cale Rafferty Order Name : CML Quote Quote # : 4501913 Quote Date : Aug 28, 2024 Expiration Date : Sep 27, 2024 Ship To: CML Security LLC 1785 West 160th Avenue, Ste 700 Broomfield, CO 80023 Tel: 720-466-3650 Purchase Order # : Shipped Via . NEW DOOR 147 AND EXISTING DOOR 148. SUPPLY ONLY. Gist Product Description 2 Mortise Privacy Set L9040 06N OS-OCC RHR 626 1 3070 OAK WOOD DOOR 3070 OAK WOOD DOOR Description freight 0 Unit Extended Price Price 598.00 1,196.00 466.00 466.00 Pre -Tax Total 10038 - CO -COLORADO STATE TAX 12694 - CO -Broomfield Ci Quote Total Price 210.00 1,872.00 48.20 68.97 1,989.17 0575/3, w 75)-&-\-00 Printed Aug 28, 2024 3:03 PM Page 1 of 1 Contract Form Entity Information Entity Name* TCC CORPORATION Entity ID* @00034361 Contract Name * JAIL BOOKING RENOVATION CHANGE ORDER #3 (B2400031) Contract Status CTB REVIEW Contract Description * VARIOUS CHANGES TO THE CONTRACT. (2024-0614) Contract Description 2 Contract Type* CHANGE ORDER Amount* $24,292.43 Renewable" NO Automatic Renewal Grant IGA Q New Entity? Contract ID 8713 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 09/19/2024 GROUNDS 09/23/2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL 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 Contact Info Review Date 01/31/2025 Committed Delivery Date Renewal Date Expiration Date* 01/31/2025 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head PATRICK O'NEILL DH Approved Date 09/13/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09/18/2024 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 09/16/2024 09/16/2024 Tyler Ref* AG 091824 Originator CNAIBAUER Con -ac{- (T 82214 BOARD OF COUNTY COMMISSIONERS PASS AROUND REVIEW PASS -AROUND TITLE: Jail Booking Area Change Order Request DEPARTMENT: Facilities PERSON REQUESTING: Curtis Naibauer DATE: 5/14/2024 Brief description of the problem/issue: The Sheriffs Office has identified the need for a temporary wall with a door and frame as well as a temporary roof covering the exterior walkway for the temporary booking area during the permanent booking area renovation. This was not identified in the original plans. What options exist for the Board? 1. Approve the Change Order 2. Deny the Change Order Consequences: Possible diminished security at the temporary booking area. Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $15,100.18 Recommendation: Facilities recommends placing this change order on an upcoming BOCC agenda for approval. Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine coy -,ter P1V-,c1-0- lo/3/Zy- Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: ft, _ ed:p zoz4-I—OUi1} 8C-1ObZlo May 14, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Curtis Naibauer Subject: Jail Booking Area Renovation - Change Order #2 (2024-0614) The Sheriff's Department has identified the need to have a temporary wall and a temporary roof covering installed to maintain security at the temporary booking area during the renovation of the permanent booking area. This change order for $15,100.18 is a result of additional costs associated with building these structures with the following breakdown. Temporary wall structure Temporary roof structure Total $5,140.11 $9,960.07 $15,100.18 The Facilities Department recommends approval of the change order. If you have any questions, please contact me at extension 2023. Sincerely, Curtis Naibauer Interim Director CHANGE ORDER #2 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND TCC CORPORATION — JAIL BOOKING AREA REMODEL Date: May 15, 2024 Original Agreement: Weld County document no. 2024-0614 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: $ 2,538,584.00 Original Contract Amount $ 12,429.81 Previously Approved Change order(s) Amount $ 15,100.18 Current Change Order Amount $ 2,566,113.99 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: _ Name: Brian Crownover Title: Vice President ATTEST: ' — `;&e. Weld County Clerk to the Board BY: Deputy Clerk to the Boar Date 5/22/24 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO D,Ross, Chair JUN 0 3 2024 Page 1 of 1 TCC Corporation 609 Gyrfalcon Ct, Unit D Windsor, CO 80550 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 2 TITLE: Temporary Wall PROJECT: WC Jail Booking Remodel TO: Alex Engelbert Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: 05/14/2024 JOB: 2405 CONTRACT NO: Change Order to building temporary 2x4 wall with plywood and H.M. door, frame, and hardware. Description I Amount Build temporary 2x4 wall with plywood and H.M. door, frame, and hardware. General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $4,140.00 $383.75 $17.99 $32.90 $113.09 $452.38 Total $5,140.11 APPROVAL: By: By: Alex Engelbert Date: Date: Brian Crownover TCC Corporation 609 Gyrfalcon Ct, Unit D Windsor, CO 80550 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 3 TITLE: South "Gerbil" Run Roof PROJECT: WC Jail Booking Remodel TO: Alex Engelbert Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 05/14/2024 2405 Change Order to supply and install temporary sloped metal panel roof above the south "gerbil" run. Includes 2x4 framing, plywood backing, and PBR panels and removal of structure at the end of the project. Description I Amount Supply and install temporary sloped metal panel roof above the south "gerbil" run. Includes 2x4 framing, plywood backing, and PBR panels and removal of structure at the end of the project. General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $8,382.00 $383.75 $34.86 $63.74 $219.14 $876.58 $0.00 Total $9,960.07 APPROVAL: By: By: Date: Alex Engelbert Date: Brian Crownover Contract For Entity Information Entity Name* TCC CORPORATION Entity ID* @00034361 O New Entity? Contract Name* Contract ID JAIL BOOKING AREA CHANGE ORDER RENOVATION 8224 CHANGE ORDER #2 (2024-0614) Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description * CONSTRUCT TEMPORARY WALL AND TEMPORARY ROOF STRUCTURE FOR THE TEMPORARY JAIL BOOKING AREA DURING THE REMODEL OF THE PERMANENT BOOKING AREA. Contract Description 2 Contract Type* CHANGE ORDER Amount* $15,100.18 Renewable* NO Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 05/1 8/2024 GROUNDS 05/22/2024 Department Email CM- BuildingGrounds@weldgo Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL RN EY@WEL DGOV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date" 08/05/2024 Committed Delivery Date Renewal Date Expiration Date* 08/05/2024 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel CURTIS NAIBAUER CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 05/22/2024 05/23/2024 05/23/2024 Final Approval BOCC Approved Tyler Ref # AG 060324 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 06/03/2024 Comae+ 181 O4 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Jail Booking Area Change Order Request DEPARTMENT: Facilities PERSON REQUESTING: Chris Coulter DATE: 4/30/2024 Brief description of the problem/issue: The Sheriff's Office has requested a security fence around the sally port that will be used for the temporary booking area for security reasons. This was not identified in the original plans. What options exist for the Board? 1. Approve the Change Order 2. Deny the Change Order Consequences: Possible diminished security at the temporary booking area. Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $12, 429.81 Recommendation: Facilities recommends placing this change order on an upcoming BOCC agenda for approval. Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine conW-,+fie,-,dam. 5/lS/24 Support Recommendation Schedule Place on BOCC Mends Work Session Other/Comments: Via mot& Via Prato d5 zoz4-o(01y g�-40O210 March 30, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Chris Coulter Subject: Jail Booting Area Renovation - Change Order #1 (2024-0614) The Sheriff's Department has identified the need to have an area around the east sally port fenced for security reasons_ This change order is a result of additional costs associated with fencing this area. The cost for this change order is $12,429.81. The Facilities Department recommends approval of the change order. If you have any questions, please contact me at extension 2023. Sincerely, Chris Coulter Director CHANGE ORDER #1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND TCC CORPORATION — JAIL BOOKING AREA REMODEL Date: May 1, 2024 Original Agreement: Weld County document no. 2024-0614 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: $ 2,538,584.