Loading...
HomeMy WebLinkAbout20222175.tiffSeptember 6, 2022 Cn*acf IDii-u308' FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Chase Building Phase #1 Attorney Suite Remodel - Change Order #1 (2022-2175) After the construction contract was awarded, an alternative/ equivalent lighting fixture was presented and accepted resulting in a credit. A change order, resulting in a $4,134.25 credit, is requested. Facilities is recommending approval of the change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director COrStrri- ArOtik, Oct /Z,Coin ZOZZ-21-15 $C OUZO' CHANGE ORDER # 1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND TCC CORPORATION Date: September 6, 20221 Original Agreement: Weld County document no. 2022-2175 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 adjdisted as follows: $ 333,850.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ (4,134.25) Currnt Change Order Amount $ 329,715.75 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By Name: Brian Crownover Title: Vice President ATTEST: C1.�tdtA.) J ;e1 Weld County Clerk to the Board BY: Deputy Clerk to the B Date 9/12/22 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO K. James, Chair SEP 2 6 2022 IPage 1of1 0102 --,217 Exhibit A -Change Order # 1 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 1 TITLE Lighting Fixture Substitution PROJECT Weld County Attorneys (Chase) TO Curtis Naibauer Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE JOB CONTRACT NO 08/24/2022 2223 Change Order to substitute Lithonia 2BLT4 fixtures in place of Lithonia 2AVL Series fixtures Description I Amount Substitute Lithonia 2BLT4 fixtures in place of Lithonia 2AVL Series fixtures ($4,134 25) Total ($4,134 25) APPROVAL By By Curtis Naibauer Brian Crownover Date Date South Paw Electric Corp. 4433 E. County Line Rd. Erie, CO. 80516 Phone (303) 419-3710 Fax (720) 890-2906 Rob@southpawelectric.com 8/24/2022 TCC Corporation. 609 Gyrfalcon Ct Unit D Windsor, CO 80550 Steph McCormick RE: Chase building Sty' floor for Weld County, County Attorney's Office CO -001 Southpaw Electric Corp. proposes to furnish all labor and materials necessary to complete the Electrical installations for the proposed project located at 822 7tf, St Greeley, CO. The scope of this work includes installing all conduit, wire, fittings, and devices, unless noted otherwise, as is necessary to complete the electrical installation per the bid set dated, 3/22/22 including addendum 1 and 2. The scope of this work includes: Change Order: • At the request of Weld County substitute Lithonia 2BLT4 fixtures in place of Lithonia 2AVL Series fixtures. No Sales Tax is included, please provide the necessary tax certificate City of Greeley permit fee is included with the building permit. • This proposal DOES NOT include (unless noted otherwise in this proposal): o Temporary Lighting. o Excavation/Trenching Backfill or Compaction o Fire Alarm o Anything to do with Audio System or Speakers. o Anything to do with Security System or Devices, except back boxes and raceway. o Control wiring or connections to any Mechanical Equipment. o Concrete Sawing/Coring, Removal, Excavation or Patching. o Utility Fees. o Appliance Pigtails. o Anything to do with Data and Television other than the conduit above ceiling and boxes. o Anything related to the installation of Concrete. o Devices, Cable and Connections related to the Fire Alarm System. o Roof Penetrations or Roof Jacks. o Access Panels/Doors. o Exhaust Fans or Ducting. o Fire Tenting. o Any Installations Not Specifically Stated Within This Proposal. Base cost of CO -001...-$4,134.25 liPage Like most trades, we are facing shortages of available materials that could be problematic, and escalation of material costs. We reserve the right to request compensation of unexpected increases in material costs This proposal is based on normal working hours of (7:00AM — 3:30PM) Monday through Friday all overtime and afterhours work will be completed at a premium charge. This proposal does not include sawing, coring, removal, or replacement of concrete floor. This proposal does not include anything to do with control wiring for any Mechanical or Kitchen Equipment. This proposal does not include any utility fees, sheetrock patching, roof patching, or other repair work. This proposal includes all labor, materials, as built drawings, and all other applicable fees. Digitally signed by Robert Rankin DN: C=US, Robert Rankin E=rob@Southpawelectnc.com, OU=Souithpaw Electric, CN=Robert Rankin This proposal presented by: Date: 2022.08.2407:45:24-06'00' (Robert Rankin Estimator/Project Manager, Southpaw Electric Corp.) This proposal accepted by: This proposal is based on the construction documents provided. All work to be installed in a neat and workman like manner. All installations to meet current NEC standards. Payment required 30% initial to start up, remainder billed every 30 days based on percentage complete. All invoices due in 30 days. Additional work will be completed and billed as a change order agreement between the authorized parties. This proposal includes all permit fees, sales tax, and all other applicable fees. If payment is not made when due, the unpaid balance owing shall draw an interest of 18 percent per annum. If payments are not timely made, owner/contractor agrees to pay South Paw Electric Corporation's attorney