HomeMy WebLinkAbout20211312.tiffCor4votd--T)05'49�z
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
December 27, 2021
To: Board of County Commissioners
From: Toby Taylor
Subject: Health Lab Expansion - Change Order #2 (2021-1312)
During the construction process changes were requested by the Lab employees to ensure safety and
efficiency. These included:
1) a new hood at the laboratory entry,
2) reworking of water, waste, vent for this hood,
3) replace existing sink & faucet with larger sink & new faucet, and
4) reworking some lab cabinets & countertops to accommodate the changes.
In addition, the change order includes a credit for a gas line that was determined to not be needed. To
accomplish the work, a change order in the amount of $11,255.95 is needed. Facilities is recommending
approval of the change order.
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
Conw cp1ciJA
Otio3/2Z
Zozi — 1312
,Oc23
CHANGE ORDER #2 TO SERVICE AGREEMENT BETWEEN
WELD COUNTY AND TCC CORPORATION
Date: December 27, 2021
Original Agreement: Weld County document no. 2021-1312
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:
$ 378,688.00 Original Contract Amount
$ 3,374.51 Previously Approved Change order(s) Amount
$ 11,255.95 Current Change Order Amount
$ 393,318.46 New Contract Total
All other terms and conditions of the Original Agreement remain unchanged.
CONTRACTOR:
By:
Name: Brian Crownover
Title: Vice President
ATTEST: iry�,J G XL;4i
Weld C n y Clerk to the Boar
BY:
Deputy Cleto the B
Date 12/27/21
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
Scott K. James, Chair
JAN 032022
Page1of1
??O021-13 /a
Exhibit: Change Order # 2
TCC Corporation
PO Box 567
609 Gyrfalcon Ct, Unit D
Windsor, CO 80550
Phone: 970-460-0583
Fax: 970-460.0871
REQUEST FOR CHANGE
No. 2
TITLE: Added Scope DATE: 1 211 51202 1
PROJECT: Weld Cty Health Lab Renovation JOB: 2113
TO: Curtis Naibauer CONTRACT NO:
Weld County Government
1150O Street
Greeley, CO 80631
DESCRIPTION OF REQUEST
Change Order, as requested by Weld County, for changes throughout the duration of the project.
DNorl Amov
Install water, waste, vent to relocated hood. Bid plans do not indicate any utilities except for gas lines $6,672.00
to be tied Into the relocated hood.
Credit for gas lines not installed.
install laminated panels (match existing) where the existing base cabinet was removed.
Supply new hood in Entry. Plans indicate relocating an existing hood within lab. An existing hood was
not available to be relocated and RFI response requested new hood. Installation of new hood Is
already included in base bid.
Painting Changes. Removal of painting not completed due to existing equipment and cancelling paint
work, previously coordinated, due to lab testing.
Relocate existing Entry base cabinets and install new countertop. includes modifying the previously
installed flooring after cabinets are relocated.
Remove specified and currently installed sink in island counter and replace with larger and deeper
sink. Remove Installed faucet and install on new sink.
Cut epoxy counter for larger sink opening
APPROVAL:
By:
Curtis Nalbauer
By:
($7,500.00)
$750.00
$2,950.00
$436.49
$2,700.00
$2,337.00
$167.50
Tots1 $44,2M.95
Brian Grownover
Date: Date: 12/27/21
General Conditions $1,476.25
General Liability Insurance $27.84
Builders Risk Insurance $48.11
Bond $198.46
Contractors Fee $992.30
Total $11,255.95
APPROVAL:
By:
Curtis Naibauer
By:
Brian Crownover
Date: Date: 12/27/21
CHANGE ORDER
MTF'CH
MECHAAIICAZ
Job: AH02965.
Weld County Lab Renovation
1555 17th St
Greeley, CO
80631
Approving Firm: TCC Corporation
Contact:
Change Order Title: Hood Plumbing I Gas Lines
Hood Plumbing
Route new waste and vent lines to relocated hood.
Labor (After Hours): $5,133.00
Materials: $1,539.00
TOTAL: $6,672.00
Gas Work Credit
Elimination of gas work from scope of work.
Labor (After Hours): ($5,920.00)
Materials: ($1,580.00)
TOTAL: ($7,500.00)
MTECH MECHANICAL TECHNOLOGIES
GROUP, INC
12300 Pecos St
Westminster Colorado 80234
303.650.4000
Change Order 001
Date: 12/08/2021
JK CONCEITS, INC.
'777( T ffE 1 JR4; WO()D I �iIA�NRMIG
3333 East 52nd Avenue DCnver, Colorado 80216-8961
Phone 303-571-0672
Fax 303-825-0272 � •'
Email bgibrcai ikconcepls.net
November 16, 2021
Stephanie McCormack
TCC Corporation
609 Gyrfalcon Ct Unit D
Windsor, Colorado 80550
Email: %inccormack@1cccorp_ne1
Main: (970) 460-0583
MILLWORK BID: $160.00
INSTALLATION BID: $590.00
TOTAL BID: $750.00
PROJECT:
PROJECT BID NUMBER:
BID SECTION AND NO:
PROJECT COMPLETION DATE:
SHOP DRAWINGS:
BID DOCUMENTS;
PREVAILING WAGE RATE:
ADDENDUM:
AW1 QUALITY STANDARD:
AWI CERTIFICATION:
OWNERSHIP CATEGORY:
FSC:
LEED:
NAUF:
PRODUCTION LEAD-TIME:
SALES TAX:
TERMS:
WELD COUNTY
HEALTH LAB
1555 N 17TH AVE
GREELEY, COLORADO
INFILL EXISTING
i6ip1,q tbnsu y
1F22B
12 3653.16
None prcvid.ad
Not included
Per request
No - None included.
#1
CUSTOM Grade
AW1 Certification is not included
WOSB - WBENC National Certikkation Number: WOSB 181548
NA
NA
NA
Bid acceptance is su1rjct to time frame and our shop schedule.
0.00% No tax is include.
Per Signed Ccxntract or Net 30 Days in Absence of Signed Contract
Page 2
MILLWORK BID
INCLUDES:
I. Infill the opening on the left of the photo provided. Includes a PL -1 panel on
blocking mounted with decorative bolts and a unfinished toe kick panel.
INSTALLATION BID
Includes installation of the above supplied items at'After Time' hours (between 5PM- l OPM). See
below for other hours options.
Hours Alternate #1: Add N/A
Change the installation hours in base bid above, to be 'Straight Time' hours in lieu of
'After Time' hours.
Hours Alternate #2: Add N/A
Change the installation hours in base bid above, to be 'Night Time (between l OPM-
5AM)/Holiday/Sunday' hours in lieu of'Straight Time' hours. Alternate pricing does not
include solid surface Night Time' install. Pricing will need to be verified with the solid
surface subcontractor.
EXCLJJSIONS:
Verbal change orders. Change order will require either an email or written / signed form
to proceed, unless more stringent conditions are required by the general contractor.
2 Flooring.
3 See original bid for previous 'Exclusions'.
ENRALN :
I See original bid for previous 'General Notes'.
Respectfully Submitted
J. K. Concepts, Inc.
Brock Gibreal
Project Manager
The above quote is accepted, as noted. You are authorized to proceed with the work.
