Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20221232.tiff
June 28, 2022 Con-II/act ID#(QC91 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: Elections Ballot Counting Room — Change Order 1(62200080) The vacant space at 1250 H Street is being remodeled to house the Elections Ballot counting function. It was noted there is insufficient lighting at the ballot drop box. Therefore, Facilities requested the cost of adding a light pole with all underground wiring that requires boring under the paved parking. The cost would be $18,799.32 and could be done during the remodel timeframe. Therefore, Facilities is recommending the change order be awarded TCC Corporation in the amount of $18,799.32.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director oknwr4 ovkvu G 1/11/PA. 2oZZ-i232 BC, OOZ4 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Elections Remodel — Change Order 1 DEPARTMENT: Facilities PERSON REQUESTING: Toby Taylor DATE: 6-27-2022 Brief description of the problem/issue: The vacant space at 1250 H Street is being remodeled to house the Elections Ballot counting function. During the primary election, it was noted there is insufficient lighting at the ballot drop box. Therefore, Facilities requested the cost of adding a light pole with all underground wiring to the project. The cost would be $18,799.32 and could be done during the remodel time. This would be an owner requested change order to the contract to provide the necessary lighting for the ballot drop box. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1. Deny the request for the change order. 2. Approve change order. Recommendation: Approve change order for the needed lighting at the ballot drop box before the general election. Approve Schedule Recommendation Work Session Other/Comments: Perry L. Buck Mike Freeman, Pro-Tem Scott K. James, Chair Steve Moreno Lori Saine CHANGE ORDER # 1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND TCC CORPORATION Date: June 28, 2022 Original Agreement: Weld County document no. 2022-1232 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 292,814.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 18,799.32 Current Change Order Amount $ 311,613.32 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: 1.f Date 6/28/22 Name: Brian crownover Title: Vice President ATTEST: diettAi 't1 Weld C. ty Clerk to the B. r BY: Deputy CI BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO cott K. James, Chair 'JUL 1 12022 Page 1of1 02c -/a 3 2- Exhibit A -Change Order # 1 TCC Corporation REQUEST FOR CHANGE PO Box 567 609 Gyrfalcon Ct, Unit D Windsor, CO 80550 Phone: 970-460-0583 Fax: 970-460-0871 No. 1 TITLE: Ballot Box Light Pole PROJECT: Weld County Elections TO: Curtis Naibauer Weld County Government 1150 O Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 06/22/2022 2216 Change Order to add 15'-0" light pole by the existing ballot drop off box at the Election's Office. Description I Amount Supply and install 15' light pole adjacent to the existing ballot box. Includes boring from ballot box to nearest existing light pole for power. Sawcut, demo, excavate, and pour new light pole base. General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $14,695.92 $1,275.00 $700.25 $46.77 $80.84 $333.42 $1,667.12 Total $18,799.32 APPROVAL: By; By: Curtis Naibauer Brian Crownover Date: Date: South Paw Electric Corp. 4433 E. County Line Rd. Erie, CO. 80516 Phone (303) 419-3710 Fax (720) 890-2906 Rob@southpawelectric.com 6/17/2022 TCC Corporation. 609 Gyrfalcon Ct Unit D Windsor, CO 80550 Steph McCormick RE: Weld County Elections Counting Room Change Order Proposal CO -001 Southpaw Electric Corp. proposes to furnish all labor and materials necessary to complete the Electrical installations for the proposed project located at 1205 H St Greeley, CO. The scope of this work includes installing all conduit, wire, fittings, and devices, unless noted otherwise, as is necessary to complete the electrical installation per the job walk on Tuesday 6-14-22. The scope of this work includes: Change Orders: o Ptoyide and install a new l5 Dole light adiacent to the ballot box • Provide sub -contract to Advanced Underground to directional bore from the nearest existing pole base to the location of the new pole • Provide conduit and wire tied into existing circuitry at the nearest existing pole • Provide and install 15, square pole with LED head Forming, Concrete and rebar by others • Any changes or additions not Included in this proposal and/orplans, win be priced accordingly. All change orders must be documented and signed by all parties prior to work being started on any change orders. No Sales Tax is included, please provide the necessary tax certificate State Electrical permit fee is included. This proposal DOES NOT include (unless noted otherwise in this proposal): o Temporary Lighting. o Excavation/Trenching Backfill or Compaction o Fire Alarm o Anything to do with Audio System or Speakers. o Anything to do with Security System or Devices, except back boxes and raceway. o Control wiring or connections to any Mechanical Equipment. o Concrete Sawing/Coring, Removal, Excavation or Patching. o Utility Fees. o Appliance Pigtails. o Anything to do with Data and Television other than the conduit above ceiling and boxes. o Anything related to the installation of Concrete. o Devices, Cable and Connections related to the Fire Alarm System. o Roof Penetrations or Roof Jacks. o Access Panels/Doors. o Exhaust Fans or Ducting. o Any Installations Not Specifically Stated Within This Proposal. Base Electrical cost of the CO -001, for the sum of...