HomeMy WebLinkAbout20231573.tiffConte cA- I pit -70Z?,
April 12, 2023
FACILITIES DEPARTMENT
PHONE: (970) 400-2020
FAX: (970) 304-6532
WEBSITE: www.co.weld.co.us
1105 H STREET
P.O. BOX 758
GREELEY, COLORADO 80632
To: Board of County Commissioners
From: Toby Taylor
Subject: Centennial Center Sidewalk Hatch & Door Replacement - 82300091
As advertised this bid is for the replacement of the sidewalk hatch and door at the Centennial Center.
The low bid is from TCC Corporation and meets specifications.
Therefore, the Facilities Department is recommending the award to TCC Corporation in the amount of
$29,983.00.
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
io
ConW1+ 09jalar).-
(0/5/ Z3
2023-1573
AGREEMENT FOR CONSTRUCTION SERVICES
BETWEEN WELD COUNTY & TCC CORPORATION
CENTENNIAL CENTER SIDEWALK HATCH & DOOR
�yREPLACEMENT PROJECT
THIS AGREEMENT is made and entered into this 5 `'flay of ,)(j , 2023, by
and between the Board of Weld County Commissioners, on behalf of the Facilities Department,
hereinafter referred to as "County," and TCC Corporation, hereinafter referred to as "Contractor".
WHEREAS, County desires to retain Contractor to perform construction services as
required by County and set forth in the attached Exhibits; and
WHEREAS, Contractor is willing to perform and has the specific ability, qualifications,
and time to perform the required construction services to provide the services according to the
terms of this Agreement; and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the
time, skill, expertise, and experience necessary to provide the equipment, materials and services
as set forth below;
NOW, THEREFORE, in consideration of the mutual promises and covenants contained
herein, the parties hereto agree as follows:
1. Introduction. The terms of this Agreement are contained in the terms recited in this
document and in the Exhibits, each of which forms an integral part of this Agreement and are
incorporated herein. The parties each acknowledge and agree that this Agreement, including the
attached Exhibits, define the performance obligations of Contractor and Contractor's willingness
and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement
and any Exhibit or other attached document, the terms of this Agreement shall control, and the
remaining order of precedence shall based upon order of attachment.
Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No.
B2300091.
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.
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 ail 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 lot 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
$29,983.00, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be
made by County unless a Change Order authorizing such additional payment has been specifically
approved by Weld County. If, at any time during the term or after termination or expiration of this
Agreement, County reasonably determines that any payment made by County to Contractor was
improper because the service for which payment was made did not perform as set forth in this
Agreement, then upon written notice of such determination and request for reimbursement from
County, Contractor shall forthwith return such payment(s) to County. Upon termination or
expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be
returned to County. County will not withhold any taxes from monies paid to the Contractor
hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment
of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly
enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other
expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement,
County shall have no obligations under this Agreement after, nor shall any payments be made to
Contractor in respect of any period after December 31 of any year, without an appropriation
therefore by County in accordance with a budget adopted by the Board of County Commissioners
in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government
Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution,
Article X, Sec. 20).
7. Independent Contractor. Contractor agrees that it is an independent contractor and that
Contractor's officers, agents or employees will not become employees of County, nor entitled to
any employee benefits (including unemployment insurance or workers' compensation benefits)
from County as a result of the execution of this Agreement. Contractor shall be solely responsible
for its acts and those of its agents and employees for all acts performed pursuant to this Agreement.
8. Subcontractors. Contractor acknowledges that County has entered into this Agreement
in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter
into any subcontractor agreements for the completion of this Work without County's prior written
consent, which may be withheld in County's sole discretion. County shall have the right in its
reasonable discretion to approve all personnel assigned to the Work during the performance of this
Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall
be assigned to the Work. Contractor shall require each subcontractor, as approved by County and
to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the
terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities
which Contractor, by this Agreement, assumes toward County. County shall have the right (but
not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by
Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible
for the acts and omissions of its agents, employees and subcontractors.
9. Ownership. All work and information obtained by Contractor under this Agreement or
individual work order shall become or remain (as applicable), the property of County. In addition,
all reports, data, plans, drawings, records and computer files generated by Contractor in relation
to this Agreement and all reports, test results and all other tangible materials obtained and/or
produced in connection with the performance of this Agreement, whether or not such materials are
in completed form, shall at all times be considered the property of the County. Contractor shall not
make use of such material for purposes other than in connection with this Agreement without prior
written approval of County.
10. Confidentiality. Confidential information of Contractor should be transmitted separately
from non -confidential information, clearly denoting in red on the relevant document at the top the
word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County
must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201,
et seq., with regard to public records, and cannot guarantee the confidentiality of all documents.
Contractor agrees to keep confidential all of County's confidential information. Contractor agrees
not to sell, assign, distribute, or disclose any such confidential information to any other person or
entity without seeking written permission from the County. Contractor agrees to advise its
employees, agrents, 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.