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 12,429.81 Current Change Order Amount $ 2,551,013.81 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By. Name: Brian Crownover Title: Vice President ATTEST: Weld • u t Clerk to the t oard BY: Ajj4.LC"--- Deputy F. rk to the GO' } Date 5/9/24 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Kevin D.Ross, Chair MAY 1 5 2024 age 1 of 1 B&B Local Construction LLC Robert K. Burke Member/Manager P.O. Box 671 LaSalle, CO 80645 office phone -870-330-5346 fax -970-330-0510 cell phone- 970-381-9061 Alex Engelbert, Facilities Project Manager Weld County Colorado 1111 H St. Greeley, CO 80632 Cell 970-381-8974 Aengelbert(a,Weldgov.com 2/12/2024 Dear Mr. Engelbert: Thank you for the opportunity to submit an estimate on your Chain Link Fence Installation project at Weld County Jail in Greeley, Colorado. This project, as we understand it, will involve the installation of 71 feet of fence and a 22 -foot -wide double swing gate. This fence will be eight foot high with six strands of barbed wire as well as a top, bottom and middle rails welded in place to match the existing fence. This project will include Private Utility Locating and is expected to start between May 1St and May 15th, 2024. Weld County will provide the chain link mesh, all other materials and labor necessary to complete this project will be supplied by the contractor (B&B) as per our conversation on 2/12/2024. This fence will have the following specifications: 1) 2 3/8" Top Rail 2) 2 3/8" Mid Rail 3) 2 3/8" Bottom Rail 4) 4" Gate Post 5) 2 3/8" Term Post 6) 2 3/8" Line Post 7) Six strands of Barbed Wire Total project price installed $ 11,995.00 Terms of this agreement will be 100% upon completion of project (net 30). All materials will be as specified above and there are no verbal agreements in effect. Thank you again for the opportunity to let our company serve your construction needs, if you have any questions or concerns, please feel free to call me or my business partner, Jeff Boyer, at 970-381-0610. Sincerely, Bob Burke Acceptance of proposal: - The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work Signature as specified. Date of acceptance: MAY 1 5 2024 B&B Local Construction LLC Robert K. Burke Member/Manager P.O. Box 671 LaSalle, CO 80645 office phone -970-330-5346 fax - 970-330-0510 cell phone- 970-381-9061 Alex Engelbert, Facilities Project Manager Weld County Colorado 1111 H St. Greeley, CO 80632 Cell 970-381-8974 Aengelbert(&,,Weldgov.com 2/12/2024 Dear Mr. Engelbert: Thank you for the opportunity to submit an estimate on your Chain Link Fence Installation project at Weld County Jail in Greeley, Colorado. This project, as we understand it, will involve the installation of 71 feet of fence and a 22 -foot -wide double swing gate. This fence will be eight foot high with six strands of barbed wire as well as a top, bottom and middle rails welded in place to match the existing fence. This project will include Private Utility Locating and is expected to start between May 1St and May 15th, 2024. Weld County will provide the chain link mesh, all other materials and labor necessary to complete this project will be supplied by the contractor (B&B) as per our conversation on 2/12/2024. This fence will have the following specifications: 1) 2 3/8" Top Rail 2) 2 3/8" Mid Rail 3) 2 3/8" Bottom Rail 4) 4" Gate Post 5) 2 3/8" Term Post 6) 2 3/8" Line Post 7) Six strands of Barbed Wire Total project price installed $ 11,995.00 Terms of this agreement will be 100% upon completion of project (net 30). All materials will be as specified above and there are no verbal agreements in effect. Thank you again for the opportunity to let our company serve your construction needs, if you have any questions or concerns, please feel free to call me or my business partner, Jeff Boyer, at 970-381-0610. Sincerely, Bob Burke Acceptance of proposal: - The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work Signature as specified. Date of acceptance: ontract F Entity Information Entity Name TCC CORPORATION Entity ID* @00034361 Contract Name * JAIL BOOKING AREA RENOVATION - CHANGE ORDER #1 (2024-0614) Contract Status CTB REVIEW O New Entity? Contract ID 8104 Contract Lead CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description * INSTALL FENCING AT THE EAST SALLY PORT AS IDENTIFIED FOR SECURITY (2024-0614) Contract Description 2 Contract Type * Department Requested BOCC Agenda Due Date CHANGE ORDER BUILDINGS AND Date* 05/04/2024 GROUNDS 05/08/2024 Amount* $12,429.81 Renewable * NO Automatic Renewal Grant IGA Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date 07/29/2024 Committed Delivery Date Renewal Date Expiration Date" 07/29/2024 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 05/13/2024 Approval Process Department Head CURTIS NAIBAUER DH Approved Date 05/13/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 05/15/2024 Finance Approver CONSENT Legal Counsel CONSENT Finance Approved Date Legal Counsel Approved Date 05/13/2024 05/13/2024 Tyler Ref # AG 051524 Originator CNAIBAUER C Unh ckc; -1' 3OZ1 AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & TCC CORPORATIOON JAIL BOOKING AREA REMODEL PROJECT THIS AGREEMENT is made and entered into this "Jay ofvt , , 2024, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and TCC Corporation, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2400031. Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. Cony+riehcUL, 4/Z Z/24 CC: `P 207,y -0(014 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Facilities Department or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $ 2,538,584.00, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. S. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 Builders' Risk Insurance or Installation Floater — Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. 1) The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. 2) Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. 3) The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. 4) The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. Flood damage coverage is not required for work within the floodway or 100 year floodplain. Regardless, Contractor shall bear all risk associated with any and all loss resulting from flood events during construction. 5) The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. 6) Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). 7) The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Ernie Crownover Position: President Address: 609 Gyrfalcon Court, Unit D Address: Windsor, CO 80550 E-mail: erownover@tcccorp.nrt Phone: 970-460-0583 County: Name: Chris Coulter Position: Facilities Director Address: 1105 H Street Address: Greeley, CO. 80632 E-mail: rcoulter@weldgov.com Phone: 970-400-2023 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment. Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of federal or state law. 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. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States, if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by federal or state law, and (c) shall produce one of the forms of identification required by federal law prior to the effective date of the contract. 31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal funds.] 32. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 33. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: Brian Crownover Title: Vice President WELD COUNTY: ATTEST: derAvo G: 'ok. Weld ou ty Clerk to the B s and BY Deputy Clerk t e/ he : oard 4/12/24 Date of Signature BOARD OF COUNTY COMMISSIONERS WELD COORADO vin D. Ross, Chair APR 2 2 2024 0.�_ D6 /o- EXHIBIT A REQUEST FOR BID WELD COUNTY, COLORADO 1301 N. 17TH AVENUE GREELEY, CO 80631 DATE: January 30, 2024 BID NUMBER: B2400031 DESCRIPTION: WELD COUNTY JAIL BOOKING RENOVATION DEPARTMENT: FACILITIES MANDATORY PRE -BID: FEBRUARY 13, 2024 BID OPENING DATE: FEBRUARY 27, 2024 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: WELD COUNTY JAIL BOOKING RENOVATION A mandatory pre -bid conference will be held on February 13, 2024 at 9:00 AM at Weld County Jail 1 West located at 2110 O 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 27, 2024 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on February 27, 2024 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 601 107 969# PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: A. Emailed bids are required. PREFERRED: email bids to bids(a�weld.gov; however, if your bids exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. B. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid is received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Bid Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the pad of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID REQUEST #B2400031 Page 2 B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If n ecessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will n ot be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder n or any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or u nderstanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits u nder the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. BID REQUEST #B2400031 Page 3 I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld BID REQUEST #B2400031 Page 4 County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. BID REQUEST #B2400031 Page 5 X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional BID REQUEST #B2400031 Page 6 for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. P rofessional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract P rofessional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid. P roof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract BID REQUEST #B2400031 Page 7 Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2400031 Page 8 SCOPE OF WORK Weld County Jail Booking Renovation PROJECT OVERVIEW: Weld County is seeking Lump Sum Turn -Key Bids, for the renovation of the existing Jail Booking area on the first floor of the Weld County Jail 1 West at 2110 0 Street, Greeley, Colorado. METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. PROJECT SCOPE: The scope of this project is for the complete renovation of the Weld County North Jail Complex Booking area. This project will require, but not limited to, demolition, constructing new passive cells, new combative cells, staging cell for courts, interview rooms, offices, and bonding / booking area. This is a turn -key project which the contractor will be responsible for completing all extents of the project as outlined and specified in the project contract documents that have been provided as part of this bid request. These scopes shall be included in the bid price and construction schedule. This includes all additions, alterations, engineering services, and new work required for a complete and code compliant finished product. It is the contractor's responsibility at the time of bid to ensure all project specifications and requirements have been considered and included in their bid submission. This will include all scopes outlined in the provided documents, as well as all other associated scopes needed to build out the proposed new detention facility as designed within the Weld County North Jail Complex. Project documents and specifications have been provided per the following attachments to this bid. ATTACHMENTS: • Attachment A: Weld County Project Documents • Attachment B: Project Drawings. • Attachment C: Project Specifications. • Attachment D: Security Electronics Integrator Specifications • Attachment E: Detention Equipment Specifications • Attachment F: Furniture Drawings • Attachment G: Asbestos Reports • Attachment H: Contractor Provided Temp Site Signage & Site Logistics Plan PROJECT SPECIFIC TERMS AND CONDITIONS: 1. Contractor will be responsible for procuring and executing all scopes of work as outlined and specified in the projects contract documents that have been provided during this bid request per the attachments BID REQUEST #B2400031 Page 9 outlined above. This will include but not limited to all associated labor, materials, and equipment. It is the contractor's responsibility at the time of bid submission to ensure that all project specifications and requirements have been included per the project documents provided. 2. The existing booking / bonding space was built in 1997. Due to this there may be some unknown conditions that will be exposed during demolition or construction. If there are any conditions that differ from the provided documents, it is the contractor's responsibility to immediately notify the County project manager. 3. 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. 4. Project drawings are not to be used as shop drawings. Field coordination for all routing and arrangement of systems is the responsibility of the contractor. 5. Any additional work that may be needed 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. 6. Contractor and its representatives will need to access and park all vehicles on the south side of 1 west, parking in this area is very limited and subject to this facility's needs. It will be the contractor's responsibility to keep all road accesses clear since all roads on the south side of the jail are emergency routes. The sally port garage may be used for construction use but a site logistics plan is to be submitted and approved prior to start of construction. The contractor is to base their submitted logistics plan on Attachment H which is the basis of traffic flow in and out of the site, parking, and way finding signage. Signage to be provided by the contractor. All temporary signage is to be maintained by contractor throughout the duration of the project. The contractor will be responsible for removal of all temporary signage after the completion of the project. 7. Contractor is responsible for all material handling and deliveries. The contractor will be given a specific laydown area which will be available for materials, and equipment storage. The contractor will work closely with the County project manager to schedule all deliveries. Unscheduled deliveries that occur will be turned away until scheduled. There is minimal access in and out of the unsecured area where the work is to be performed. If material deliveries are not properly scheduled and turned away it is the contractor's responsibility to make up any lost time and bear any associated cost. 8. It will be the contractor's responsibility to temporarily support all existing cabling above ceiling within the entire construction zone. Maintaining the current pathway is the main objective as there is fiber controlling the west half of jail. Temporary supporting to allow for no more than one foot of sag is required for all above ceiling cables. Facilities and IT department to direct contractor at their discretion for any additional j -hooks or temporary supports. Contractor to coordinate with Facilities, Sheriff's Office, and IT department to execute all bundling of current cables above ceiling prior to new ceiling installation. 9. The contractor will provide a full-time superintendent or project manager on site while any work is being performed. A qualified representative will be allowed to receive deliveries in lieu of a superintendent or project manager if needed during construction off hours if County project manager is properly notified and delivery has been scheduled. 10. 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 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 cost. 11. Contractor will be responsible for the disposal of the existing building materials. All materials and debris are to be hauled off site for disposal. 12. It is the contractor's responsibility to ensure all system operations that are needed for normal function of the secured detention area remain fully operational and functional. These systems would include but not limited to HVAC controls, security controls, access controls, and lighting. Any system or utility will need to be coordinated with the appropriate personnel prior to the system being shut down, even if only momentarily. If systems are shut down for more than 1 hour, the contractor will be responsible for BID REQUEST #B2400031 Page 10 temporary equipment to achieve normal operations and functions of this detention facility. 