$3,638.32 Cost of the pole light, for the sum of...$3812.60 Sub -contract to directional bore, for the sum of...$7,245.00 Total change order cost...$14,695.92 Like most trades, we are facing shortages of available materials that could be problematic, and escalation of material costs. We reserve the right to request compensation of unexpected increases in material costs This proposal is based on normal working hours of (7:00AM —3:30PM) Monday through Friday all overtime and afterhours work will be completed at a premium charge. This proposal does not include sawing, coring, removal, or replacement of concrete floor. This proposal does not include anything to do with control wiring for any Mechanical or Kitchen Equipment. This proposal does not include any utility fees, sheetrock patching, roof patching, or other repair work. This proposal includes all labor, materials, as built drawings, and all other applicable fees. This proposal presented by: (Robert Rankin Estlmator/Pro)ect Manager, Soon paw Electric Corp) This proposal accepted by: This proposal is based on the construction documents provided. All work to be ihstakd in a neat and workman tike manner. All installations to meet current NEC standards. Payment required 30% initial tostart up, remainder billed every 30 days based on percentage complete. All invoices due m 30 days. Additional work will be completed and billed as a change order agreement between the authorized parties. This proposal includes all permit fees. whoa tax, and all other applicable fees. If payment is not made when due, the unpaid balance owing shall draw an interest of ig percent per annum. If payments are not timely made, owner/contractor agrees tapaySouth.POW Electric Corporation's attorney fees and distofault, incurred in collecting the amounts owing. This agreement shall be constructed in accordance with Cobra. State taws Southpaw Electric will provide al -year parts. and labor warranty from the date of substantial completion. This proposal is valid for (30, days., 2IPag Contract Form Entity Information Entity Name* TCC CORPORATION New Contract Request Entity ID* 800034361 Contract Name* ELECTIONS BALLOT COUNTING ROOM (2022-12321 Contract Status CTB REVIEW Contract Description* CHANGE ORDER 8 I LIGHTING AT DROP OFF BALLOT BOX Contract Description 2 Contract Type* CHANGE ORDER Amount* S18,799.32 Renewable* NO Automatic Renewal Grant IGA ❑ New Entity? Contract ID 6097 Contract Lead* SGEESAMAN Contract Lead Email sgeesaman0a=co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project if Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 07,07:2022 07,1112022 Department Email CM- BuildingGroundslYweldgov.c om Does Contract require Purchasing Dept. to be included? Department Head Email YES CM-BuildingGrounds- DeptHeadTweldgov.com Bid/RFPI* B2200080 Will a work session with BOCC be required?* NO County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO R N EY a WELDC OV'.COM If this is a renewal enter previous Contract If this is part of a PISA enter PISA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date. Renewal Date 12 05 2022 Termination Notice Period Committed Delivery Date Expiration Date • 12:0512022 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 07;01;2022 Approval Process Department Head TOBY TAYLOR OH Approved Date 06'29; 2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07 11, Originator SGEESAMAN Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER. Finance Approved Date Legal Counsel Approved Date 06f29'2022 07;01/2022 Tyler Ref # AG 071122 Coo -WO O- I Dia5a33 AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & TCC CORPORATION WELD COUNTY ELECTIONS BALLOT COUNTING ROOM & VETERANS SERVICE OFFICE RENOVATIONS THIS AGREEMENT is made and entered into this '* day of , 2027, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and TCC Corporation whose address is 609 Gryfalcon Court Unit D Windsor, CO 80550, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: 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: I. Introduction. The terms o this Agreement are contained in the terms recited in this document and in Exhibits A and B, e h of which forms an integral part of this Agreement. Exhibits A and B are specifically incorpora d herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2200080". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor 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 described in the Exhibits which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. CC: eonSe-n+ Hoe.nCa- 071461"�� ZU22 �23Z Own /22 &NI:2A $CvOOZq 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A&B. 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. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. 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. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. 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. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $292,814.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. 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. 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 from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 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 Project without County's prior written consent, which may be withheld in County's sole discretion. 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. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor 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. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. 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. Acceptance by the County of, or payment for, the services 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 and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. 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 this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The 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. INDEMNITY: The Contractor 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 Contractor to conform to any statutes, ordinances, regulation, 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. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor'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 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 with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional'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 coverage's required of Contractor/Contract Professional. Contractor/Contract Professional 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. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. 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. 15. Examination of Records. To the extent required by law, the Contractor agrees that an 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. 16. 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. 17. 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. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance 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 (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: TCC Corporation Attn.: Ernie Crownover, President Address: 609 Gryfalcon Court Unit D Address: Windsor, CO 80550 E-mail: ecrownover@tcccorp.nct Telephone: (970) 460-0583 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@co.weld.co.us Facsimile: 970-304-6532 18. 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. 19. 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. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. 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. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state 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. 23. 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. 24. Governmental Immunity. No term or condition of this 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. 25. 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. 26. 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. 27. 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. 28. 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 contract. 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 or 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 the public contract for services 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 an 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 of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United CONTRACTOR: States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 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. WITNESS WHEREOF, the parties hereto have signed this Agreement this , 2022. TCC Corporation By: EaN i e. CRecspou• Name: 2= Title: Tr1' day of Date S/zbiza Zz- WELD COUTititi4) 0 •„e. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld Ct Clerk to the Beard WELD COUNTY, COLORADO BY: Deputy `/-rkto he B ` 4 Mike Freeman, Pro-Tem JUN 0 8 2022 Exhibit A REQUEST FOR BIDS WELD COUNTY, COLORADO 1150 0 STREET GREELEY, CO 80631 DATE: APRIL 6, 2022 BID NUMBER: B2200080 DESCRIPTION: ELECTIONS BALLOT COUNTING ROOM AND VETERANS SERVICES OFFICE BUILDING RENOVATIONS DEPARTMENT: FACILITIES PRE -BID CONFERENCE: APRIL 14, 2022 BID OPENING: APRIL 28, 2022 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: ELECTIONS BALLOT COUNTING ROOM & VETERANS SERVICES OFFICE BUILDING RENOVATIONS A mandatory pre -bid conference will be held on April 14, 2022 at 8:00 AM at the Weld County Clerk & Recorder building located at 1250 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be authorized to submit bids. Bids will be received for the above stated merchandise, equipment, and/or services up to, but not later than: April 28, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on April 28, 2022 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, St. Vrain Meeting Room, 1150 0 Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 113603575 PAGES 1 — 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https.//www.bidnetdirect.con/. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendurns, and awards on this one centralized system. Bid Delivery to Weld County: 1. Emailed bids are required. Email bids to bads c@i,weldgov,com: however, if your bid exceeds 25MB please upload your bid to https://wtiwv.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. 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 we receive your bid/proposal. Please call Purchasing at 970-400-4223 or 4222 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the 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, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS: Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder 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 or the State of Colorado program established pursuant to C.R.S. §8-'17.5-102(5)(c). Successful bidder 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 Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under BID REQUEST #82200080 Page 2 this Agreement. Successful bidder 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 Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder 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. Successful bidder 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. Successful bidder 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 Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder 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. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder 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, Successful bidder 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 Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder 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. 5. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated. budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. 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. BID REQUEST #62200080 Page 3 D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. 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. BID REQUEST #B2200080 Page 4 M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of ail 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. BID REQUEST #B2200080 Page 5 S . Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion. in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U . Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. ✓ . Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld X. Taxes: County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits BID REQUEST #B2200080 Page 6 contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance. The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000.000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability) 4 BID REQUEST #62200080 Page 7 The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals; sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #82200080 Page 8 BID SPECIFICATIONS Elections Ballot Counting Room and Veterans Services Office Building Renovations OVERVIEW This bid is to renovate and finish an unfinished space in the Weld County Clerk and Recorder building located at 1250 H Street, Greeley, CO 80631 to accommodate a new ballot counting area and Veterans Services offices. SPECIFICATIONS: 1. This project will involve selective demolition and reconfiguration of interior partitions, doors, frames, hardware, flooring, ceilings, lighting, electrical, mechanical and plumbing systems (see attached construction documents) . 2. Demo and replace all areas of ceilings necessary to facilitate the removal and replacement of ductwork. 3. New carpet and rubber wall base at carpeted areas is furnished and installed by owner. All other flooring, base and finishes are by contractor as noted in the drawings. 4. Remove and replace sidewalks shown on plans at north parking lot to create a new handicapped entrance as part of the base bid. Sprinkler system repair and sod replacement required to repair damages from sidewalk replacement shall be included in this price. 5. The existing fire alarm and sprinkler systems will need to be modified by a state authorized design/build contractor. All fees for design and permits associated with this are responsibility of bidder. 