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
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 psovide 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
pruc nt, 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 .he 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: Brian Crownover
Position: Vice President
Address: 609 Gyrfalcon Court, Unit D
Address: Windsor, CO. 80550
E-mail: bcrownoverna,tcccorp.net
Phone: 970-460-0583
County:
Name: Toby Taylor
Position: Facilities Director
Address: 1105 H Street
Address: Greeley, CO 80632
E-mail: ttaylor@weldgov.com
Phone: 970-400-2021
19. Compliance with Law. Contractor shall strictly comply with all applicable federal and
State laws, rules and regulations in effect or hereafter established, including without limitation,
laws applicable to discrimination and unfair employment practices.
20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or
use other Contractors or persons to perform services of the same or similar nature.
21. EntireAgreement/Modifications. This Agreement including the Exhibits attached hereto
and incorporated herein, contains the entire agreement between the parties with respect to the
subject matter contained in this Agreement. This instrument supersedes all prior negotiations,
representations, and understandings or agreements with respect to the subject matter contained in
this Agreement. This Agreement may be changed or supplemented only by a written instrument
signed by both parties.
22. Fund Availability. Financial obligations of the County payable after the current fiscal
year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made
available. Execution of this Agreement by County does not create an obligation on the part of
County to expend funds not otherwise appropriated in each succeeding year.
23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-
50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld
County has any personal or beneficial interest whatsoever in the service or property which is the
subject matter -of this Agreement.
24. Survival of Termination. The obligations of the parties under this Agreement that by
their nature would continue beyond expiration or termination of this Agreement (including without
limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall
survive any such expiration or termination.
25. Severability. If any term or condition of this Agreement shall be held to be invalid,
illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed
and enforced without such provision, to the extent that this Agreement is then capable of execution
within the original intent of the parties.
26. Governmental Immunity. No term or condition of this Agreement shall be construed
or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits,
protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq.,
as applicable now or hereafter amended.
27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement
of the terms and conditions of this Agreement, and all rights of action relating to such enforcement,
shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or
allow any claim or right of action whatsoever by any other person not included in this Agreement.
It is the express intention of the undersigned parties that any entity other than the undersigned
parties receiving services or benefits under this Agreement shall be an incidental beneficiary only.
28. Board of County Commissioners of Weld County Approval. This Agreement shall
not be valid until it has been approved by the Board of County Commissioners of Weld County,
Colorado or its designee.
29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant
thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any
provision included or incorporated herein by reference which conflicts with said laws, rules and/or
regulations shall be null and void. In the event of a legal dispute between the parties, Contractor
agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute.
30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and
agrees that it does not knowingly employ or contract with an illegal alien who will perform work
under this Agreement. Contractor will confirm the employment eligibility of all employees who
are newly hired for employment in the United States to perform work under this Agreement,
through participation in the E -Verify program of the State of Colorado program established
pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an
illegal alien to perform work under this Agreement or enter into a contract with a subcontractor
that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract
with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify
Program or State of Colorado program procedures to undertake pre -employment screening or job
applicants while this Agreement is being performed. If Contractor obtains actual knowledge that
a subcontractor performing work under this Agreement knowingly employs or contracts with an
illegal alien Contractor shall notify the subcontractor and County within three (3) days that
Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal
alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting
with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the
contract if within three days the subcontractor provides information to establish that the
subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall
comply with reasonable requests made in the course of an investigation, undertaken pursuant to
C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor
participates in the State of Colorado program, Contractor shall, within twenty days after hiring a
new employee to perform work under the contract, affirm that Contractor has examined the legal
work status of such employee, retained file copies of the documents, and not altered or falsified
the identification documents for such employees. Contractor shall deliver to County, a written
notarized affirmation that it has examined the legal work status of such employee and shall comply
with all the otter requirements of the State of Colorado program. If Contractor fails to comply
with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate
this Agreement for breach, and if so terminated, Contractor shall be liable for actual and
consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if
Contractor receives federal or state funds under the contract, Contractor must confirm that any
individual natural person eighteen (18) years of age or older is lawfully present in the United States
pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under
the contract. li Contractor operates as a sole proprietor, it hereby swears or affirms under penalty
of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United
States pursuant to federal law, (b) shall produce one of the forms of identification required by
C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by
C.R.S. § 24-76.5-103 prior to the effective date of the contract.
31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of
$500,000 annually, or for public contracts for road or bridge construction in excess of $50,000,
Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least
eighty percent of the work under this Contract. "Colorado labor" means any person who is a
resident of the state of Colorado at the time of this 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 projevt 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 ifthe Work is funded wholly or in part with federal funds.]
32. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor,
concerning this Agreement, the parties agree that each party shall be responsible for the payment
of attorney fees and/or legal costs incurred by or on its own behalf.
33. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by
any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated
herein by reference shall be null and void.
Acknowledgment. County and Contractor acknowledge that each has read this Agreement,
understands it and agrees to be bound by its terms. Both parties further agree that this Agreement,
with the attached Exhibits A and B, is the complete and exclusive statement of agreement between
the parties and supersedes all proposals or prior agreements, oral or written, and any other
communications between the parties relating to the subject matter of this Agreement.