TCC Corporation
Signature
Date
Print Name and Title Purchase Order/Job Number
it:
.4, EUI..:.1.I:.u.... .1c__ -I . . . T. .. . .. . . . . . . .
UDESAPL-'t
yr NEL MOUNTED
BLOCKING AND
W TOE KICK
INFILL
. ..-.
___,
1.- .. . . .. ..;: ,..., . . ... '. .
Global Classic Painting, Inc.
8128 W Frost Place
Litlletan, CO 80128
Cuatomer
TCC Corp.
561 E. Garden Dnve, Unit D
P.O. Box 567
Windsor, CO 80530
Change Order
Project
Weld County Lab Renovation
1555 N. 17th AVe.
Greeley, CO 80631
Date
LCredltNo.
12/3/2021f•
2517-C
P.O. No.
Item
Description
Amount
Walls
No work in rooms 258, 256,257 and one wall in lab 254 behind cabinets and hood,
Never included work in rooms storage 246 and gas cylinder rsp1b k -op
-975.00
Total -5975.00
Invoices $0.00
Balance Credit .x,73.00
Global Classic fair n, Inc.
8128 W Frost Place
Littleton, CO 80128
(720) 384.3746
.coca
__ —
Bill To
r5610E
n DriveUnitDWiedsor, OO 80550
Change Order
Date Invoice #
12!2/2021 2517.2
Project
Weld County Lab Renovation T.
1555 N. 17th AVe.
Greeley, CO 80631
P.O. No.
Description Amount
Howl charge rar one night (591.49) and Iabor for one night three painters pulled off from owner. S 1320.00 is normal rate 1,41 1.49 4
at 55.00 per hour. '
It's been a pleasure rJdng with you!
Total $1,411.49
PaymentslCredits $000
Balance Due 51,411.49
JM.D. HEATING & AIR INC,
970-515-5768 970-515-5785 FAX
rndheating@corncast.net
913 38th Ave. Ct.
GREELEY, CO 80634
WELD COUNTY HEALTH LAB HOOD
Greeley, CO 80634
12/9/2021
RE: HVAC Proposal
We shall Provide:
(1) 2'6" X 6' 20 gauge galvanized metal hood
No hangers, Installation or hanger brackets, ductwork, controls or exhaust fans
Price:
$ 2,950.00
EXCLUSIONS:
-Any part of the main Job already contracted with another company
-Hangers, Installation or hanger brackets, ductwork, controls or exhaust fans
-Permits
-Drywall patching and replacementlrepalr
-Warranty on all equipment provided by others or existing equipment
ACCEPTED. THE AAOYE PRICES, APECIPICATRINs AND CONOmONs RESPECTFULLY SUBMITTED.
ARE SATISFACTORY AND ARE HERESY ACCEPTED. YOU ARE AUTHORIZED
TO DO THE WORK AS SPECIFIED M.D. HEATING & AIR
DATE OF ACCEPTANCE
Mike S i is
BY
Price Effective for 30 days from Bid Date
•Pricing Is based on payment via Cash or Check.
•Add 2.5% for Credit Card Payment
WOODCO
OF THE ROCKIES, INC-
235 BUN) -\N AF • P B� \ 1[,77 s PIER -k'LJD, C O 80513
970 532 4220 • M.\ 970 532-4029
December 14, 2021
Brian Crownover
TCC Corporation
Re: Weld County Health Lab Bid
Brian,
Here is the price you requested. Pricing is for Normal Business Hours Install.
Included:
• Remove and Reinstall Base Cabinets
• New PLAM Countertop
Total Price: $ 2,150.00
Thank you for the opportunity to bid this project.
Respectfully,
Jessica Thomas
12300 Peon Strsst 1353 Chambers Avenue 3430 Fllmore Ridge lielghis 1Vl TECH
VNestmineter, CO 60234 PO BOX 8811 Colorado Springs, CO Boeo7 ME C H 4 N 1 CAL
0365O4000 4000 Eagle, CO 81531 719 782 4000
303 660 8800 1 970 949 0368
www.mtsdig.00 t 9709490323
1212112021
Attention: Brian Crownovar
Subject: Weld County Health Lab Renovation
COR-01 — Upslzed sink
Brian,
MTech Mechanical is providing the following scope change narrative associated with the change
documents found In the subject above. Inclusions, exclusions, and clarifications are consistent with
current contract. The changes Include the following:
Net Scope Additions
• Remove existing faucet for re -use and disconnect sink.
■ at. 1 stainless steel
• Re -install faucet
e Plumbing Cost: $2,337
Exclusions
• General construction work
• Cutting of countertops
• Existing rough in does not need to be relocated to accommodate the deeper sink.
Notice of acceptance or rejection Is due to MTech within j 0 calendar days of the date above. MTech
reserves the right to reevaluate cost and schedule impacts upon response receipt.
Please review and feel free to call at your convenience with any questions.
Sincerely,
MTech Mechanical
August Heffner
Project Manager
DPECiEICATION
Saarnless die drawn construction of 18 gauge type 304,18.8 stainless
steel. Interior and top surfaces polished to a onn-porous Hand -Blended
Just Finish with highlighted bowl rim. Fully coated underside insulates
forsnund. and reduces condensation. Maximum cspacity straight -sided
ccmPsrtrncnt with i •
," radius corners provldast greater capacity. Self-
nmrNng top mount Grip -Rim Plus with stainless steel mounting channels.
CarllArm�u to ASMEIANSI A112.19.3M. Drain punch #35 centered for
Just J-35 unless otherwise spccihad.
UTYPE 316 STAINLESS STEEL (Check Ifapplioabia)
CUTOUT DIMENSIONS
Model Number Front -to -sack Left -to- light
SLXD..2225-A-GR 21-1/4 24-1/4
APPROVED FOR MANUFACTuRINO
MODEL HV SLXD-2225-A-GR __.._QT'(
OBNAME: . `_ _ _— _—_—_
TAGATEM• .__ :- ____,._--- _
Sll4AT IF E
020U-JUIT 1gfrREVIBELY1 9
SLXD-2225-A-GR
STYLIST GROUP
LEDGE TYPE - EXTRA DEEP
18 GAUGE
25
(3)11/2 DIA. HOLES
Hr
I I '
1 1 %2 L--- 22
OPENING FOR
J-35 CUP STRAINER
11/2
C ,4 ity Matters
Max ID skins with sided bowl Ll+sl%ynSs tt m
;..� a tapered s' ' -s). light corner radius design.