6. Construction work can be done during normal working hours if it doesn't create noise, dust or any disruption to the building occupants or customers. Any work that impacts the operations of the building will need to be done during non -working hours. Staging areas and trash dumpsters will need to be located away from the building so that access to the building and parking are not affected. All deliveries will need to be scheduled so that building entrances and public areas are not being interrupted and access for customers and employees is not impeded. The Clerk and Recorder building is normally open for business from 8:00 AM to 5:00 PM Monday through Friday. 7. Contractor shall develop a construction schedule highlighting milestones and activities. The project schedule will focus on the completion of the ballot counting area ahead of the Veterans Services offices. Both areas can be in progress simultaneously but the completion of the ballot counting area is priority and needs to be completed by the schedule included below. The Veterans Services offices can be completed after the ballot counting area if necessary. 8. The building's HVAC controls are Delta Controls version 4.18 by SetPoint. All modifications to controls will be by SetPoint and included in the contractors bid. 9. 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 by the contractor. 10 Based on a contract being ready by May 23, 2022, provide construction start and finish dates for the ballot counting area in the spaces provided below. 11. Davis -Bacon and Buy American requirements are NOT required. 12. No bid bond is required for this project. 13. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 14. All trash and debris to be properly disposed of offsite. 15. Weld County is a tax-exempt entity. 16. Contractor will be required to provide builders risk insurance in the amount of the bid and professional liability insurance. Costs for these insurances shall be included in the bid price. BID REQUEST #B2200080 Page 9 17. Contractor will be required to enter into a contract for this service SCHEDULE: Below is the anticipated schedule for this project: Date of this Bid Posted on BidNet Direct Pre -bid Conference Bids Are Due Bid Award Notice Contract Execution Construction Start Ballot Counting Room Completion Veterans Office Completion PROPOSED SCHEDULE: April 6, 2022 April 6, 2022 April 14, 2022 April 28, 2022 May 16, 2022 May 23, 2022 Immediately upon receipt of signed contract August 1, 2022 October 1, 2022 Please provide proposed start and completion dates for this project. START DATE COMPLETION DATE FEES Provide turnkey cost for the base bid. TOTAL PRICE $ BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on April 28, 20 22 : 1. Page 9 of the Bid Specifications. 2. Completed page 10 of the Bid Specifications. 3. Completed page 11 of the Bid Specifications. 4. W9, if applicable* 7. Any future Addenda must be completed. *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. BID REQUEST #62200080 Page 10 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. 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 proposal for Request No_ #B2200080. 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 proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal 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 wait any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the bests interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE DATE FAX TAX ID # E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY - BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Controller BID REQUEST #B2200080 Page 11 ADDENDUM#1 BID REQUEST NO B2200080 ELECTIONS BALLOT COUNTING ROOM AND VETERANS SERVICES OFFICE BUILDING RENOVATIONS 1) Currently Door and hardware schedule on page A3 shows doors 107, 108, 109 and 110 frame elevations as FE -1 Change Revise door and hardware schedule, doors 107, 108, 109 and 110 to show frame elevation FE -3 2) Currently No project specifications are included in the bid package Change Add specification manual posted on BidNet 3) Currently Mechanical drawings provided on BidNet dated 3/21/22 are not correct Delete pages MO 01, MO 02, MO 10, M1 00, M1 10, M2 00 and M2 10 Change New mechanical drawings MO 01, MO 02, MO 10, M1 00, M1 10, M2 00 and M2 10 dated 3/22/22 have been posted to BidNet Replace deleted mechanical drawings with these new,pages ***We need signed copy submitted with your bid Thank your*** Addendum received by FIRM ADDRESS CITY AND STATE BY EMAIL April 20, 2022 Elections Ballot Counting Room and Veterans Services Office Building Renovations B2200080 - QUESTION & ANSWERS April 20, 2022 1. Question: Could you provide a picture of the electrical panels and fire panels? Room was locked during the pre -bid meeting. Answer: See pictures below 2. Question: Doors 105, 107, 109 and 110 appear on the drawings to have a sidelight. Is this correct? Answer: Yes, these door frame should have sidelights. See Addendum #1. 