CONTRACTOR:
TCC Corporation
By:
Name: Brian crownover
Title: Vice President
WELD COUNTY:
ATTEST:
Weld C ; n y Clerk to the B
BY:
Deputy Clerk t
5/23/23
Date of Signature
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
x e.
Mike Freeman Chair JUN 0 5 2323
REQUEST FOR BID
WELD COUNTY, COLORADO
1150 O STREET
GREELEY, CO 80631
DATE: MARCH 14, 2023
BID NUMBER: B2300091
DESCRIPTION: CENTENNIAL CENTER SIDEWALK HATCH & DOOR REPLACEMENT
DEPARTMENT: FACILITIES
MANDATORY PRE -BID CONFERENCE DATE: MARCH 27, 2023
BID OPENING DATE: APRIL 10, 2023
Exhibit A
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:
CENTENNIAL CENTER SIDEWALK HATCH & DOOR REPLACEMENT
A mandatory pre -bid conference will be held on March 27, 2023 at 9:00 AM at the Weld County Centennial
Center located at 915 10th Street, Greeley, CO 80631. Meet in the courtyard in front of the Plaza South
Entrance. Bidders must participate and record their presence at the pre bid conference to be eligible to submit
bids.
Bids will be received until: April 10, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The
submitted bids will be read over a Microsoft Teams Conference Call on April 10, 2023 at 10:30 AM. To join,
call the phone number and enter the Conference ID provided below or you are invited to attend the bid
opening in person at the Weld County Administration Building, Fort St. Vrain Meeting Room, 1150 O Street,
Greeley, CO 80631.
Phone number: 720-439-5261 Phone Conference ID: 991 141 175#
PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE
REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN
PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7.
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 the 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. BidNet Direct is an
on-line notification system which is being utilized by multiple non-profit and governmental entities.
Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized
system.
Bid Delivery to Weld County:
A. Emailed bids are required. Email bids to bids@weldgov.com; however, if your bid exceeds 25MB
please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is
500 MB.
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 has been 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
on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone
not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing
the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or
instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set
forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal
Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal
must be filled out completely, in detail, and signed by the Bidder.
Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that
the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1,
entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure
place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not
properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld
County Controller; said request being received from the withdrawing bidder prior to the time fixed for award.
Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it
has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions
contained herein, failure to do so will be at the bidders' risk.
In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference
to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also
understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with
C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing,
lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any
and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid
that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s)
may be awarded to more than one vendor.
In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request
for Bid contained herein (including, but not limited to the product specifications and scope of services), the
formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County
Commissioners, together constitutes a contract, with the contract date being the date of signature by the
Chair of the Board of County Commissioners.
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
BID REQUEST #B2300091 Page 2
acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond
the current fiscal year.
B. Trade Secrets and other Confidential Information: Weld County discourages bidders from
submitting confidential information, including trade secrets, that cannot be disclosed to the public. If
necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal,
clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful
bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201,
et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the
confidentiality of all documents. The bidder is responsible for ensuring that all information contained within
the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV)
(Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical
data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review
the confidential materials to determine whether any of them may be withheld from disclosure pursuant to
CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will
not be responsible for redacting or identifying Confidential information which is included within the body of
the bid and not separately identified. Any document which is incorporated as an exhibit into any contract
executed by the County shall be a public document regardless of whether it is marked as confidential.
C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as
a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the
Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended.
D. Independent Contractor: The successful bidder shall perform its duties hereunder as an
independent contractor and not as an employee. He or she shall be solely responsible for its acts and those
of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder
n or any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The
successful bidder and its employees and agents are not entitled to unemployment insurance or workers'
compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such
coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will
be available to the successful bidder and its employees and agents only if such coverage is made available
by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment
taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful
bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or
u nderstanding, except as expressly set forth in the contract. The successful bidder shall have the following
responsibilities with regard to workers' compensation and unemployment compensation insurance matters:
(a) provide and keep in force workers' compensation and unemployment compensation insurance in the
amounts required by law, and (b) provide proof thereof when requested to do so by Weld County.
E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and
state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable
to discrimination and unfair employment practices.
F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be
applied in the interpretation, execution, and enforcement of the contract. Any provision included or
incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and
void.
G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the
enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement,
shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim
o r right of action whatsoever by any other person not included in the contract. It is the express intention of
the undersigned parties that any entity other than the undersigned parties receiving services or benefits
u nder the contract shall be an incidental beneficiary only.
H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful
BID REQUEST #B2300091 Page 3
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.
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
u njustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall
be the basis of any increase in the compensation payable hereunder.
N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement
in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall
n ot enter into any subcontractor agreements for the completion of this Project without County's prior written
consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable
discretion to approve all personnel assigned to the subject Project during the performance of this Agreement
and no personnel to whom County has an objection. in its reasonable discretion. shall be assigned to the
Project. The successful bidder shall require each subcontractor, as approved by County and to the extent
of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of
this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which
the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the
o bligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful
bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible
for the acts and omissions of its agents, employees and subcontractors.