FAUCET PUNCHING - MUST BE SPECIFIED
(1) Hole Centered
M make 0i4 cenU I
(3) Holes on 4 "centera(illuarratad)
Altemete Punching:
Faucet Model: Punching Requlred:
,al T11iL
JUST MFG. CR?PPANY I d 1TINUER TO MAKE QUALITYAND FUNC+IGNALIrYAMARK OF THE
JUST PRODUCT LINE. TO DO SO REQUIRES THAT WE RESERVE THE RIGHT TO CHANGE
PRODUCT INFORMATION WITFIDUT NOTICE. DIMENSIONS NAH WIRY AND ARE SUBJECT TO
CHANGE WITHOUT NOTICE. NO FIEF, ONSIBILITY IS ASSUMED FOR USE OF SUPERSEDED
OR VOIDED DATA, FOR THE MOST CURRENT AND ACCURATE INFORMATION REGARDING
THE COMPLETE LINE OF JUST SINKS, FAUCETS AND DRAINS, CLICK ON THE SPEC LAME
BRAIYINGI LINK ON OUR WEB SITE AT vmngaFt .F+au*
9233 1(1
PARK. ILLINOIS. 60131-2111
w
c
r
0
New Contract Request
Entity Information
Entity Name* Entity ID'
TCC CORPORATION # X0034361
Contract Name *
HEALTH LAS EXPANSION (2021-1312
Contract Status
CT6 REVIEW
Contract Desulptwn •
CHANGE ORDER #2
Contract Description Z
Contract Type *
CHANGE ORDER
BUILDINGS AND GROUNDS
Amount*
Department Email
S11.255.95
CM-
BulldingGroundsiPweldgov.c
Renewable*
om
NO
Department Head Email
Atrt°rrlati[ Renewal
CM-BuildingGuuunds-
DeptHeadd�weldgov.ccm
Cunt
County Attorney
GENERAL COT(
II�A
ATTORNFY EMAIL
County Attorney Email
CM-
.:OUN YATrORNEYd�WELDG
OV.COiv
if this is a renewal enter
previous Contract ID
IF tills Is part of a PA enter MSA Contract ID
LJ New Ennty7
Contract ID
5492
Contract Lead
SGEESAMAN
Contract Lead Email
sgeesamandtico.weld.co.us
iI
Requires Board Approval
YES
Department Project #
Requested BOCC Agenda Dare Date
Date • 31 - 027
01 Is 202
Will a work session with 1DCC be acquired?*
NO
Does Contract require Purchasing Dept. to be included?
YES
Bid/RFP #*
62 100093
Note. the Previous Contract Number and Master Services Agreement Number snoula be left blank :;z: contracts are not In
On@ase
Contract Dates
Effective Date Review One Renewal Date
0i 31•--uc•
Termination Notice Period Committed Delivery Dale Expiration Dace*
^3 31 202:
Contact Information
Contact Info
Contact Name
Purchasing
P wdrasing Approver
ROB TURF
Approval Process
Department Head
TOBY TAYLOR
DH Approved Date
1Z 28 2021
Final Approval
Boot Approved
BOCC Signed Date
BOCC Agenda Date
01/01,'"22
Gdonator
SGEESAMAN
Contact Type
Contact Phone 1 Contact Phone 2
Purchasing Approved Date
1: '9 202'
Finance Approver
CHRIS D'OVIDIC
Finance Approved Dare
1; 39 !02"
Tyler Ref #
AG Gi0322
Legal Counsel
808 CHOATE
Legal Counsel Approved Date
12/2°"021
Conrvaci- tt '(0
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
November 15, 2021
To: Board of County Commissioners
From: Toby Taylor
Subject: Health Lab Expansion - Change Order #1 (2021-1312)
After the installation of the lab cabinets & countertops, according to the construction plans, it was
discovered the height did not meet the needs of the Lab employees. In order to remedy this, the
countertops & cabinets will need to be removed and modified, a change order in the amount of
$3,374.51 is needed. Facilities is recommending approval of the change order.
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
Conte-�1- �t�
MCAP17-t
la/b/'/i
Zort -13IZ
BE, OOZ3
CHANGE ORDER #1 TO SERVICE AGREEMENT BETWEEN
WELD COUNTY AND TCC CORPORATION
Date: November 15, 2021
Original Agreement: Weld County document no. 202 1-13 12
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:
$ 378,688.00 Original Contract Amount
$ 0.00 Previously Approved Change order(s) Amount
$ 3,374.51 Current Change Order Amount
$ 382,062.51 New Contract Total
All other terms and conditions of the Original Agreement remain unchanged.
CONTRACTOR:
By
_
Name: Brian Crownover
Title: Vice Presidentw
ATTEST:
Weld
BY:LL
Deputy
Date 11/15/21
Cam( BOARD OF COUNTY COMMISSIONERS
G/B.uss�1/ �i •J�,1'W WELD COUNTY, COLORADO
Moreno, Chair DEC 0 6 2021
Page 1of1
TCC Corporation
PO Box 567
609 Gyrfalcon Ct, Unit D
Windsor, CO 80550
Exhibit: Change Order # I
REQUEST FOR CHANGE
No. 1
TITLE: Island Casework Modifications
PROJECT: Weld Cty Health Lab Renovation
TO: Curtis Naibauer
Weld County Government
1150 O Street
Greeley, CO 80631
Phone: 970-460-0583
Fax: 970-460-0871
DATE: 11/10/2021
JOB: 2113
CONTRACT NO:
DESCRIPTION OF REQUEST
Change Order to modify base cabinet elevations to raise the countertop elevation to be 36". (2) the islands are currently
installed and will require the removal of the countertops and cabinets in order to remove the toe kick.
Description Amount
Modify base cabinet elevations to raise the countertop elevation to be 36". $2,840.00
General Conditions $152.50
General Liability Insurance
Builder's Risk Insurance
Bond
Contractor's Fee
APPROVAL:
By:
Curtis Naibauer
Date:
By:
Date:
$8.40
$14.51
$59.85
$299.25
Total $3,374.51
Brian Crownover
J KARCHUCTUR4 CONCEPTS, INC.
WOODWORK
3333 East 52nd Avenue Denver, Colorado 80216-8961
Phone
303-571-0672
Fax
303-825-0272
Email
bgibreal@jkconcepts.net
November 10, 2021
Stephanie McCormack
TCC Corporation
609 Gyrfalcon Ct Unit D
Windsor, Colorado 80550
Email: smccormack@tcccorp.net
Main: (970) 460-0583
MILLWORK BID: $0.00
INSTALLATION BID: $2,840.00
TOTAL BID: $2,840.00
PROJECT:
PROJECT BID NUMBER:
BID SECTION AND NO:
PROJECT COMPLETION DATE:
SHOP DRAWINGS:
BID DOCUMENTS:
PREVAILING WAGE RATE:
ADDENDUM:
AWI QUALITY STANDARD:
AWI CERTIFICATION:
OWNERSHIP CATEGORY:
FSC:
LEED:
NAUF:
PRODUCTION LEAD-TIME:
SALES TAX:
TERMS:
WELD COUNTY
HEALTH LAB
1555 N 17TH AVE
GREELEY, COLORADO
RAISE CASEWORK
The mark of
responsible forestry
1 F22B
12 3653.16
None provided
Not included
Per request
No - None included.
#1
CUSTOM Grade
AWI Certification is not included
WOSB - WBENC National Certification Number: WOSB 181548
NA
NA
NA
Bid acceptance is subject to time frame and our shop schedule.
0.00% No tax is include.
Per Signed Contract or Net 30 Days in Absence of Signed Contract
Page 2
MILLWORK BID
INCLUDES:
1. Add onto the toe kicks and end leg to make countertop finish at +/-36" A.F.F.
depending on floor condition. Does not include any finished material on toe kick or
riser. Two of the islands will need demoed and reinstalled.