3. Question: Do we know the height to deck? Answer: It varies. The highest point is about 15'. 4. Question: The (2) columns in election counting room, are we just painting? Or wrapping and painting? Answer: Columns shall be framed, drywalled to above ceiling and painted. 5. Question: M2.10, are there work notes? Answer: See addendum #1 6. Question: On the existing windows, is there any work to them? Paint? Blinds? Answer: Windows and sil's are existing. Paint drywall around windows. Owner will provide and install blinds. 7. Question: Door and Hardware schedule, A3, calls out proxy door in remarks. Is GC just providing conduit /.1 box and owner provides CR? Answer: GC will provide all door hardware called out for door and all conduit and boxes to above ceiling with pull strings. Owner will provide card reader and all cabling for proxy doors. 8. Question: Note on page A2 states that "as built plans shows existing wall extend to deck. Install GDW on one side of existing studs". Does this mean that the drywall extends to deck already? 1 Answer: No. Existing drywall stops just above ceiling grid. Part of this contract is to extend the drywall on all walls in the Election Counting Room 101 to deck to secure the area. 9. Question: Plans call for solid surface countertop and edges at Veterans Services window but no specifications are given. Answer: Solid Surface material shall be Hanex HL -038, Amber 10. Question: where curb and gutter is removed for the new ramp at the exterior of the building, is there any asphalt work to be done here? Answer: if the existing asphalt is damaged due to the work in this area, removal of damaged areas and asphalt patching will be required to repair the area back to original condition. 2 Elections Ballot Counting Room and Veterans Services Office Building Renovations B2200080 - QUESTION & ANSWERS 2 04/21/22 1. Question: Section 08700 Keys, list keys to be supplied for project, master keys? Construction keys? Is this in our scope? Answer: All keys will be provided by owner. 2. Question: Division 10 lists interior department letters and room signs. I don't see in the drawings where this is called out? Is this in our scope? Answer: All signage will be provided by owner. Exhibit B BID SPECIFICATIONS Elections Ballot Counting Room and Veterans Services Office Building Renovations OVERVIEW: This bid is to renovate and finish an unfinished space in the Weld County Clerk and Recorder building located at 1250 H Street, Greeley, CO 80631 to accommodate a new ballot counting area and Veterans Services offices. SPECIFICATIONS: 1. This project will involve selective demolition and reconfiguration of interior partitions, doors, frames, hardware, flooring, ceilings, lighting, electrical, mechanical and plumbing systems (see attached construction documents). 2 Demo and replace all areas of ceilings necessary to facilitate the removal and replacement of ductwork. 3. New carpet and rubber wall base at carpeted areas is furnished and installed by owner. All other flooring, base and finishes are by contractor as noted in the drawings. 4. Remove and replace sidewalks shown on plans at north parking lot to create a new handicapped entrance as part of the base bid. Sprinkler system repair and sod replacement required to repair damages from sidewalk replacement shall be included in this price. 5. The existing fire alarm and sprinkler systems will need to be modified by a state authorized design/build contractor. Ali fees for design and permits associated with this are responsibility of bidder. 6. Construction work can be done during normal working hours if it doesn't create noise, dust or any disruption to the building occupants or customers. Any work that impacts the operations of the building will need to be done during non -working hours. Staging areas and trash dumpsters will need to be located away from the building so that access to the building and parking are not affected. All deliveries will need to be scheduled so that building entrances and public areas are not being interrupted and access for customers and employees is not impeded. The Clerk and Recorder building is normally open for business from 8:00 AM to 5:00 PM Monday through Friday. 7 Contractor shall develop a construction schedule highlighting milestones and activities. The project schedule will focus on the completion of the ballot counting area ahead of the Veterans Services offices. Both areas can be in progress simultaneously but the completion of the ballot counting area is priority and needs to be completed by the schedule included below. The Veterans Services offices can be completed after the ballot counting area if necessary. 8. The building's HVAC controls are Delta Controls version 4.18 by SetPoint. All modifications to controls will be by SetPoint and included in the contractors bid. 9. 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 by the contractor. 