O. Warranty: The successful bidder warrants that services performed under this Agreement will be
performed in a manner consistent with the standards governing such services and the provisions of this
Agreement. The successful bidder further represents and warrants that all services shall be performed by
qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that
all services will conform to applicable specifications. In addition to the foregoing warranties; Contractor is
aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty
period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship
o r performance.
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
BID REQUEST #B2300091 Page 4
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
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 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
BID REQUEST #62300091 Page 5
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.
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
General Requirements: Successful bidders 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. Successful bidders 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
Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured
retention. County reserves the right to require Successful bidder 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 Successful bidder. The County in no way warrants that the minimum
limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of
the performance of the work under this Contract by the Successful bidder, its agents, representatives,
employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate
and/or prudent, maintain higher limits and/or broader coverages. The successful bidder 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 successful bidder 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 successful bidder stipulates that it has met the insurance requirements identified herein. The successful
bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and
services provided, the timely delivery of said services, and the coordination of all services rendered by the
successful bidder and shall, without additional compensation, promptly remedy and correct any errors,
omissions, or other deficiencies.
INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents,
and employees, from and against injury, loss damage, liability, suits, actions, 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
successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful
bidder 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 successful bidder 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 successful bidder will be
responsible for primary loss investigation, defense and judgment costs where this contract of indemnity
BID REQUEST #B2300091 Page 6
applies. In consideration of the award of this contract, the successful bidder 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
successful bidder 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 successful bidder 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 successful bidder'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
successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such
successful bidder or subcontractor executes the appropriate sole proprietor waiver form.
Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an
insured contract, and defense costs, with the minimum limits must be 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
Automobile Liability: Successful bidder 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.
Successful bidders 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 Request for Bid.
Proof of Insurance: County reserves the right to require the successful bidder 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, Successful bidder's insurer shall name County as an additional insured.
Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against
County.
Subcontractors: All subcontractors, subcontractors, independent contractors, 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 Successful bidder. Successful bidder
shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as
insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful
bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, 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 #B2300091 Page 7
SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING:
Weld County
Centennial Center
Sidewalk Hatch and Door Replacement
PROJECT OVERVIEW:
Weld County is seeking lump sum bids to remove and replace the existing sidewalk hatch and hollow metal
door assembly located at the Weld County Centennial Center at 915 10th 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 removal and replacement of the existing stairwell sidewalk
hatch and the stairwell entry hollow metal frame and door per the project documents and this scope of work.
Attachment A: Project Documents
1. Contractor will be responsible for procuring and executing all scopes of work as outlined and specified
in the projects contract documents that have been provided during this bid request per the attachments
outlined above and this scope of work. This will include but not be limited to all labor, materials, and
equipment to complete the total scope of work. It is the contractor's responsibility at the time of bid
submission to ensure that all project specifications and requirements have been included per the project
documents provided.
PROJECT SPECIFIC TERMS AND CONDITIONS:
1. All submittals will need to be provided to the County project manager for review and approval no later
than thirty (30) days after contract execution.
2. Any additional work or scope that may result in changes must be submitted to the County project
manager in writing and approved before any work is to be started. If the contractor does not submit in
writing and receive written approval but starts any additional work, the contractor will be responsible for
all associated cost and or schedule impacts/delays.
3. Any clarification or information needed from the contractor must be submitted through a RFI (Request
for Information) for response. It is the contractor's responsibility for tracking and maintaining all RFI's.
An RFI log must be maintained and kept by the contractor and available for review at the weekly
coordination meeting or upon request.
4. Contractor and their representatives will need to park on the streets surrounding the building. All
associated costs for parking will be the responsibility of the contractor.
5. Contractor is responsible for all material handling and deliveries. Weld County will not accept any
deliveries made to the building. The contractor will use the work area(s) for any onsite storage that may
be needed.
BID REQUEST #B2300091
Page 8
6. Any use of space outside of the building will need to be coordinated through the City of Greeley. This
will include but not be limited to any sidewalk closures, street closures or parking spaces used for
staging areas or trash dumpsters. Weld County has no jurisdiction to approve any use of the right of
ways around the building. All permits and any fees for these permits will be the responsibility of the
contractor.
7. Contractor is responsible for ensuring public safety around and within their work area not only while
work is commencing but during off hours as well. This includes but is not limited barricades, fencing,
signage, hole coverings, and or lighting to prevent any one person from being able to enter the work area
and slip, trip, or fall into an open hole or over stored materials and or debris. Contractor must provide
the County with their plan to achieve this level of safety prior to any work commencing.
8. The contractor will provide a full-time superintendent or project manager on site while any work is
being performed.
9. Contractor will remove and replace the entry door and frame to stairwell. This is a like for like
replacement but must include the following. Substitutions will not be accepted.