INSTALLATION BID
Includes installation of the above supplied items at 'After Time' hours (between 5PM-1 0PM). See
below for other hours options.
Hours Alternate #1: Add N/A
Change the installation hours in base bid above, to be 'Straight Time' hours in lieu of
'After Time' hours.
Hours Alternate #2: Add N/A
Change the installation hours in base bid above, to be 'Night Time (between 10PM-
5AM)/Holiday/Sunday' hours in lieu of'Straight Time' hours. Alternate pricing does not
include solid surface 'Night Time' install. Pricing will need to be verified with the solid
surface subcontractor.
EXCLUSIONS:
1 Verbal change orders. Change order will require either an email or written / signed form
to proceed, unless more stringent conditions are required by the general contractor.
2 Toe kick / riser finished material.
3 See original bid for previous 'Exclusions'.
GENERAL NOTES:
1 See original bid for previous 'General Notes'.
Respectfully Submitted
J. K. Concepts, Inc.
Brock Gibreal
Project Manager
The above quote is accepted, as noted. You are authorized to proceed with the work.
TCC Corporation
Signature
Print Name and Title
Date
Purchase Order/Job Number
New Contract Request
Enttty Information
Entity Name* Entity New Entity?
TCC CORPORATION p00034361
Contract Name* Contract ED Parent Contract ID
WELD COUNTY HEALTH LAB RENOVATION (2021-1312) 5410
Contract Status Contract Lead Requires Board coral
CTB REVIEW SGEESAMAN YES
Contract _lDep&tnwnt Project #
sgeesarnan@co.weld.co.us
jJ1s
►,.
Contract Type '
Department
Requested BOCC Aqenda Due Date
CHANGE ORDER
BUILDINGS AND GROUNDS
Date* 11/25,.'2021
11/29/2021
Amount *
Department ment l
$3,374.51
cm-
Will a work session with BOCC be required?*
BuiidingGrounds eldgov.c
NO
Renewable *
orn
NO
u d _
Does Contract require Purchasing Dept. to be induded?
Department Head it
YES
Automatic Renewal
CM_BuildirigGrounds-
DeptHead re dgov.com-
Grant
B2100093
County Attorney
GENERAL COUNTY
ATTORNEY EMAIL
County Attorney Email
CM-
COUNTYATTORNEYWELDG
OV COM
If this is a renewal enter
previous vi. us Contract ID
If this is part of a P454 enter Contract ID
Note: the Previous Contract Nkimber and Master Services Agreement Number should be left blank if those contracts are not in
OnBase
Contract Dates
Effective e * Renewal Date
02/07/2022
Termination Notice Period rriitted Delivery Date
Expiration Date*
02/07x`2022
Contact Information
Contact info
Contact Name me Type
Purchasing
Purchasing r
ROB TURF
Approval Process
Department Head
TOBY TAYLOR
DH Approved Date
11/16,'2021
Final Approval
IOCC Approved
gOCC Signed Date
ROCC Agenda Date
12x`0612021
Originator
SGEESAMAf`4
,.
Purchasing Approved Date
12/02,'2021
Finance Approver
CHRIS D'OV1DIO
Finance Approved Date
11/17/2021
Tyler Ref #
AG 120621
Contact Phone 2
Legal nsel
ROB CHOATE
Legal Counsel Approved Date
11/18/2021
1;2;;tt ,7dLi&f
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY & TCC CORPORATION
WELD COUNTY HEALTH LAB RENQVATION
THIS AGREEMENT is made and entered into this d3 ay of jJ*4 , 202I, 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
8063 1 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:
1. Introduction.
The terms of this Agreement are contained in the terms recited in this document and in
Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are
specifically incorporated 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.
B2100093". 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 acknow.edges 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.
3. Term. The term of this Agreement begins upon the date of the execution of this Agreement
Hof
� oba3
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
$378,688.00, 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 shal I 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. Al! 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 -venders 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.net
Telephone: (970) 460-0583
County:
Name: Toby Taylor
Position: Director of Buildings and Grounds
Address: 1105 H Street
Address: Greeley, CO 80632
E-mail: tta lorucaweldco.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 thLs Agreement by County does not create an obligation on the part of
County to expend funds nct 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 o= 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
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.
IN WITNESS WHEREOF, the parties hereto have signed this Agreement this Q3dayof
j LINE .2021.
CONTRACTOR:
TCC Corporation
By: 2r Date (o e 21
Name: ea,,� a Gc. , .�,vo u�-► c
Title: sro1,ad.,'
WELD COU� „ A
ATTEST: � BOARD OF COUNTY COMMISSIONERS
Weld u y Clerk to the B rd WELD COUNTY, COLORADO
BY:
Deputy CI k to he Bo ve Moreno, Chair
6� JUN 2 3 2021
as-/ - /�3/�-
Exhibit A
REQUEST FOR BID
WELD COUNTY, COLORADO
1150O STREET
GREELEY, CO 80631
DATE: APRIL 15, 2021
BID NUMBER: B2100093
DESCRIPTION: HEALTH LAB RENOVATION
DEPARTMENT: FACILITIES
MANDATORY PRE -BID CONFERENCE: APRIL 28, 2021
BID OPENING DATE: MAY 14, 2021
1. NOTICE TO BIDDERS:
The Board of County Commissioners
of Weld County, Colorado,
by and through
its Controller/Purchasing
Director (collectively referred to herein
as, "Weld County"), wishes
to purchase the
following:
HEALTH LAB RENOVATION
A mandatory
pre -bid conference will
be held on A• pril 28, 2021 at 1:30
PM at 1555 N 17th Avenue, Greeley,
CO 80631.
Bidders must participate
and record their presence at the
pre -bid conference to be allowed to
submit bids.
We will be adhering to
current state social distancing
guidelines.
Bids will be received until: May 14. 2021 at 11:00 AM (Weld County Purchasing Time Clock). Due to
COVID-19, instead of an "in -person" bid opening, the submitted bids will be read over a Microsoft
Teams Conference Call on May 14, 2021 at 11:30 AM. To join, call the phone number and enter the
Conference ID provided below:
Phone number: 720-439-5261
Phone Conference ID: 785736766
BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8.
2. INVITATION TO BID:
Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise
and/or equipment shall be delivered to the location(s) specified herein.
Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts,
and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the
bid.
You can find information concerning this request on the BidNet Direct website at
https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online
notification system being utilized by multiple non-profit and governmental entities. Participating entities post
their bids, quotes, proposals, addendums, and awards on this one centralized system.
C111.Is ' + l ' ' • _ I
1. Email. Due to COVID-19, emailed bids are required. Bids may be emailed to bids cr.weldgov.com;
however, if your bid exceeds 25PAB please upload your bid to https://www.bidnetdirect.com. The maximum
file size to upload to BidNet 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/Purchasing Director, 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/Purchasing Director 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/Purchasing Director; 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
BID REQUEST #82100093 Page 2
alien to perform work under 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 pub[ c 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 #82100093 i 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.
M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing
signed by both parties. No additional services or work performed by the successful bidder shall be the basis
for additional compensation unless and until the successful bidder has obtained written authorization and
acknowledgement by County for such additional services. Accordingly, no claim that the County has been
unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall
be the basis of any increase in the compensation payable hereunder.