13. The Contractor is only allowed to perform disruptive work between 7am and 5pm. The County reserves the right to shut down any disruptive work at any time. 14. Currently the Jail has an EST 3 Fire Alarm System. It will be the contractor's responsibility to isolate the fire alarm system within the booking area. This partitioned area will need to be disabled prior to any work being performed in the booking area. All modifications to the current fire alarm system will need to be coordinated 3 weeks prior to starting work. All additional devices are to be integrated with Fire Works monitoring with new fire maps. 15. Per the provided documents the contractor is responsible for providing a fully functional fire sprinkler, and fire alarm system(s) per the project documents and all local, state, and federal laws or regulations. Contractor will be responsible for all associated cost for design, engineering, procurement, install, and any associated fees to provide a fully operational fire alarm and sprinkler system(s). Weld County will require that the new fire alarm system has the capabilities of network connection for both reporting and remote maintenance functions. 16. Weld County operates on Delta Controls through SetPoint and is currently operating on version 4.2. This cost and coordination are the responsibility of the contractor and is to be included in the contractors bid. 17. Contractor will be responsible for all temporary devices that will secure all doors entering / exiting the booking area. These devices are to be approved by the sheriff's office prior to installation. 18. Contractor will be responsible to provide any temporary lighting or power that may be needed to complete the scope of work in each phase. 19. All secured area detention grade dispensers for toilet accessories are to be provided by contractor. 20. Contractor will be responsible for coordination of the placement of any outlet and or data port with the provided furniture drawings (Attachment F). 21. Because of the nature or the area in which they will be working the contractor will acknowledge that the flow and function of the Weld County Sheriffs staff and inmates will have priority and that there may be times where the contractor will have to stop work momentarily to allow access or pathways. 22. At no time will it be permissible for the contractor and its representatives to engage in a conversation or acknowledgment with an inmate, such offense could result in immediate removal from project. 23. The contractor and all third -party contractors are required to provide background checks for all employees accessing secure areas. Weld County Project Manager will provide a professional visitor application which will need to be filled out 24 hours prior to visiting secure areas within the jail. 24. All interior cell electronics or equipment must be flush mounted. Surface mounted pathways or equipment won't be allowed. 25. Contractor to remove existing lockers located in current inmate storage. Reference Attachment F for specific locations and photos. 26. Contractor is responsible for all weather protection for all ground conditions. 27. There are no mechanical or plumbing underground as-builts for the booking area. Contractor is responsible for all tie-ins which is to be included in the bid cost. 28. Equipment is allowed in the building. The contractor is responsible for proper ventilation for all equipment. The contractor will also be responsible to repair or replace any damages. 29. Contractor will be responsible for any damages to existing spray -applied fire proofing. OWNER PROVIDED NOT IN CONTRACT (NIC): 1. All carpeting where required will be provided by the owner and is NIC. 2. All rubber cove base in carpeted areas will be provided by owner and is NIC. 3. All unsecured office bathroom and breakroom soap, paper towels, and tissue paper dispensers will be provided by the owner and is NIC. 4. Install of owner provided equipment will be done by the owner and is not to be included in this scope of work. 5. Furniture where required and as shown on Attachment F of the provided project documents will be BID REQUEST #B2400031 Page 11 owner provided and is NIC. Attachment F is to reference new furniture for new data and outlet locations. Contractor to remove the identified items in this attachment. INFORMATION TECHNOLOGY (IT) — DATA CABLING 1. Weld County IT department will be responsible for all new cabling needs for the County data needs and is NIC. 2. Weld County IT department will identify any abandoned or non -usable cabling above ceiling. Contractor will be responsible for testing and physically removing all identified abandoned or non - usable cabling above ceiling. 3. Contractor will be responsible for all pathways and rough ins for data as outlined in the project documents and specifications. SECURITY ELECTRONICS CONTRACTOR (SEC): 1. The Security Electronics and Integration (Division 28) requirements of this project will require a Weld County Pre -Approved Security Electronics Contractor. The design intent is for jail booking to operate and function the same as other Weld County detention facilities. CML Security is Weld County's only pre -approved SEC. No substitutions will be allowed. For this reason, Security Electronics and Integrations full turn -key scope of work will be CFCI (Contractor Furnished Contractor Installed). Contractor will carry a budget allowance of ($405,300.00). Refer to Attachment D for detailed specifications. 2. Some work is to be completed is in a secured area. Because of these existing conditions all personnel will need to submit a background check through the Weld County Sheriff's Office. Contractor will submit all applications to the County project manager for submittal to the Sheriff's Office for approval. Nobody is allowed to perform any work or be on site without an approved background check from the Weld County Sheriff Contractor will be responsible for having approval records onsite and available upon request. 3. It will be the contractor's responsibility to keep all personnel in the designated work area, as well as keep all access points to and from the work area secured. At no time will it be permissible to prop open a door or access point and leave unattended. 4. Contractor will be responsible for closely coordinating with the County's Project Manager to gain access to the areas of work that are outside of the Jail Booking Detention area. The Security Electronics contractors (CML Security) scope of work will require them to work outside of the normal work areas and into other secured areas. For example, secure corridors, vestibules, and IT rooms. This work will need to be coordinated and scheduled accordingly. Weld County Project Manager will facilitate the communications between the contractor and any necessary Weld County interdepartmental, and or any State of Colorado personnel to obtain this coordination. 5. Detention Equipment and Hardware (Division 11) is not a budgeted allowance, and it is the contractor's responsibility to include this scope in the bid breakout below based on the bid documents. The design intent is for jail booking to operate and function the same as other Weld County detention facilities. Refer to Attachment E for detailed specifications. PROJECT CLOSE OUT: 1. Contractor will provide two (2) paper copies and PDF's which include all changes and or modifications for all affected scopes. This will include but not limited to all redlined drawings, RFI's, or discoveries, or any change from project documents. 2. Contractor will provide all manufacturer's warranty documentation as well as all equipment manuals. 3. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. BID REQUEST #B2400031 Page 12 4. Contractor will provide a detailed report for all craftsmanship and labor warranties. 5. Contractor will provide formal training as outlined and required by all manufacturer's recommendations, to Weld County's designated staff This includes but is not limited to Security Electronics, HVAC, and Access Control. 6. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All submittals will be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 3. Any clarification or information needed from the contractor must be submitted through an RFI for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 4. RFI's are only to be sent through the County project manager. RFI responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed 5. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 6. Contractor is responsible for all private and public locates. 