• One (1) Standard grouted hollow metal frame.
• One (1) Hollow metal door.
• One (1) SFIC compatible BEST 9K3 storeroom function lever set.
• One (1) LCN 4040 overhead surface mount closure.
• One (1) Set Stanley FBB 168 heavy-duty hinges.
• Weather stripping
• Two (2) Hager 190S 10" height full width kick plates.
10. Door and frame to be painted in Sherwin Williams INT/EXT 100% Acrylic, Semi -Gloss Color 3176
Racoon.
11. Door hardware finish to be selected by owner through submittal process.
12. Contractor is responsible for all associated labor, equipment, and materials to remove and replace the
entry door and frame and shall have all cost included with their bid.
13. Stairwell sidewalk hatch must meet the specifications set forth in the project documents.
14. Any modifications to existing structure are to be part of this scope of work and included with the
contractors bid.
15. Contractor is responsible for any repair or replacement of the existing sidewalk that may need to be
removed to allow for the hatch replacement as well as any damage that may occur during the removal
and replacement.
16. Contractor is responsible for any X -Rays that may be needed on the existing concrete structure and
foundation.
17. The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been
properly stored in the designated areas at the end of each shift to ensure normal building operations are
not interrupted. If at any time Weld County personnel or contractors have to clean or move materials or
equipment that were not properly stored the contractor will assume all associated costs.
PROJECT CLOSE OUT:
1. Contractor will provide two (2) complete sets of 0 & M manuals.
2. Contractor will provide all manufacturer's warranty documentation for all equipment.
3. Contractor will provide a detailed report for all craftsmanship and labor warranties.
4. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain
all warranties.
5. Contractor will provide formal training as outlined and required by all manufacturer's recommendations
to Weld County's designated staff.
6. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County
personnel associated with this project.
BID REQUEST #B2300091 Page 9
WELD COUNTY STANDARD TERMS AND CONDITIONS:
1. All damages to building structure and finishes shall be repaired to original condition as a part of this
contract.
2. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived.
Any other fees associated with this project will be paid for by the contractor.
3. Contractor is responsible for the coordination and scheduling of all inspections that are required for all
scopes per the conditions of the Weld County Building Permit.
4. All electrical work will be done by a qualified State Licensed electrician.
5. All plumbing work will be done by a qualified State Licensed plumber.
6. All mechanical work will be done by a qualified State Licensed technician.
7. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that
could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred
will be the contractor's responsibility to repair or replace.
8. All lifting and hoisting equipment shall be provided by the contractor as needed.
9. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory
requirements.
10. No bid bond is required for this project.
11. Bids over $50,000 will require a payment (100%) and performance (100%) bond.
12. 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.
13. Weld County is a tax-exempt entity.
14. Davis -Bacon and Buy American requirements are NOT required.
15. Contractor to provide a lien release with each AEA payment application.
16. Contractor will be required to enter into a standard Weld County contract for this service. A standard
Weld County contract is available through the Weld County Purchasing department and is available for
viewing upon request.
SCHEDULE:
1. Contractor is responsible for providing and maintaining a full project schedule as well as a look ahead
schedule throughout the life of this project. Contractor will have an updated project schedule available
upon request.
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
March 14, 2023
March 14, 2023
March 27, 2023
April 3, 2023
April 10, 2023
April 26, 2023
May 10, 2023
Immediately upon receipt of signed contract
August 20, 2023
BID REQUEST #B2300091 Page 10
PROPOSED DATES:
Please provide proposed schedule dates with the expectation of contract execution being May 10, 2023.
Construction Start:
Construction Finish:
Fee:
Provide your total lump sum cost to complete the project.
Total Lump Sum Cost $
BID REQUEST #B2300091 Page 11
BID SUBMITTAL INSTRUCTIONS:
The following items must be completed and submitted with your bid
deadline of 10:00 AM on April 10, 2023:
on or before the bid opening
1) Pages 9 thru 13 of the Bid Specifications and/or Scope of Work.
2) W9, if applicable.*
3) Any future Addenda must be completed.
4) All other items as requested in the Bid Specifications and/or 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 #B2300091 Page 12
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 for Request No. #B2300091.
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 bids) may be awarded to more than one vendor.
FIRM
BUSINESS
ADDRESS
CITY, STATE, ZIP CODE
TELEPHONE NO
PRINTED NAME AND TITLE
SIGNATURE
E-MAIL
FAX TAX ID #
DATE
**ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID**
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 - 7.
ATTEST: BOARD OF COUNTY COMMISSIONERS
Weld County Clerk to the Board WELD COUNTY, COLORADO
BY:
Deputy Clerk to the Board Mike Freeman, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Controller
GS0223
BID REQUEST #B2300091 Page 13
Weld County
Centennial Center
Sidewalk Hatch and Door Replacement
B2300091 - QUESTION & ANSWERS
1. Question: What size is the roof hatch? I only show the following as standard sizes for the JD -
H20?
Answer: Please refer to project documents for hatch size. This replacement may not be one of the
standard sizes for the JD -H20.