N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement
in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall
not enter into any subcontractor agreements for the completion of this Project without County's prior written
consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable
discretion to approve all personnel assigned to the subject Project during the performance of this Agreement
and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the
Project. The successful bidder shall require each subcontractor, as approved by County and to the extent
of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of
this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which
the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the
obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful
bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible
for the acts and omissions of its agents, employees and subcontractors.
O. Warranty: The successful bidder warrants that services performed under this Agreement will be
performed in a manner consistent with the standards governing such services and the provisions of this
Agreement. The successful bidder further represents and warrants that all services shall be performed by
qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that
all services will conform to applicable specifications.
The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from
defects, whether patent or latent The goods shall be sufficient for the purpose intended and conform to the
minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied
and that the goods are free and clear of all liens, encumbrances, and security interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time,
and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld
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.
S. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507.
The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any
personal or beneficial interest whatsoever in the service or property which is the subject matter of this
Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any
manner or degree interfere with the performance of the successful bidder's services and the successful
bidder shall not employ any person having such known interests. During the term of this Agreement, the
successful bidder shall not engage in any in any business or personal activities or practices or maintain any
relationships which actually conflicts with or in any way appear to conflict with the full performance of its
obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision
may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the
successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee
or hold any such position which either by rule, practice or action nominates, recommends, supervises the
successful bidder's operations, or authorizes funding to the successful bidder.
T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or
unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without
such provision, to the extent that this Agreement is then capable of execution within the original intent of the
parties.
U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-
judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall
be null and void.
V.
Board of County
Commissioners of Weld County Approval:
This Agreement shall
not be valid
until
it
has
been approved
by
the Board of County Commissioners of Weld
County,
Colorado or
its
designee.
W. Compensation Amount: Upon the successful bidder's successful completion of the service, and
County's acceptance of the same, County agrees to pay an amount no greater than the amount of the
accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by
County unless a "change order" authorizing such additional payment has been specifically approved by the
County's delegated employee, or by formal resolution of the Weld
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 pursuantto 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/Purchasing Director 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.
BID REQUEST #B2100093 Page 6
The insurance coverages specified in this Agreement are the minimum requirements, and these requirements
do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits
contained herein are sufficient to protect them from liabilities that might arise out of the performance of the
work under this Contract by the Contract Professional, its agents, representatives, employees, or
subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or
prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any
liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain
insurance in sufficient amounts,. duration, or types. The Contract Professional shall maintain, at its own
expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and
liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld
County.
The Contract Professional stipulates that it has met the insurance requirements identified herein. The
Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all
services provided, the timely delivery of said services, and the coordination of all services rendered by the
Contract Professional and shall, without additional compensation, promptly remedy and correct any errors,
omissions, or other deficiencies.
INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers,
agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or
omissions of Contract Professional, or claims of any type or character arising out of the work done in
fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under
workers' compensation law or arising out of the failure of the Contract Professional to conform to any
statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible
and liable for any and all injuries or damage received or sustained by any person, persons, or property on
account of its performance under this Agreement or its failure to comply with the provisions of the Agreement,
or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or
in its provisions of the materials required herein, or from any claims or amounts arising or recovered under
the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive
expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary
loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of
the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the
County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees,
employees, agents, and volunteers for losses arising from the work performed by the Contract Professional
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 injuryfor each accident, and $1,000,000 for property damage applicable to all vehicles
u.Im A {'p epV All -.y. r� -..� i. .a
operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used
in the performance of this Contract.
Professional Liability (Errors and Omissions Liability)
The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the
Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful
acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in
the course of operations under this Contract resulting from professional services. In the event that the
professional liability insurance required by this Contract is written on a claims -made basis, Contract
Professional warrants that any retroactive date under the policy shall precede the effective date of this
Contract; and that either continuous coverage will be maintained or an extended discovery period will be
exercised for a period of two (2) years beginning at the time work under this Contract is completed.
Minimum Limits:
Per Loss $ 1,000,000
Aggregate $ 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 #62100093 Page 8
SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING:
Weld County Health Lab Renovation
OVERVIEW:
This project consists of renovations to the Health Department Lab at 1555 N l7th Avenue, Greeley
Colorado. This renovation will be to provide spaces for new lab equipment, work areas and updating of the
compressed gas systems for the new equipment.
SCOPE OF WORK:
This project will consist of general contractor performing renovations to the existing lab space as shown on
plans and as listed below.
I. All work will be done at night or on weekends. No work will be allowed during lab business hours.
2. Coordinate all work areas and shut down times with the owner. Lab will remain in operation during
the construction period. Any power outages even after hours will need to be scheduled in advance.
Some equipment runs constantly.
3. Install new casework and tops as shown on drawings.
4. Paint all walls, hard ceilings, doors and frames in the lab area.
5. Patch walls in other areas of the building where drywall was removed for new gas piping.
6. Install new ducts, louvers and grilles per mechanical drawings.
7. Provide concrete and fencing for new exterior gas storage tanks.
8. Provide new paving to replace existing paved path.
9. All mechanical systems controls shall be Delta Controls by Set Point. The current version of Delta
Controls is Enteliweb is 4.13
10. Provide new casework and countertops as shown and modify existing counters and cabinets as
shown on drawings.
11. Provide new flooring in areas shown.
12. All lighting and power to be per electrical drawings. GC to provide all data boxes and conduits
inside the walls with pull strings to above accessible ceilings. Conduits shall be marked as to
location of box.
13. Remove and property dispose of all trash generated by construction activities off site.
14. The project will be permitted through the Weld County Building Department. Fees for permits will
be waived.
15. No bid bond is required for this project.
16. Contractor to provide direct supervision at all times work is being done in this building.
17. Davis -Bacon and Buy American requirements are NOT required.
18. Bids over $50,000 will require a payment (100%) and performance (100%) bond.
19. Based on a contract being ready on June 11th, provide the completion date for this project.
FEES:
TOTAL $
COMPLETION DATE
C
' A
:. 111•
'.�-
1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in
the request for proposal for Request No. #B2100093.
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 waive any informality in the bids, and to
accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld
County. The bid(s) may be awarded to more than one vendor.
FIRM BY
(Please print)
BUSINESS
ADDRESS
CITY,
TELEPHONE NO
SIGNATURE
STATE,
FAX
E-MAIL
ZIP
DATE
TAX ID #
**ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID**
CODE
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 Steve Moreno, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Controller/Purchasing Director
1 11 DIIPIIL!IIU
BID REQUEST NO. B2100093
Health Lab Renovation
Facilities Department
Deficiencies in the scope of work have been noted. Below items shall be added to the bid specs under scope of
work:
1) Bid specs page 9 under scope of work, add line 20: Provide as a part of this contract a Victor - VM 1000
Series, part number VIC 1125-1128 gas manifold. Manifold shall be mounted to a stand constructed for this
purpose inside the argon bulk tank enclosure. Manifold shall be piped into the argon gas piping that runs from
the building to the tank enclosure.