10 Based on a contract being ready by May 23, 2022, provide construction start and finish dates for the ballot counting area in the spaces provided below. 11. Davis -Bacon and Buy American requirements are NOT required. 12. No bid bond is required for this project. 13. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 14. All trash and debris to be properly disposed of offsite. 15. Weld County is a tax-exempt entity. 16. Contractor will be required to provide builders risk insurance in the amount of the bid and professional liability insurance. Costs for these insurances shall be included in the bid price. BID REQUEST #B2200080 Page 9 17. Contractor will be required to enter into a contract for this service. SCHEDULE: Below is the anticipated schedule for this project: Date of this Bid Posted on BidNet Direct Pre -bid Conference Bids Are Due Bid Award Notice Contract Execution Construction Start Ballot Counting Room Completion Veterans Office Completion PROPOSED SCHEDULE: April 6, 2022 April 6, 2022 April 14, 2022 April 28, 2022 May 16, 2022 May 23, 2022 Immediately upon receipt of signed contract August 1, 2022 October 1, 2022 Please provide proposed start and completion dates for this project. FEES: Provide turnkey cost for the base bid BID SUBMITTAL INSTRUCTIONS: START DATE 5/31/2022 COMPLETION DATE 8/31/2022 Ballot Countring Room 8/1/2022 TOTAL PRICE- $ 292.814.00 The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on April 28, 2022: 1. Page 9 of the Bid Specifications. 2. Completed page 10 of the Bid Specifications 3. Completed page 11 of the Bid Specifications 4. W9, if applicable* 7. Any future Addenda must be completed. *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. BID REQUEST #B2200080 Page 10 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. 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 proposal for Request No. #62200080. 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 proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal 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 wait any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the bests interests of Weld County. The bids) may be awarded to more than one vendor. FIRM TCC Corporation BY Ernie Crownover (Please print) BUSINESS ADDRESS 609 Gyrfalcon Court. Unit D DATE 4/28/2022 CITY, STATE, ZIP CODE Windsor, CO 80550 TELEPHONE NO 970.460.0583 FAX 970.460.0871 TAX ID # 84-0964449 SIGNATURE -2,— .�--- E-MAIL ecrownover@tcccorp.net WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair S APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller BID REQUEST #62200080 Page 11 ADDENDUM#1 BID REQUEST NO. B2200080 ELECTIONS BALLOT COUNTING ROOM AND VETERANS SERVICES OFFICE BUILDING RENOVATIONS Currently: Door and hardware schedule on page A3 shows doors 107, 108, 109 and 110 frame elevations as FE -I. Change: Revise door and hardware schedule, doors 107, 108, 109 and 110 to show frame elevation FE -3. 2) Currently: No project specifications are included in the bid package Change: Add specification manual posted on BidNet. 3) Currently: Mechanical drawings provided on BidNet dated 3/21/22 are not correct. Delete pages M0.01, M0.02, M0.10, M1.00, M1.10, M2.00 and M2.10. Change: New mechanical drawings M0.01, M0.02, M0.10, M1.00, M1.10, M2.00 and M2.10 dated 3/22/22 have been posted to BidNet. Replace deleted mechanical drawings with these new pages. **Me need signed copy submitted with your bid. Thank vou!*tt Addendum received by: TCC Corporation FIRM 609 Gyrfalcon Court, Unit D ADDRESS Windsor; CO 80550 CITY AND STATE BY Ernie Crownover ecrownover@teccorp.net EMAIL April 20, 2022 AC Ra'® CERTIFICATE OF LIABILITY INSURANCE ifti DATE(MMIDD"YYY) 5/18/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Ewing -Leavitt Insurance Agency, Inc. 4090 Clydesdale Parkway Suite 101 Loveland CO 80538 CON 'AC f Renee McReynolds NAME: ((A//C PHONE(970)679-7344Ext): (970)679-7344 I Svc, No): (866)425-6180 E-MAILADDRESS:renee-mcreynolds@leavitt.com INSURER(S) AFFORDING COVERAGE NAIC S INSURER A: Selective Insurance Company of America 012572 INSURED TCC Corporation P O Box 567 Windsor CO 80550 INSURER B : Pinnacol Assurance 41190 INSURER C: INSURERD: INSURER E : INSURERF: COVERAGES CERTIFICATE NUMBER: 22-23 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X Y S2325490 5/1/2022 5/1/2023 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) 500,000 I CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 15,000 x Blkt Waiver of Subrogation PERSONAL &ADVINJURY $ 1,000,000 x Blkt Additional Insureds GENERAL AGGREGATE $ 3,000,000 GEN'LAGGREGATE POLICY OTHER: X LIMIT APPLIES PRO- JECT PER: LOC PRODUCTS-COMP/OPAGG $ 3,000,000 $ A AUTOMOBILE X _ X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS Blkt WOS X X SCHEDULED AUTOS NON -OWNED AUTOS Blkt Add) Insureds X y S2325490 5/1/2022 5/1/2023 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLALIAB EXCESS LIAR X OCCUR