Exhibit B
SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING:
Weld County
Centennial Center
Sidewalk Hatch and Door Replacement
PROJECT OVERVIEW:
Weld County is seeking lump sum bids to remove and replace the existing sidewalk hatch and hollow metal
door assembly located at the Weld County Centennial Center at 915 10th Street, Greeley, Colorado.
METHOD OF PROCUREMENT:
Request for Bid (1RFB): 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 removal and replacement of the existing stairwell sidewalk
hatch and the stairwell entry hollow metal frame and door per the project documents and this scope of work.
➢ Attachment A: Project Documents
1. Contractor will be responsible for procuring and executing all scopes of work as outlined and specified
in the projects contract documents that have been provided during this bid request per the attachments
outlined abovend this scope of work. This will include but not be limited to all labor, materials, and
equipment to complete the total scope of work. It is the contractor's responsibility at the time of bid
submission as ensure that all project specifications and requirements have been included per the project
documents provided.
PROJECT SPECIFIC TERMS AND CONDITIONS:
1. All submittals will need to be provided to the County project manager for review and approval no later
than thirty (30)days after contract execution.
2. Any additional work or scope that may result in changes must be submitted to the County project
manager in writing and approved before any work is to be started. If the contractor does not submit in
writing and receive written approval but starts any additional work, the contractor will be responsible for
all associated cost and or schedule impacts/delays.
3. Any clarification or information needed from the contractor must be submitted through a RFI (Request
for Information) for response. It is the contractor's responsibility for tracking and maintaining all RFI's.
An RFI log must be maintained and kept by the contractor and available for review at the weekly
coordination meeting or upon request.
4. Contractor aid their representatives will need to park on the streets surrounding the building. All
associated costs for parking will be the responsibility of the contractor.
5. Contractor is responsible for all material handling and deliveries. Weld County will not accept any
deliveries made to the building. The contractor will use the work area(s) for any onsite storage that may
be needed.
BID REQUEST #B2S00091 Page 8
6. Any use of space outside of the building will need to be coordinated through the City of Greeley. This
will include but not be limited to any sidewalk closures, street closures or parking spaces used for
staging areas or trash dumpsters. Weld County has no jurisdiction to approve any use of the right of
ways around the building. All permits and any fees for these permits will be the responsibility of the
contractor.
7. Contractor is responsible for ensuring public safety around and within their work area not only while
work is commencing but during off hours as well. This includes but is not limited barricades, fencing,
signage, hole coverings, and or lighting to prevent any one person from being able to enter the work area
and slip, trip, or fall into an open hole or over stored materials and or debris. Contractor must provide
the County with their plan to achieve this level of safety prior to any work commencing.
8. The contractor will provide a full-time superintendent or project manager on site while any work is
being performed.
9. Contractor will remove and replace the entry door and frame to stairwell. This is a like for like
replacement but must include the following. Substitutions will not be accepted.
• One (1) Standard grouted hollow metal frame.
• One (1) Hollow metal door.
• One (1) SFIC compatible BEST 9K3 storeroom function lever set.
• One (1) LCN 4040 overhead surface mount closure.
• One (1) Set Stanley FBBl68 heavy-duty hinges.
• Weather stripping
• Two (2) Hager 190S 10" height full width kick plates.
10. Door and frame to be painted in Sherwin Williams tNT/EXT 100% Acrylic, Semi -Gloss Color 3176
Racoon.
11. Door hardware finish to be selected by owner through submittal process.
12. Contractor is responsible for all associated labor, equipment, and materials to remove and replace the
entry door and frame and shall have all cost included with their bid.
13. Stairwell sidewalk hatch must meet the specifications set forth in the project documents.
14. Any modifications to existing structure are to be part of this scope of work and included with the
contractors bid.
15. Contractor is responsible for any repair or replacement of the existing sidewalk that may need to be
removed to allow for the hatch replacement as well as any damage that may occur during the removal
and replacement.
16. Contractor is responsible for any X -Rays that may be needed on the existing concrete structure and
foundation.
17. The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been
properly stored in the designated areas at the end of each shift to ensure normal building operations are
not interrupted. If at any time Weld County personnel or contractors have to clean or move materials or
equipment that were not properly stored the contractor will assume all associated costs.
PROJECT CLOSE OUT:
1. Contractor will provide two (2) complete sets of O & M manuals.
2. Contractor will provide all manufacturer's warranty documentation for all equipment.
3. Contractor will provide a detailed report for all craftsmanship and labor warranties.
4. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain
all warranties.
5. Contractor will provide formal training as outlined and required by all manufacturer's recommendations
to Weld County's designated staff.
6. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County
personnel associated with this project.
BID REQUEST #B2300091 Page 9
WELD COUNTY STANDARD TERMS AND CONDITIONS:
1. All damages to building structure and finishes shall be repaired to original condition as a part of this
contract.
2. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived.
Any other fees associated with this project will be paid for by the contractor.