2) Bid specs page 9 under scope of work, add line 21. All argon piping and all acetylene piping shall be
stainless steel. This will be from the manifold to the equipment whether it is inside the building or outside the
building.
***We need signed copy submitted with your bid. Thank you!***
Addendum received by:
FIRM
CITY AND STATE
EMAIL
May 11, 2021
82100093
Posted May 11, 2021
1. Question:
A3.1
demo note 1
says existing ceiling shown
in light gray, lights are the
only ones
that
appear to
be
in
light gray. Can you clarify
scope?
Answer: All ceiling and lights are in light gray. Demo scope are the nine ceiling tiles
in the center of the lab and the 6 ceiling tiles in the NE corner of the lab. (Print set
on grayscale, not monochrome).
2. Question: A3.1 is lab receiving all new tile or just area of hood location?
Answer: Only replacing with new what was demoed in scope of question #1 above,
3. Question: Is there sizing for argon piping at exterior, M3.2 #2415?
Answer: Argon piping shall be 3 " stainless steel.
4. Question: P3.1 #109 is that in the building? Do we know the IF for line?
Answer: This
piping is
coming
from above the ceiling in the Northeast corner of the
lab. Remove
pipe and
valve to
above ceiling and cap.
5. Question: P3.1 #2413 route argon through building, see Architects plans for routing
details on first floor. I do not see in Architects drawings any reference to the
routing?
Answer: 3/A3.1.
6. Question: P3.1 detail 2, there are notes 2103 and a 2401 but they are not listed in
notes on page?
Answer: 2103 - NEW DECK MOUNTED EMERGENCY EYEWASH STATION. CONNECT
TO EXISTING DOMESTIC HOT WATER, DOMESTIC COLD WATER, AND SANITARY
SEWAGE/ VENT. VERIFY CONNECTION LOCATIONS IN THE FIELD. SEE DETAIL.
2401 -PROVIDE WALL MOUNTED OXYGEN DEPLETION MONITOR AND REMOTE
ALARM, ANALOX MODEL O2NE+ OR APPROVED EQUIVALENT. MOUNT MONITOR
AND ALARM PER MANUFACTURERS REQUIREMENTS.
7. Question: P3.1 #2100 says connect existing CW/HW/SS to sinks, but 2100 is located
on gas lines?
Answer: KEYNOTE 2100 can be deleted.
1
8. Question: E3.1, the 5 symbols on north wall, are those new? Demo?
Answer: The five symbols represent a portion of existing plugmold that will need to
be demolished due to the relocation of the Panther unit. A portion of the plugmold
west of the equipment will remain, and will need to be re -wired as required with
endcaps installed.
9. Question: E3.1 the 4 symbols on east wall, are those new? Demo?
Answer: In accordance with the General Notes on this sheet, these are wall mount
devices (plugmold) that will need to be demoed to make room for the new hood.
The portion of associated plugmold that extends west along the north wall will
remain. Re -wire and re -configure plugmold as required. The specialty
receptacle/power connection was originally associated with an older hood (served
from Panel 6P). tt is not needed to serve the new hood. Pull wire back to source.
10. Question: E.1 is there a spec for Fixture Fl?
Answer: The desire is to utilize a fixture with similar lensing, lamp type, lumen
output and color temperature.
11. Question: Is fire alarm included in this scope? Design build?
Answer: Fire alarm is existing and unmodified.
12. Question: Is fire sprinkler work included in this scope?
Answer: Fire sprinkler system is existing. Heads will need to be moved to
accommodate new hood layout on A3.1. Design/build.
13. Question: Wall corner protection is listed in specs. I do not see it called out in
drawings? Are they required?
Answer: Not required for this project.
14. Question: 26 0500-10 1:15, Contingency. Is this required in base bid?
Answer: No contingency is required in the bid.
15. Question: What i[s the asphalt thickness?
Answer; Per 4/AL1, 5-1/2 inches on 12 inches of recompacted, moisture treated fill.
16. Question: Do we need to include soft spot mitigation for asphalt as it is bordered by
irrigated landscape? Subgrade could be very soft or saturated.
2
Answer: No. We will review the subgrade condition when the existing asphalt is
removed.
17. Question: What are the pavement design plans?
Answer: Pavement design is shown on 4/A1.1
18. Question: On drawing A9.1 the lab finish floor plan shows the base cabinets in the
middle of the EPS lab to be colored in like the SMF flooring. Are the base cabinets to
be receiving the integral cove base, or is the flooring going down first and these are
sitting on top with no cove base?
Answer: Base cabinets shall receive integral cove base.
19. Question: Are the gas tanks included in contractor's scope of work?
Answer: Gas tanks are not included in this scope of work.
20. Question: Are we repainting all the door frames?
Answer: Yes, repaint all existing door frames in the construction area,
21. Question: A3 note 3 says to salv all door locks. Are we replacing all the doors?
Answer: No. VVe are not replacing any existing doors or door hardware.
22. Question: A1.0 #3 is calling for a construction fence. Do you have a preference as to
type of fence? Chain link? 4' orange construction?
Answer: 4' orange construction fence to keep people from walking through the
construction► area will be acceptable.
23. Question: Do you have any erosion control requirements?
Answer: We do not have any erosion control requirements for this project. If the City
or State have any requirements, they will need to be followed.
24. Question: Does the exterior work need to be done off hours?
Answer: No.
9
Exhibit B
SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING:
Weld County Health Lab Renovation
OVERVIEW:
This project consists of renovations to the Health Department Lab at 1555 N 17th Avenue, Greeley
Colorado. This renovation will be to provide spaces for new lab equipment, work areas and updating of the
compressed gas systems for the new equipment.
SCOPE OF WORK:
This project will consist of ger-eral contractor performing renovations to the existing lab space as shown on
plans and as listed below.
1. All work will be done at night or on weekends. No work will be allowed during lab business hours.
2. Coordinate all work areas and shut down times with the owner. Lab will remain in operation during
the construction period. Any power outages even after hours will need to be scheduled in advance.
Some equipment runs constantly.
3. Install new casework and tops as shown on drawings.
4. Paint all walls, hard ceilings, doors and frames in the lab area.
5. Patch walls in other areas of the building where drywall was removed for new gas piping.
6. Install new ducts, louvers and grilles per mechanical drawings.
7. Provide concrete and fencing for new exterior gas storage tanks.
8. Provide new paving to replace existing paved path.
9. All mechanical systems controls shall be Delta Controls by Set Point. The current version of Delta
Controls is Enteliweb is 4.13
10. Provide new casework and countertops as shown and modify existing counters and cabinets as
shown on drawings.
I1. Provide new flooring in areas shown.
12. All lighting and power to be per electrical drawings. GC to provide all data boxes and conduits
inside the walls with pull strings to above accessible ceilings. Conduits shall be marked as to
location of box.
13. Remove and properly dispose of all trash generated by construction activities off site.
14. The project will be permitted through the Weld County Building Department. Fees for permits will
be waived.
15. No bid bond is required for this project.
16. Contractor to provide direct supervision at all times work is being done in this building.
17. Davis -Bacon and Buy American requirements are NOT required.
18. Bids over $50,000 will require a payment (100%) and performance (100%) bond.
19. Based on a contract being ready on June 11th, provide the completion date for this project.
FEES:
TOTAL
COMPLETION DATE
$ 378.6688 00
Project start date will be determined once countertop submittals have been approved. Current lead time an countertops is 10-12 weeks.