7 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. 8. All electrical work will be done by a qualified State licensed electrician. 9. All plumbing work will be done by a qualified State licensed plumber. 10. All mechanical work will be done by a qualified State Licensed technician. 11. 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. 12. All lifting and hoisting equipment shall be provided by the contractor as needed. 13. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 14. No bid bond is required for this project. 15. Bids over $50,000 will require a payment (100%) and performance (100%) bond. Performance and payment bonds must be submitted using an AIA-A312 bond form. Other bond forms will not be accepted. 16. Retainage in the amount of 5% shall be held on all pay requests until the final acceptance of the project. 17. Contractor will be required to provide Professional Liability Insurance (PLI) and builders risk insurance in the amount of the bid. 18. 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. 19. Weld County is a tax-exempt entity. 20. Davis -Bacon and Buy American requirements are NOT required. BID REQUEST #B2400031 Page 13 21. Contractor will be required to enter into a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing Department and is available for viewing upon request. 22. Contractor will be required to provide pollution liability insurance with the following minimum limits: Per Loss $1,000,000 and Aggregate $1,000,000. SCHEDULE: 1. Contractor is responsible for providing and maintaining a full project schedule as well as a three week look ahead schedule throughout the life of this project. Contractor will have an updated project schedule available upon request. 2. The contractor will host a weekly coordination meeting with all associated contractors, and County representatives. At this time the contractor will provide the three (3) weeks look ahead schedule as well as all applicable updates to the overall project schedule. This will need to be submitted in person at the weekly meeting as well as sent electronically to the County project manager and construction team. Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish January 30, 2024 January 30, 2024 February 13, 2024 February 20, 2024 February 27, 2024 March 18, 2024 April 1, 2024 Immediately upon receipt of signed contract. January 1, 2025 PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being April 1, 2024. Construction Start Construction Complete GENERAL CONDITIONS: Due to the nature of construction and the sequencing of this project, Weld County will require the contractor to provide a breakout of all monthly general condition items and their associated costs. This will be used for determining actual cost for claims of delays caused by the owner. This cost shall include but is not limited to all supervision, project management, administrative, equipment, parking, fuel or vehicle expense, or any additional applicable fees and or cost that is associated with the contractor's management and operation of this project. BID REQUEST #B2400031 Page 14 This cost is for the cost of additional general conditions if the project through no fault of the contractor is delayed or extended beyond the contractor's schedule. Any delays in schedule due to the contractor or its representatives will be the contractor's responsibility including all associated cost. Please provide a breakout per the chart below along with your line itemed total monthly general conditions cost. This breakout will only be used in the case of owner delays or additional scope added to the project. Contactors Additional Monthly General Conditions Lump Sum Cost: $ GENERAL CONDITIONS MONTHLY BREAKOUT DESCRIPTION MONTHLY LINE -ITEM COST $ $ $ $ $ $ $ $ $ $ $ TOTAL LUMP SUM COST BREAKOUT: Contractor will provide there pricing per the breakout below: LUMP SUM COST DESCRIPTION ARCHITECTURAL $ $ MECHANICAL ELECTRICAL $ PLUMBING $ DIVISION 28 - SECURITY ELECTRONICS $ 405,300.00 DIVISION 11 DETENTION EQUIPMENT $ & HARDWARE $ FIRE ALARM SYSTEM FIRE SUPPRESSION SYSTEM $ OTHER TOTAL LUMP SUM COST BID REQUEST #B2400031 Page 15 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 27, 2024: 1) Pages 9 thru 17 of the Bid Specifications/Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2400031 Page 16 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid No. #B2400031. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying Bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Controller PSRFB0124 BID REQUEST #B2400031 Page 17 EXHIBIT B Carolyn Geisert From: Sent: To: Cc: Subject: Attachments: Steph McCormack <smccormack@tcccorp.net> Tuesday, March 5, 2024 9:52 AM bids Steph McCormack Weld County jail Booking Renovation, B2300215 Signed Bid Docs Jail Booking Renovation 3.5.24.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good morning, TCC Corporation has attached our proposal for the Weld County Jail Booking Renovation, B2300215. "I hereby waive my right to a sealed bid." Thanks Have a good day. Steph McCormack Estimator TCC Corporation 609 Gyrfalcon Court, Unit D Windsor, CO 80550 Office — 970-460-0583 Direct -970-315-4082 Fax -- 970-460-0871 Cell - 970-301-0772 smccormack@tcccorp.net 1 SCOPE OF WORK Weld County Jail Booking Renovation PROJECT OVERVIEW: Weld County is seeking Lump Sum Turn -Key Bids, for the renovation of the existing Jail Booking area on the first floor of the Weld County Jail 1 West at 2110 O Street, Greeley, Colorado. METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. PROJECT SCOPE: The scope of this project is for the complete renovation of the Weld County North Jail Complex Booking area. This project will require, but not limited to, demolition, constructing new passive cells, new combative cells, staging cell for courts, interview rooms, offices, and bonding / booking area. This is a turn -key project which the contractor will be responsible for completing all extents of the project as outlined and specified in the project contract documents that have been provided as part of this bid request. These scopes shall be included in the bid price and construction schedule. This includes all additions, alterations, engineering services, and new work required for a complete and code compliant finished product. It is the contractor's responsibility at the time of bid to ensure all project specifications and requirements have been considered and included in their bid submission. This will include all scopes outlined in the provided documents, as well as all other associated scopes needed to build out the proposed new detention facility as designed within the Weld County North Jail Complex. Project documents and specifications have been provided per the following attachments to this bid. ATTACHMENTS: • Attachment A: Weld County Project Documents • Attachment B: Project Drawings. • Attachment C: Project Specifications. • Attachment D: Security Electronics Integrator Specifications • Attachment E: Detention Equipment Specifications • Attachment F: Furniture Drawings • Attachment G: Asbestos Reports • Attachment H: Contractor Provided Temp Site Signage & Site Logistics Plan • PROJECT SPECIFIC TERMS AND CONDITIONS: 1. Contractor will be responsible for procuring and executing all scopes of work as outlined and specified in the projects contract documents that have been provided during this bid request per the attachments BID REQUEST #B2400031 Page 9 outlined above. This will include but not limited to all associated labor, materials, and equipment. It is the contractor's responsibility at the time of bid submission to ensure that all project specifications and requirements have been included per the project documents provided. 2. The existing booking / bonding space was built in 1997. Due to this there may be some unknown conditions that will be exposed during demolition or construction. If there are any conditions that differ from the provided documents, it is the contractor's responsibility to immediately notify the County project manager. 3. 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. 4. Project drawings are not to be used as shop drawings. Field coordination for all routing and arrangement of systems is the responsibility of the contractor. 5. Any additional work that may be needed 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. 