3. Contractor is responsible for the coordination and scheduling of all inspections that are required for all
scopes per the conditions of the Weld County Building Permit.
4. All electrical work will be done by a qualified State Licensed electrician.
5. All plumbing work will be done by a qualified State Licensed plumber.
6. All mechanical work will be done by a qualified State Licensed technician.
7. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that
could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred
will be the contractor's responsibility to repair or replace.
8. All lifting and hoisting equipment shall be provided by the contractor as needed.
9. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory
requirements.
10. No bid bond is required for this project.
11. Bids over $501000 will require a payment (100%) and performance (100%) bond.
12. 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.
13. Weld County is a tax-exempt entity.
14. Davis -Bacon and Buy American requirements are NOT required.
15. Contractor to provide a lien release with each AIA payment application.
16. Contractor wil be required to enter into a standard Weld County contract for this service. A standard
Weld County contract is available through the Weld County Purchasing department and is available for
viewing upon request.
SCHEDULE:
1. Contractor is responsible for providing and maintaining a full project schedule as well as a look ahead
schedule throughout the life of this project. Contractor will have an updated project schedule available
upon request.
Below is the anticipated schedule for this project:
Date OfThis Bid
Advertisement Date
Pre -Bid Conference
Bid Questions are Due
Bids Are Due
Bid AwardNotice
Contract Execution
Construction Start
Construction Finish
March 14, 2023
March 14, 2023
March 27, 2023
April 3, 2023
April 10, 2023
April 26, 2023
May 10, 2023
Immediately upon receipt of signed contract
August 20, 2023
BID REQUEST #82300091 Page 10
PROPOSED DATES:
Please provide proposed schedule dates with the expectation of contract execution being May 10, 2023.
Construction Start: 6/26/2023
Construction Finish: 7/14/2023
Fee:
Provide your total lump sum cost to complete the project.
* Pricing is for a Bilco Alum hatch, JD-3AL H20.
* Lead times: shop drawings 1-2 weeks
Fabrication 3-4 weeks, upon approved
shop drawings.
* Acknowledge Q&A from 4/5/23.
Total Lump Sum Cost $ 29,983.00
BID REQUEST #62300091 Page 11
BID SUBMITTAL INSTRUCTIONS:
The following items must be completed and submitted with your bid on or before the bid opening
deadline of,10t0e AM on April 10.2023:
1) Pages 9 thru 13 of the Bid Specifications and/or Scope of Work.
2) W9, if appficable.*
3) Any future.Addenda must be completed.
4) At other items as requested in the Bid Specifications and/or 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 #B2300091 Page 12
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 for Request No. #62300091.
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 orporation
BUSINESS
ADDRESS 609 Gyrfalcon Court, Unit D
CITY, STATE, ZIP CODE Windsor, CO 80550
TELEPHONE NO 970.460.0583 FAX 970.460.0871
PRINTED NAME AND TITLE Brian Crowrrover. Vice President
SIGNATURE ?.
E-MAIL
TAX ID # 84-0964449
bcrownover@tcccorp.net
DATE 4.10.2023
**ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID**
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 - 7.
ATTEST: BOARD OF COUNTY COMMISSIONERS
Weld County Clerk to the Board WELD COUNTY, COLORADO
BY:
Deputy Clerk to the Board Mike Freeman, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Controller
GS0223
BID REQUEST #B2300091
Page 13
Form W"til
(Rev. October 2018)
Department of the Treasury
Internal Revenue Service
Request for Taxpayer
Identification Number and Certification
8. Go to www,irs.gov/FonnW9 for instructions and the latest information.
Give Form to the
requester. Do not
send to the IRS.
ai
p
rfr
i
o` 2
2 H
C
a Ile
2
I Nerve (as shewnan your income tax return). Name Is required an Oils t+e; de not leave this One blank.
TCC Corpocatien
2 Business naves/deuegarded entity name, if different from above
3 Check appropria! box for federal tax classification of the person whose name is entered on line 1. Check
following seven tmes.
❑ indiviaoouot ra rietor or El C Corporation
e� p p ❑ S Corporation ❑ Partnership
single-mernber LLC
El Limited OataOitycompany. Enter the tax classification (O -,C corporation, S=S corporation,,Partnership)
Note: Check the appropriate box in the Une atxthre fd'tho tax classification of the single -member owner.
Li.C if the utua dassined as a single -member LLC that Is defog.. from ate owner unless the
mother Lt.C ttxat Is not disregarded from the owner for U.S. federal tax purposes. Otherwise. a single
dls 9teefed from the owner should check the appropriate box tar the tax classification of its owner.
❑ Other (see n elu coons) ►
only one of the
❑ Trust/estate
►
4 Exemptions
certain entlties,
Instructions
Exempt payee
Exemption
code ( f any)
i t o ro •cco.......