CLAIMS -MADE X Y Follow Form S2325490 5/1/2022 5/1/2023 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 $ DED I I RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N /A y incl Blanket Waiver of Subrogation 4021079 7/1/2021 7/1/2022 X PER '21R -H- STATUTE ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE- EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500,000 A Contractors Equip S2325490 5/1/2022 5/1/2023 Rented/Leased Equip $250,000 limit DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if mom space is required) Re: Weld County Elections Ballot Counting Room & Veterans Service Office Renovations; Certificate holder is named as additional insured as respects work performed. Waiver of subrogation endorsements are provided in favor of the additional insureds. CERTIFICATE HOLDER CANCELLATION Weld County Colorado 1150 O Street Greeley, CO 80631 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE R McReynolds/RESTEI �. vlee,..`1'�t1 "0% ACORD 25 (2014/01) INS025 (201401) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* TCC CORPORATION Contract Name* ELECTIONS! VETERANS RENOVATION Contract Status CTB REVIEW Entity ID* x`00034361 Contract ID 5833 Contract Lead* SGEESAMAN Contract Lead Email sgeesarrianOco.weld.co.us Parent Contract ID Requires Board Approval YES Department Project I Contract Description* RENOVATE SPACE AT 1 250 N 1 7TH AVE FOR ELECTIONS BALLOT COUNTING & VETERAN SERVICES Contract Description 2 Contract Type CONTRACT Amount* $292,814.00 Renewable* NO Automatic Renewal Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgov.c OM Department Head Email CM-SuildingGrounds- DeptHeadCweldgov.com County Attorney GENERAL COUNTY A l I ORNEY EMAIL County Attorney Email CM- COUNTYA I I O RN EY x" WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract If? Requested BOCC Agenda Date* 05'302022 Will a work sessi NO Due Date 051'26,=2022 C be required?* Does Contract require Purchasing Dept. to be included? YES Bid /RFP #* 82200080 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Review Date* 12,'29;2022 e Termination Notice Period Committed Delivery Date. Expiration Date 12 24,'2022 Contact Information Contact info Contact Name Purchasing Purchasing CHERYL PA I I'ELLI Approval Pro+ Department Head TOBY TAYLOR OH Approved Date 05/.31 /2022 Final Approval C BOCC Signed Date BOCC Agenda Date 06/08/2022 Originator SGEESAMAN Contact Type Contact Email Finance Approver CHERYL PA I I ELL{ Contact Phone 1 Contact Phone 2 Purchasing Approved Date 06/02,'2022 Finance Approved Date 05 01,2022 Tyler Ref # AG 060822 Legal Counsel BRUCE BARKER Legal Counsel Approved Date 06.'02;`2022 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 May 16, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Elections Ballot Counting Room and Veterans Services Office Building Renovations; B2200080 (Amended) As advertised this bid is for the new Elections Ballot Counting Room and Veterans Services Office Building Renovations. The low bid from Anderson Construction CO., INC from Denver, Colorado in the amount of $292,340.00 meets specifications. The second low bid is from TCC Corporation from Windsor, CO in the amount of $292,814.00 and meets specifications. This is a difference of $474.00. According to Weld County Charter, ARTICLE XIV - FINANCE AND BUDGET, Section 14-9 and Weld County Code Sec. 5-4-30(3) - Bid regulations: The County Commissioners shall give preference to resident Weld County bidders in all cases where the bids are competitive in price and quality. Since the second low bid meets specifications, it is indeed competitive in price and quality. And TCC Corporation is a company based in Windsor which is a town within Weld County. The Board of County Commissioners agreed these two items met the intent of the Charter and Code. Therefore, the award of the bid is to TCC Corporation in the amount of $292,814.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 5/l 1p Z o2,2-1232 36i 0 ON WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpetersna.weldgov.com E-mail: reverett(weldgov.com Phone: (970) 400-4223 or 4222 Fax: (970) 336-7226 DATE OF BID: APRIL 28, 2022 REQUEST FOR: ELECTIONS BALLOT COUNTING ROOM & VETERANS SERVICES OFFICE BUILDING RENOVATIONS DEPARTMENT: FACILITIES BID NO: B2200080 PRESENT DATE: MAY 2, 2022 APPROVAL DATE: MAY 16, 2022 VENDOR ANDERSON CONSTRUCTION CO, INC PO BOX 103005 DENVER, CO 80250 TCC CORPORATION 609 GYRFALCON CT, UNIT D WINDSOR, CO 80550 WCC CONSTRUCTION LLC 1112 OXBOROUGH LN FORT COLLINS, CO 80525 GROWLING BEAR CO INC 2330 4TH AVE GREELEY, CO 80631 LANDMARK BUILDERS, INC 3812 CARSON AVE EVANS, CO 80620 START DATE 05/23/22 05/31/22 FINISH DATE 10/01/22 TOTAL $292,340.00 08/31/22 $292,814.00 08/01/22 (BALLOT COUNTING RM) UPON RECEIPT OF 08/01/22 SIGNED CONTRACT 10/01/22 06/06/22 10/01/22 06/01/22 10/01/22 $309,900.00 $337,118.00 $359,858.00 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 2022-1232 65/0 2. Bei0OZ4
Hello