6. Contractor and its representatives will need to access and park all vehicles on the south side of I west, parking in this area is very limited and subject to this facility's needs. It will be the contractor's responsibility to keep all road accesses clear since all roads on the south side of the jail are emergency routes. The sally port garage may be used for construction use but a site logistics plan is to be submitted and approved prior to start of construction. The contractor is to base their submitted logistics plan on Attachment H which is the basis of traffic flow in and out of the site, parking, and way finding signage. Signage to be provided by the contractor. All temporary signage is to be maintained by contractor throughout the duration of the project. The contractor will be responsible for removal of all temporary signage after the completion of the project. 7. Contractor is responsible for all material handling and deliveries. The contractor will be given a specific laydown area which will be available for materials, and equipment storage. The contractor will work closely with the County project manager to schedule all deliveries. Unscheduled deliveries that occur will be turned away until scheduled. There is minimal access in and out of the unsecured area where the work is to be performed. If material deliveries are not properly scheduled and turned away it is the contractor's responsibility to make up any lost time and bear any associated cost. 8. It will be the contractor's responsibility to temporarily support all existing cabling above ceiling within the entire construction zone. Maintaining the current pathway is the main objective as there is fiber controlling the west half of jail. Temporary supporting to allow for no more than one foot of sag is required for all above ceiling cables. Facilities and IT department to direct contractor at their discretion for any additional j -hooks or temporary supports. Contractor to coordinate with Facilities, Sheriff s Office, and IT department to execute all bundling of current cables above ceiling prior to new ceiling installation. 9. The contractor will provide a full-time superintendent or project manager on site while any work is being performed. A qualified representative will be allowed to receive deliveries in lieu of a superintendent or project manager if needed during construction off hours if County project manager is properly notified and delivery has been scheduled. 10. 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 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 cost. 11. Contractor will be responsible for the disposal of the existing building materials. All materials and debris are to be hauled off site for disposal. 12. It is the contractor's responsibility to ensure all system operations that are needed for normal function of the secured detention area remain fully operational and functional. These systems would include but not limited to HVAC controls, security controls, access controls, and lighting. Any system or utility will need to be coordinated with the appropriate personnel prior to the system being shut down, even if only momentarily. If systems are shut down for more than 1 hour, the contractor will be responsible for BID REQUEST #62400031 Page 10 temporary equipment to achieve normal operations and functions of this detention facility. 13. The Contractor is only allowed to perform disruptive work between 7am and 5pm. The County reserves the right to shut down any disruptive work at any time. 14. Currently the Jail has an EST 3 Fire Alarm System. It will be the contractor's responsibility to isolate the fire alarm system within the booking area. This partitioned area will need to be disabled prior to any work being performed in the booking area. All modifications to the current fire alarm system will need to be coordinated 3 weeks prior to starting work. All additional devices are to be integrated with Fire Works monitoring with new fire maps. 15. Per the provided documents the contractor is responsible for providing a fully functional fire sprinkler, and fire alarm system(s) per the project documents and all local, state, and federal laws or regulations. Contractor will be responsible for all associated cost for design, engineering, procurement, install, and any associated fees to provide a fully operational fire alarm and sprinkler system(s). Weld County will require that the new fire alarm system has the capabilities of network connection for both reporting and remote maintenance functions. 16. Weld County operates on Delta Controls through SetPoint and is currently operating on version 4.2. This cost and coordination are the responsibility of the contractor and is to be included in the contractors bid. 17. Contractor will be responsible for all temporary devices that will secure all doors entering / exiting the booking area. These devices are to be approved by the sheriff's office prior to installation. 18. Contractor will be responsible to provide any temporary lighting or power that may be needed to complete the scope of work in each phase. 19. All secured area detention grade dispensers for toilet accessories are to be provided by contractor. 20. Contractor will be responsible for coordination of the placement of any outlet and or data port with the provided furniture drawings (Attachment F). 21. Because of the nature or the area in which they will be working the contractor will acknowledge that the flow and function of the Weld County Sheriffs staff and inmates will have priority and that there may be times where the contractor will have to stop work momentarily to allow access or pathways. 22. At no time will it be permissible for the contractor and its representatives to engage in a conversation or acknowledgment with an inmate, such offense could result in immediate removal from project. 23. The contractor and all third -party contractors are required to provide background checks for all employees accessing secure areas. Weld County Project Manager will provide a professional visitor application which will need to be filled out 24 hours prior to visiting secure areas within the jail. 24. All interior cell electronics or equipment must be flush mounted. Surface mounted pathways or equipment won't be allowed. 25. Contractor to remove existing lockers located in current inmate storage. Reference Attachment F for specific locations and photos. 26. Contractor is responsible for all weather protection for all ground conditions. 27. There are no mechanical or plumbing underground as-builts for the booking area. Contractor is responsible for all tie-ins which is to be included in the bid cost. 28. Equipment is allowed in the building. The contractor is responsible for proper ventilation for all equipment. The contractor will also be responsible to repair or replace any damages. 29. Contractor will be responsible for any damages to existing spray -applied fire proofing. OWNER PROVIDED NOT IN CONTRACT (NIC): 1. All carpeting where required will be provided by the owner and is NIC. 2. All rubber cove base in carpeted areas will be provided by owner and is NIC. 3. All unsecured office bathroom and breakroom soap, paper towels, and tissue paper dispensers will be provided by the owner and is NIC. 4. Install of owner provided equipment will be done by the owner and is not to be included in this scope of work. 5. Furniture where required and as shown on Attachment F of the provided project documents will be BID REQUEST #B2400031 Page 11 owner provided and is NIC. Attachment F is to reference new furniture for new data and outlet locations. Contractor to remove the identified items in this attachment. INFORMATION TECHNOLOGY (IT) — DATA CABLING 1. Weld County IT department will be responsible for all new cabling needs for the County data needs and is NIC. 2. Weld County IT department will identify any abandoned or non -usable cabling above ceiling. Contractor will be responsible for testing and physically removing all identified abandoned or non - usable cabling above ceiling. 