BID REQUEST #B2100093 Page 9
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. #B2100093.
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 waive any informality in the bids, and to
accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld
County. The bid(s) may be awarded to more than one vendor.
FIRM TCC Corporation BY Brian Crownover
(Please print)
BUSINESS
ADDRESS 609 Gyrfalcon Court. Unit D DATE 5.14.2021
CITY, STATE, ZIP CODE
Windsor CO 80550
TELEPHONE NO 970-460-0583 FAX 970-460-0871 TAX ID # 94-0964449
1 U SIGNATURE' ' ,—__- E-MAIL bcrownoverc cccoro.net
**ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID**
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-0356i-0000. YOU DO NOT NEED TO SEND BACK PAGES -e.
ATTEST:
Weld County Clerk to the Board
BY:
Deputy Clerk to the Board
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
Steve Moreno, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Controller/Purchasing Director
BID REQUEST #B2100093 Page 10
ADDENDUM#1
BID REQUEST NO. B2100093
Health Lab Renovation
Facilities Department
Deficiencies in the scope of work have been noted. Below items shall be added to the bid specs under scope of
work:
1) Bid specs page 9 under scope of work, add line 20: Provide as a part of this contract a Victor - VM 1000
Series, part number VIC 1125-1128 gas manifold. Manifold shall be mounted to a stand constructed for this
purpose inside the argon bulk tank enclosure. Manifold shall be piped into the argon gas piping that runs from
the building to the tank enclosure.
2) Bid specs page 9 under scope of work, add line 21. All argon piping and all acetylene piping shall be
stainless steel. This will be from the manifold to the equipment whether it is inside the building or outside the
building.
***We need signed copy submitted with your bid. Thank you!***
Addendum received by: TCC Corporation
FIRM
609 Gyrfalcon Court. Unit D
ADDRESS
Windsor. CQ 85559
CITY AND STATE
Brian Crowneavor __ _
BY
EMAIL
May 11, 2021
m W-9 Request for Taxpayer
(Rev October 20101 identification Number and Certification
Copattnwa of the Treaexy
jntan,,fr Reoenue service ► Go to www.irs.gov/FormW9 for Instructions and the latest information,
I Notts fns 5iibwn on inn ---t___--e . -- ----- _
your aomo tax rafurn) Nunn as rraatFPryf on tills fine, .30 :tot !cove this i!rpx!rinrta.
TCC Corporation
2 Business i,arule iyrogarood entity name, d ddternnr from abovil
3 Check appropriate box 'or federal tax classification of the parson whose name is entered on line 1, Check only one of the
4 Exomptionn (codes apply only to
!
following seven boxes.
certain entities, not individuals; see
Instructions on page 3):
p
i_I Individuallsole proprietor or ❑ C Corporation Li] 5 Corporation G Portnarsrllp U 7rusUostate
single member LLC
Exempt payee naPe ±it any)
�'
❑ Limited liability company Enter the tax classification (C=C corporation, S -S corporation. P -partnerships ►
'$
Hotei�teck I ptreuprtn e, box 1 t the fine above (cc I vstax c ettnttwut rt ttM sin•rnpwber ewn+u Oo 11105 01*0k
Exemption horn FA rCA raponirg
t.LC it the LLC s ctesalEetS as l v egkr rIC tb*t Is dfar from the: - of the 1,1,0t the owner t;C w
cotle (i1 any)
5
a
araatlaar tic ti & La net d from pie ownerfor U a tesbrret tax aurpnhrax ottwrwfse, a t iC t+uti
isetdodRnxn shout I cttreck the eppnpttahe box for the lax o fwtution at its owner
( ! Other (see alsirucllons) ►
�n,:�.,.:� 9«,.�r,ar•„ MOO no ust
qgJ
ue
5 Address /n,txTep, street, onU apt. or Sail • ra,) San instructions RauucshMr'v nameard aderacs roptinntdl
608 Gtfa_icon Count Unit D
a City, stare, anti lIP coda
Windsor, CO @QBbo
7 List earner* ationtw 1s4 testa (nuun ,nl)
Give Form to the
requester. Do not
send to the IRS.
Enter your TIN In the appropriate box. The TIN provided must match the name given on line I to avoid Social rrecudty number
backup withholding. For individuals. this is generally your social security number (SSN). However, for a { ( '
resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later For other J( {i Ij
entitles, Ills your employer Identification number (FIN). If you do not have a number, see How to get a .
77N, latex. or
Note: if the account is in more than one name, see the instructions for line i. Also see What Name and t` oyri n number
Number To Give the Requester tar guidelines on whose number to enter �j�"" (( 1'
6 4J-t7(gj6I44I4Is
Under penalties of penury, I cartlty that:
i. The number shown on this form is my correct taxpayer tdenttncarion number tort am wait.ng for a number to be Issued to me); and
2 i am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I nave not been notified by the Internal Revenue
0,.,..0.,. hnewtFwa t ......,..I ,,• ,. hw�L., . ,,;Mhowt.., . , u,.:lt vt ,'. Fall.,* Ic .,,..,,.a,.II i.^,tu...,., yr ak,,.4.w».a.. . (:.t trio .'.0,S riu+....9 ... ,. Ik..& !
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct
Car itication instructions. You must cross out item 2 above ii you have been notified by the IRS that you are currency suoiect to backup withholding because
you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply For mortgage Interest paid,
acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (iRA), and generally, payments
other than interest and dividends, you are not required to sign the certification, but you most provide your correct TIN. See the instructions for Part 11, later.
Sign Monabas of //
Here tF s tw+een • .• _ — " Date.
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted
Future developments. For the latest information about developments
related to Form W-9 and its instructions, such as legislation enacted
after they were published, go to www.irs.gov/FormW9.
Purpose of Form
An individual or entity (Form W-8 requester) who is required to tile an
Information return with the IRS must obtain your correct taxpayer
identification number (TIN) which may be your social security number
(SSN), individual taxpayer identification number (ITIN), adoption
taxpayer identification number (AIIN), or employer identification number
(EIN), to report on an information return the amount paid to you, or other
amount reportable on an information return. Examples of information
returns include, but are not limited to, the following.
• Form 1099-INT (Interest earned or paid)
• Form 1099-OIV (dividends, including those from stocks or mutual
funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross
proceeds)
• Form 1099-B (stock or mutual fund sales and certain other
transactions by brokers)
• Form 1099-S (proceeds from real estate irarsactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest). 1098-E (student loan interest),
109E -T (tuition)
• Farm t 099-C (canceled debt)
• Form 1099 A (acquisition or abandonment of secured property)
Use Form W-9 only it you are a U.S. person (including a resident
alien), to provide your correct TIN.
it you do trot return Form W-9 to the requesfar with a TIN, you might
be subject to backup withholding. See What is backup withholding,
rater.
Cat No. 1ts231X Form W-9 lflev 10-i0t8)
A`oRLI CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDD/YYYY)
6/9/2021
THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Ewing -Leavitt Insurance Agency, Inc.