(codes apply only to
not individuals; see
on page 3):
code (if any)
from FATCA reporting
au not oheck
owner of the t -. is
-member LW that
linen o�nree me us }
5 Address (number, street, and apt. or suite no.) See inetnx:Ilons.
609 Gyrfalcon Court, Unit D
Requester's name and address (optional)
e City, state, and 21P code
Windsor, CO80550
7 List account nemthsns) here (optional)
Enter your TIN In the appropriate box. The TIN provided must match the name given on line 1 to avoid ( Social security number
backup withholding. For Individuals, the is generally your sodas security number (SSN). However, for e
resident alien. sole pro ptietar, or disregarded entity, see the Instructions for Part I, later. For other
entitles, it is your employer identification number (EIN). If you do not have a number, see How to get a
TIN, later.
Note: If the account is in snore than one name, see the instructions for line 1. Also see What Name and
Number To Give the Requester for guidelines on whose number to enter.
Certiicattion _
rill
or
Employer identification number
8
4
0
9
6
4
4
4
9
Under penalties of perjury; I certify that
1. The number shown on this form is my correct taxpayer Identification number (or I am waiting fora number to be issued to me); and
2. I am not subject to backup withholding because: (a) I em exempt from backup withholdng, or (b) I have not been notified by the Internal Revenue
Service (IRS) that Ian subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject tobaekup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You must cross out Item 2 above If you have balm notified by the IRS that you are currently subject to backup withholding because
you have failed to report all irterest and dividends on your fax return. For real estate transactions, item 2 does not apply. For mortgage interest paid.
acquisition or abandortmentof secured property, cancellation of debt, contributions to an Individual retirement arrangement (IRA), and generetly, payments
other than Interest end dividends Yyou are not required to sign the certification, but you must provide your correct TIN. See the instruClions for Patin, later,
is tin Signature or
Here U.S person ►
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments, Co' the latest information about developments
related to Form W-9 and its instructions, such as legislation enacted
after they were published, go to www.Irs.gov/FormWB.
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an
information return with the IRS must obtain your correct taxPAyer
identification number (Tj which may be your social security number
(SSN), Individual taxpayer identification number (MN). adoption
taxpayer identification punier )ATIN), or employer identification number
(EIN), to repot on an Information return the amount paid to you, mother
amount reportable on as information return. Examples of information
returns include, but are nt tiimited to, the fotowimg.
• Form 1099-INT (interest earned or paid)
eeoe► t 27 1-3
• Form 1099-DIV (dividends, including those from stocks or mutual
funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross
proceeds)
• Form 1099-B (stock or mutual fund sales and certain other
transactions by brokers)
• Form 1099-S (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest), 1098-E (student loan interest),
1 098-T (tuition)
• Form 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only it you area U.S. person (Including a resident
alien), to provide your corract TIN,
If you do not serum Form W-9 fo the requester with a TIN, you might
be subject to backup withholding. See What is backup withholding,
Mater.
Cat. No. 102319 Form W-9 (Rey. 10-201 a)
Contract Form
New Contract Requ
En
Entity Name.
TCC CORPORATION
Entity ID.
P0O034361
Contract Narne
CENTENNIAL CENTER SIDEWALK HATCH & DOOR
REPLACEMENT
Contract Status
CTB REVIEW
New Entity?
Contract ID
7022
Contract Lead.
SGEESAMAN
Contract Lead Email
sgeesamanOco.weld.co.us; I
redfern@weldgov.com
Contract Description.
REPLACE SIDEWALK HATCH AND DOOR AT THE CENTENNIAL CENTER
Contract Description 2
Contract Type
CONTRACT
Amount.
$29,983.00
Renewable.
NO
Automatic Renewal
Parent Contract ID
Requires Board Approval
YES
Department Project #
Department Requested BOCC Agenda Due Date
BUILDINGS AND GROUNDS Date* 06103,2023
06/07;2023
Department Email
CM-
BuldingGround s8weldgov.c
om
Department Head Email
CM-BuildingGrounds-
DeptHead@weldgov.com
County Attorney
GENERAL COUNTY
ATTORNEY EMAIL
County Attorney Email
CM-
COUNTYATTORNEYZ ELDG
OV.COM
Will a work session with BOCC be required?*
NO
Does Contract require Purchasing Dept. to be included?
YES
Bid/RFP #*
82300091
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
OnBase
Effective Date
Review Date *
11'06,2023
Renewal Date
Termination Notice Period
Cot
ion
Cant
'of
Contact Name
Ira
Purchasing Approver
CHERYL PATTELLI
Approval Process
Department Head
TOBY TAYLOR
DH Approved Date
05/23,2023
11tal Approval
ROCC Approved
ROCC Signed Date
ROCC Agenda Date
06/05,2023
Originator
SGEESAMAN
Contact Type
Committed Delivery Date
Contact Email
Finance Approver
CHERYL PATTELLI
Expiration Date*
11/06/2023
Contact Phone 1
Purchasing Approved Date
05/23/2023
Finance Approved Date
05/23,2023
Tyler Ref #
AG 060523
Legal Counsel
MATTHEW CONROY
Contact Phone 2
Legal Counsel Approved Date
05'2311`2023
Hello