3. Contractor will be responsible for all pathways and rough ins for data as outlined in the project documents and specifications. SECURITY ELECTRONICS CONTRACTOR (SEC): 1. The Security Electronics and Integration (Division 28) requirements of this project will require a Weld County Pre -Approved Security Electronics Contractor. The design intent is for jail booking to operate and function the same as other Weld County detention facilities. CML Security is Weld County's only pre -approved SEC. No substitutions will be allowed. For this reason, Security Electronics and Integrations full turn -key scope of work will be CFCI (Contractor Furnished Contractor Installed). Contractor will carry a budget allowance of ($405,300.00). Refer to Attachment D for detailed specifications. 2. Some work is to be completed is in a secured area. Because of these existing conditions all personnel will need to submit a background check through the Weld County Sheriff's Office. Contractor will submit all applications to the County project manager for submittal to the Sheriff's Office for approval. Nobody is allowed to perform any work or be on site without an approved background check from the Weld County Sheriff. Contractor will be responsible for having approval records onsite and available upon request. 3. It will be the contractor's responsibility to keep all personnel in the designated work area, as well as keep all access points to and from the work area secured. At no time will it be permissible to prop open a door or access point and leave unattended. 4. Contractor will be responsible for closely coordinating with the County's Project Manager to gain access to the areas of work that are outside of the Jail Booking Detention area. The Security Electronics contractors (CML Security) scope of work will require them to work outside of the normal work areas and into other secured areas. For example, secure corridors, vestibules, and IT rooms. This work will need to be coordinated and scheduled accordingly. Weld County Project Manager will facilitate the communications between the contractor and any necessary Weld County interdepartmental, and or any State of Colorado personnel to obtain this coordination. 5. Detention Equipment and Hardware (Division I i) is not a budgeted allowance, and it is the contractor's responsibility to include this scope in the bid breakout below based on the bid documents. The design intent is for jail booking to operate and function the same as other Weld County detention facilities. Refer to Attachment E for detailed specifications. PROJECT CLOSE OUT: 1. Contractor will provide two (2) paper copies and PDF's which include all changes and or modifications for all affected scopes. This will include but not limited to all redlined drawings, RFI's, or discoveries, or any change from project documents. 2. Contractor will provide all manufacturer's warranty documentation as well as all equipment manuals. 3. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. BID REQUEST #82400031 Page 12 4. Contractor will provide a detailed report for all craftsmanship and labor warranties. 5. Contractor will provide formal training as outlined and required by all manufacturer's recommendations, to Weld County's designated staff This includes but is not limited to Security Electronics, HVAC, and Access Control. 6. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All submittals will be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 3. Any clarification or information needed from the contractor must be submitted through an RFI for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 4. RFI's are only to be sent through the County project manager. RFI responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed 5. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 6. Contractor is responsible for all private and public locates. 7. 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. 8. All electrical work will be done by a qualified State licensed electrician. 9. All plumbing work will be done by a qualified State licensed plumber. 10. All mechanical work will be done by a qualified State Licensed technician. 11. 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. 12. All lifting and hoisting equipment shall be provided by the contractor as needed. 13. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 14. No bid bond is required for this project. 15. Bids over $50,000 will require a payment (100%) and performance (100%) bond. Performance and payment bonds must be submitted using an AIA-A312 bond form. Other bond forms will not be accepted. 16. Retainage in the amount of 5% shall be held on all pay requests until the final acceptance of the project. 17. Contractor will be required to provide Professional Liability Insurance (PLI) and builders risk insurance in the amount of the bid. 18. 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. 19. Weld County is a tax-exempt entity. 20. Davis -Bacon and Buy American requirements are NOT required. BID REQUEST #B2400031 Page 13 21. Contractor will be required to enter into a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing Department and is available for viewing upon request. 22. Contractor will be required to provide pollution liability insurance with the following minimum limits: Per Loss $1,000,000 and Aggregate $1,000,000. SCHEDULE: 1. Contractor is responsible for providing and maintaining a full project schedule as well as a three week look ahead schedule throughout the life of this project. Contractor will have an updated project schedule available upon request. 2. The contractor will host a weekly coordination meeting with all associated contractors, and County representatives. At this time the contractor will provide the three (3) weeks look ahead schedule as well as all applicable updates to the overall project schedule. This will need to be submitted in person at the weekly meeting as well as sent electronically to the County project manager and construction team. Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish January 30, 2024 January 30, 2024 February 13, 2024 February 20, 2024 February 27, 2024 March 18, 2024 April 1, 2024 Immediately upon receipt of signed contract. January 1, 2025 PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being April 1, 2024. Construction Start August 1, 2024 Construction Complete January 15, 2024 Lead time: Div 11 (DEC) 4-6 wks shops/submittals & 14-16 wks delivery, upon approved shops/submittals. Lead time determines our mobilzation to site. GENERAL CONDITIONS: Due to the nature of construction and the sequencing of this project, Weld County will require the contractor to provide a breakout of all monthly general condition items and their associated costs. This will be used for determining actual cost for claims of delays caused by the owner. This cost shall include but is not limited to all supervision, project management, administrative, equipment, parking, fuel or vehicle expense, or any additional applicable fees and or cost that is associated with the contractor's management and operation of this project. BID REQUEST #62400031 Page 14 This cost is for the cost of additional general conditions if the project through no fault of the contractor is delayed or extended beyond the contractor's schedule. Any delays in schedule due to the contractor or its representatives will be the contractor's responsibility including all associated cost. Please provide a breakout per the chart below along with your line itemed total monthly general conditions cost. This breakout will only be used in the case of owner delays or additional scope added to the project. Contactors Additional Monthly General Conditions Lump Sum Cost: $ 26,150.00 GENERAL CONDITIONS MONTHLY BREAKOUT MONTHLY LINE -ITEM COST DESCRIPTION Superintendent $ 13,100.00 Project Manager $ 6,000.00 Project Coordinator $ 3,000.00 Vehicle $ 1,650.00 Telephone $ 100.00 Temp Toilets $ 250.00 Cleaning: daily/weekly $ 1,500.00 Dumpsters $ 550.00 $ $ $ TOTAL LUMP SUM COST BREAKOUT: Contractor will provide there pricing per the breakout below: DESCRIPTION LUMP SUM COST ARCHITECTURAL $ 721,739.00 MECHANICAL $ 88, 385.00 ELECTRICAL $ 96,745.00 PLUMBING $ 91.733.00 SECURITY ELECTRONICS $ 405,300.00 DIVISION 28 - DIVISION 11 - EQUIPMENT $ 685, 730.00 DETENTION & HARDWARE FIRE ALARM SYSTEM $18,000.00 SYSTEM $50,202.00 FIRE SUPPRESSION OTHER _ $ 380.750.00 TOTAL LUMP SUM COST $ 21538, 584.00 BID REQUEST #B2400031 Page 15 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 27, 2024: 1) Pages 9 thru 17 of the Bid Specifications/Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid .rn'ay result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may he disqualified. BID REQUEST #B2400031 Page 16 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid No. #B2400031. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying Bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM TCC Corporation BY Ernie Crownover (Please print) BUSINESS ADDRESS 609 Gyrfalcon Court, Unit D DATE 3.5.2024 CITY, Windsor STATE, CO ZIP CODE 80550 TELEPHONE NO 970.460.0583 FAX 970.460.0871 TAX ID # 84-0964449 SIGNATURE �� fir--- E-MAIL ecrownoveratcccorp.net WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES, THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0124 BID REQUEST #B2400031 Page 17 ADDENDUM#1 BID REQUEST NO. B2400031 Jail Booking Renovation Currently: Attachment D is currently the Security Electronics Integrator Specification. Change: Attachment D is to be deleted from the project specifications. Attachment Dt is to replace and supersede Attachment D. ***We need signed copy submitted with your bid. Thank void.** Addendum received by: TCC Corporation FIRM 609 Gyrfalcon Court. Unit D ADDRESS Windsor. CO 80550 CITY AND STATE Ernie Crownover BY ecrownoveratcccorp.net EMAIL February 7, 2024 ADDENDUM#2 BID REQUEST NO. B2400031 JAIL BOOKING RENOVATION 1) Currently: Below is the current schedule for this project: Date Of This Bid January 30, 2024 Advertisement Date January 30, 2024 Pre -Bid Conference February 13,2024 Bid Questions are Due February 20, 2024 Bids Are Due February 27, 2024 Bid Award Notice March 18, 2024 Contract Execution April 1, 2024 Construction Start Immediately upon receipt of signed contract. Construction Finish January 1, 2025 Change: Below is the revised schedule for this project: Date Of This Bid January 30, 2024 Advertisement Date January 30, 2024 Pre -Bid Conference February 13, 2024 Bid Questions are Due February 20, 2024 Bids Are Due March 5, 2024 Bid Award Notice March 25, 2024 Contract Execution April 8, 2024 Construction Start Immediately upon receipt of signed contract. Construction Finish January 1, 2025 ...We need signed copy submitted with your bid. Thank you!*** Addendum received by: TCC Corporation FIRM 609 Gyrfalcon Court Unit D ADDRESS Windsor. CO 80550 CITY AND STATE Emie Crownover Z BY ecrownover@tcccom.net EMAIL February 23, 2024 ADDENDUM #3 Jail Booking Renovation ***A signed copy must be submitted with your bid. Thank you!*** Addendum received by: February 28, 2024 TCC Corporation FIRM 609 Gyrfalcon Court. Unit D • ADDRESS Windsor. CO 80550 CITY AND STATE Ernie Crownover BY ecrownover@tcccoro.pet EMAIL ADDENDUM#4 BID REQUEST NO. B2400031 JAIL BOOKING RENOVATION 1) Currently: Bid documents do not include the soils report. Change: Jail Addition — 2 West Expansion — Geotechnical Engineering Report has been posted to BidNet. End of Addendum ...We need signed copy on file. Thank You!'" Addendum received by: TCC Corporation FIRM 609 Gyrfalcon Court Unit D ADDRESS Windsor. CO 80550 CITY AND STATE Ernie Crownover z BY ecrownover(dltcc coro.net EMAIL February 29, 2024 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYI� 3/25/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELYAMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTAY CT Renee McReynolds NAME: Ewing -Leavitt insurance Agency, Inc. P/UC.N0.02) (970)679-7344 I )00, No): (866)425-6180 5689 McWhinney Blvd AD Ns:ranee-mcreynolds@leavitt.com INSURER(S) AFFORDING COVERAGE NAIL # Loveland CO 80538 INsuRERA:Selective Insurance Company of America 012572 INSURED INSURER B : pinnacol Assurance 41190 TCC Corporation INSURERC:American Zurich Insurance Co 40142 609 Gryfalcon Ct INSURER D : Unit D INSURER E : Windsor CO 80550 INSURER F : COVERAGES CERTIFICATE NUMBER:23-24 update REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TTTTTYPE OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER POLICY EFF lagICIYYYY) (MMIDDIY ' (ram' LIMITS A X COMMERCIAL GENERAL LIABILITY I CLAIMS -MADE ❑X OCCUR X Blkt Addl Insureds X S2325490 5/1/2023 5/1/2024 EACH OCCURRENCE $ 1 , 000 , 000 PREM SES`Tro cE,Lce) $ 500,000 MED EXP (Any one person) $ 15,000 PERSONAL e,ADV INJURY $ 1,000,000 X Blkt Waiver Subrogation GENERAL AGGREGATE $ 3,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY E PE O LOC OTHER: PRODUCTS - COMP/OP AGG $ 3,000,000 A AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED _ AUTOS X HIRED AUTOS X Blkt Addl Insureds SCHEDULED AUTOS �— NON -OWNED X AUTOS X Blkt WOS X s2325490 5/1/2023 5/1/2024 COMBINED SINGLE LIMIT (Ea accident) $ l'.°°'..) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accidenU $ A X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE Follow Form S2325490 5/1/2023 5/1/2024 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 DED I IRETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y❑ OFF=rrY1EMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA y incl Blanket Waiver of Subrogation 4021079 7/1/2023 7/1/2024 X I STATUTE I I 2 -Fill E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE- EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500,000 C A Builders Risk Contractors Equipment BR73861347 52325490 5/1/2021 5/1/2023 continuous 5/1/2024 05,600,000anyonestructure $1000 deductible Leased/Rented Equip $250,000 limit DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Jail Booking Renovation - B2400031 Certificate holder is named as additional insured as respects work performed. Waiver of subrogation endorsements are provided in favor of the additional insureds. CERTIFICATE HOLDER CANCELLATION Weld County Colorado 1105 H Street SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Greeley, CO 80631 AUTHORIZED REPRESENTATIVE R McReynolds/RESTEI eGoei...% I ACORD 25 (2014/01) INS025 (2atac)) © 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* JAIL BOOKING REMODEL Contract Status CTB REVIEW Entity ID* @00034361 Contract Description * REMODEL THE JAIL BOOKING AREA BID #2400031 Contract Description 2 Contract Type" CONTRACT Amount* $2,538,584.00 Renewable* NO Automatic Renewal Grant IGA ❑ New Entity? Contract ID 8027 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 04/18/2024 GROUNDS 04/22/2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date * 02/03/2025 Committed Delivery Date Renewal Date Expiration Date* 02/03/2025 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head CURTIS NAIBAUER DH Approved Date 04/15/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 04/24/2024 Finance Approver CHERYL PATTELLI Legal Counsel KARIN MCDOUGAL Finance Approved Date Legal Counsel Approved Date 04/15/2024 04/16/2024 Tyler Ref # AG 042224 Originator CNAIBAUER March 14, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Chris Coulter Subject: JAIL BOOKING RENOVATION — B2400031 As advertised this bid is for the Jail Booking Renovation. The low bid is from TCC Corporation in the amount of $2,538,584.00 and meets the specifications. Therefore, the Facilities Department is recommending the award to TCC Corporation in the amount of $2,538,584.00. If you have any questions, please contact me at extension 2023. Sincerely, Chris Coulter Director O3/ 5 aoac-oCol Li 3GooacQ DATE OF BID: MARCH 5, 2024 REQUEST FOR: JAIL BOOKING DEPARTMENT: FACILITIES BID NO: B2400031 PRESENT DATE: MARCH 11, 2024 APPROVAL DATE: MARCH 25, 2024 VENDOR TCC CORPORATION 609 GYRFALCON COURT, UNIT D WINDSOR, CO 80550 ELDER CONSTRUCTION INC. 7380 GREENDALE RD, STE A WINDSOR, CO 80550 GROWLING BEAR CO INC. 2330 4TH AVENUE GREELEY, CO 80631 O -A -K COLORADO 202 6TH STREET, SUITE 200 CASTLE ROCK, CO 80104 RHINOTRAX CONSTRUCTION 1035 COFFMAN STREET, STE 100 LONGMONT, CO 80501 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverettAweld.gov cgeisertAweld.gov ttaylor@weld.00v Phone: (970) 400-4222, 4223 or 4454 START FINISH DATE DATE TOTAL 8/1/2024 1/15/2025 $2,538,584.00 4/8/2024 10/11/2024 $2,727,786.00 4/30/2024 4/30/2025 $3,150,365.00 4/1/2024 1/5/2025 $3,173,357.00 4/8/2024 1/1/2025 $3,375,351.00 2024-0614 3A I 6C -1O02(0 PAGE 2 DATE OF BID: MARCH 5, 2024 REQUEST FOR: JAIL BOOKING DEPARTMENT: FACILITIES BID NO: B2400031 ROCHE CONSTRUCTORS, INC. 361 71ST AVENUE GREELEY, CO 80634 KR CONSTRUCTION GROUP INC. 1029 S. SIERRA MADRE STREET COLORADO SPRINGS, CO 80903 5/1/2024 4/13/2024 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 1/1/2025 $3,375,700.00 1/1/2025 $3,704,167.10
Hello