4090 Clydesdale Parkway
Suite 101
Loveland CO 80538
CONTACT NAME: Renee McReynolds
a/cNN E>d: (970) 679-7344 ac NO: (866)456-4265
ADDRESS:renee-mcreynolds@leavitt.com
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURERA:Selective Insurance Group, Inc.
12572
INSURED
TCC Corporation
P O Box 567
Windsor CO 80550
INSURER B:Pinnacol Assurance
41190
INSURER C:
INSURER D:
INSURER E:
INSURERF: :
COVERAGES CERTIFICATE NUMBER:21-22 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.
IPOLICY R
LTR
LT
TYPE OF INSURANCE
ADDL
SUBR
POLICY NUMBER
MM/D D/YYYY
MM/D fDYYYY
LIMITS
X
COMMERCIALGENERALLIABILITY
EACH OCCURRENCE
$ 1,000,000
A
CLAIMS -MADE �X OCCUR
DAMAGE TO RENTED
PREMISES (Eaoccurrencel
$ 500,000
x
MED EXP (Any one person)
$ 15,000
Blkt Waiver of Subrogation
X
S2325490
5/1/2021
5/1/2022
X
Blkt Additional Insureds
PERSONAL BADV INJURY
$ 1,000,000
GEN'LAGGREGATE LIMITAPPLIES PER:
GENERAL AGGREGATE
$ 3,000,000
POLICY PET LOC
PRODUCTS-COMP/OPAGG
$ 3,000,000
$
OTHER:
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
Ea accident
$ 1 , 000 , 000
BODILY INJURY (Per person)
$
A
X ANYAUTO
ALL OWNED SCHEDULED
AUTOS
X
S2325490
5/1/2021
5/1/2022
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
NON -OWNED
N -O
x HIRED AUTOS X AUTOS
$
X Bitt Addl Insureds X BItt W0S
X
UMBRELLALIAB
X
OCCUR
Follow Form
EACH OCCURRENCE
$ 3,000,000
AGGREGATE
$ 3,000,000
A
EXCESS LIAB
CLAIMS -MADE
DED I I RETENTION $ •
$
S2325490
5/1/2021
5/1/2022
WORKERS COMPENSATION
AND EMPLOYERSLIABILITY Y/N N
ANY PROPRIETOR/PARTNER/EXECUTIVE
incl Blanket Waiver
of Subrogation
x PER 0TH -
STATUTE ER
E.L. EACH ACCIDENT
$ 500,000
B
OFFICER/MEMBER EXCLUDED? ❑
(Mandatoryin NH)
N /A
y
4021079
7/1/2020
7/1/2021
E.L. DISEASE -EA EMPLOYEE
$ 500,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$ 500,000
A
Contractors' Equip
S2325490
5/1/2021
5/1/2022
Rented/Leased Equipment
$250,000 limit
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 131, Additional Remarks Schedule, may be attached if more space is required)
Re: Health Lab Renovation; 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 0 Street
Greeley, CO 80631
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
McReynolds/RESTEI
n 19RR-2014 ACORD CORPORATION. All riahts reserved
ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD
INS025 (201401)
New Contract Request
Entity Information
Entity Name1 Entity ID* ❑ New Entity?
TCC CORPORATION 00O34361
34361
•triiir
Contract Description*
HEALTH LAB RENOVATION
Contract Description 2
Contract ID
4838
Contract Lead*
SGEESAMAN
Contract Lead Email
sgeesaman@co.weId.co.us
Parent Contract ID
Contract Type*
Department
Requested BOCC Agenda Due Date
CONTRACT
BUILDINGS AND GROUNDS
Date* 06/1 7/ 2021
06/21/2021
Amount1
Department Email
5378,688.00
Chi-
Will a work session with ROCC be required?*
auildingGrounds@-eldgov.c
NO
Renewable*
om
NO
Does Contract require Purchasing Dept. to be included?
Department Head Email
YES
Automatic Re a1
C _auildingGrounds-
DeRtHead eldgov.com
_ #*
Grant
82100093
County Attorney
GENERAL COUNTY
IGA
ATTORNEY EMAIL
County Attorney Email
CM-
COUNTYATTORNE'ti ELDG
OV.COM
If this is a renewal enter
previous Contract ID
If this is part of a MSA enter MSA Contract ID
Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in
OnBase
iTT
Review Date*
12/27/2021
Termination Notice Period Committed Delivery Date Expiration Date*
1227,'2021
Contact Information
Contact Info
Contact Name
Purchasing
Purchasing Approver
ROB TURF
Approval Process
Department Head
TOBY TAYLOR
DH Approved Date
06;1612021
Final Approval
BOCC Approved
8OCC Signed Date
BOCC Agenda Date
0612312021
Originator
SGEESAMAN
Contact Type Contact Email Contact Phone I Contact Phone 2
Purchasing Approved Date
06/18'2021
Finance Approver
CHRIS D'OV1DIO
Finance Approved Date
05:17:2021
Tyler Ref #
AG 052321
Legal Counsel
BOB CHOATE
Legal Counsel Approved Date
06;182021
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 25, 2021
To: Board of County Commissioners
From: Toby Taylor
Subject: Health Lab Renovation; B2100093
As advertised this bid is for renovation of the Health Lab and installation of lab gas systems. The low bid
is from TCC meets specifications. Therefore, the Facilities Department is recommending the award to
TCC in the amount of $378,688.00.
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
OCo/oa 0091 - 131
DATE OF BID: MAY 14, 2021
REQUEST FOR: HEALTH LAB RENOVATION
DEPARTMENT: FACILITIES
BID NO: B2100093
PRESENT DATE: MAY 17, 2021
APPROVAL DATE: JUNE 2, 2021
VENDOR
EDMAN BUILDERS LLC
229 N US HWY 287
FORT COLLINS, CO 80524
TCC CORPORATION
609 GYRFALCON CT, UNIT D
WINDSOR, CO 80550
SWIFT BUILDERS, LLC
2000 SOUTH COLLEGE AVE, STE 310
FORT COLLINS, CO 80525
WELD COUNTY PURCHASING
1150 O Street, Room #107, Greeley, CO 80631
E -Mail: cmpeters(c�weldgov.com
E-mail: reverett(weldgov.com
E-mail: rturf(o)weldgov.com
Phone: (970) 400-4223, 4222 or 4216
TOTAL
$288,490.00
$378,688.00
$590,016.00
AMERICAN CONSTRUCTION SERVICES, LLC $635,286.00
1905 W 8TH ST, STE 209
LOVELAND, CO 80537
GROWLING BEAR CO INC
2330 4TH AVE
GREELEY, CO 80631
COMPLETION
DATE
AUGUST 31, 2021
90 DAYS*
AUGUST 20, 2021
VENDOR
RESCINDED
BID
NOVEMBER 15, 2021**
$640,697.00 OCTOBER 30, 2021
*START DATE TBD ONCE COUNTERTOP SUBMITTALS HAVE BEEN APPROVED. CURRENT LEAD TIME ON COUNTERTOPS IS
10-12 WEEKS.
**TO ALLOW FOR SUBMITTALS AND MATERIAL LEAD TIME.
THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS.
Hello