fees and cost of suit, incurred in collecting the amounts owing. This agreement shall be constructed in accordance with Colorado State Laws Southpaw Electric will provide a 1 -year parts and labor warranty from the date of substantial completion. This proposal is valid for (30) days. 2IPage I4 £177/Of/A tiflifflislfl' DIGITAL NAVIGATION Ordering Tree nlight Platform Sensor Switch JOT Photometrics Performance Data FEATURES & SPECIFICATIONS INTENDED USE —The BIT Best -in -Value Low Profile LED luminaire features a popular center basket design that offers a clean, versatile style and volumetric distribution. High efficacy LED light engines deliver energy savings and low maintenance compared to traditional sources. An extensive selection of configurations and options make the BLT the perfect choice for many lighting applications including schools, offices and other commercial spaces, retail, hospitals and healthcare facilities. The low profile BLT design (2-3/8") also makes it an excellent choice for renovation projects. CONSTRUCTION Prior to fabrication, BLT components are coated with a proprietary paint blend and die -formed for dimensional consistency. The BUT reflector is available in both smooth and ribbed finishes. Choose RB from the fixture style section below for a ribbed finish. End plates contain easy -to -position integral T -bar clips for securely attaching the luminaire to the T -grid. For additional T -grid security, optional screw on T -bar clips are available. Diffusers are extruded from impact modified acrylic for increased durability. LED boards and drivers are accessible from the plenum. OPTICS Volumetric illumination is achieved by creating an optimal mix of light to walls, partitions and vertical and horizontal work surfaces rendering the interior space, objects and occupants in a more balanced, complimentary luminous environment. High performance extruded acrylic diffusers conceal LEDs and efficiently deliver light in a volumetric distribution. Four diffuser choices available - curved and square designs with ribbed or a smooth frosted finish. ELECTRICAL — Long -life LEDs, coupled with high -efficiency drivers, provide superior quantity and quality of illumination for extended service life. 80% LED lumen maintenance at 60,000 hours (L80/60,000). Color Variation within 3 step MacAdam ellipse (3SDCM). Non -Configurable BLT: Generic 0-10 volt dimming driver. Dims to 10% Configurable BLT: available in High Efficiency (HE) versions for applications where a lower wattage (over the standard product) is required. The High Efficiency versions deliver >130 LPWand can be specified via the Lumen Package designations in the Ordering Information below. eldoLED driver options deliver choice of dimming range, and choices for control, while assuring flicker -free, low -current inrush, 89% efficiency and low EMI. Optional integrated nlight'controls make each luminaire addressable - allowing it to digitally communicate with other nLight enabled controls such as dimmers, switches, occupancy sensors and photocontrols. Connection to nLight is simple. It can be accomplished with integrated nLight AIR wireless RIO, RES7 sensors, or through standard Cat -S cabling. nLight offers unique plug -and -play convenience as devices and luminaires automatically discover each other and self -commission. nLight AIR is commissioned easily through an intutitive mobile app. Lumen Management: Unique lumen management system (option N80) provides on board intelligence that actively manages the LED light source so that constant lumen output is maintained over the system life, preventing the energy waste created by the traditional practice of over -lighting. Step -level dimming option allows system to be switched to 50% power for compliance with common energy codes while maintaining fixture appearance. SENSOR— Integrated sensor (individual control): Sensor Switch MSDIADCX ((Passive infrared (PIR)) or MSDPDT7ADCX ((PIR/Microphonics Dual Tech (PDT)) integrated occupancy sensor/automatic dimming photocell allows the luminaire to power off when the space is unoccupied or enough ambient light is entering the space. See page 4 for more details on the integrated sensor. Integrated Sensor (nLight Wired Networking): This sensor is nLight-enabled, meaning it has the ability to communicate over an nLight network. When wired, using CAT -5 cabling, with other nLight-enabled sensors, power packs, or Wall Pods, an nlight control zone is created. Once linked to a Gateway, directly or via a Bridge, the zone becomes capable of remote status monitoring and control via SensorView software. See page 4 for the nLight sensor options. Integrated Smart Sensor (nlight Air Wireless Platform): The RES7 sensor is nLight AIR enabled, meaning it has the ability to communicate over the wireless nLight control platform. It is available with an automatic dimming photocell, and either a digital PIR or a microphonics (PDT) dual technology occupancy sensor. It pairs to other luminairs and wall switches through our mobile app, CLAIRITY+, which allows for simple sensor adjustment. See page 4 for more details on the Integrated Smart Sensor. Integrated Wireless Sensor (single room control): Sensor Switch VERTEX JOT orJOTVTX15 luminaire-embedded occupancy and ambient light sensor allows the luminaire to power off when the space is unoccupied or when enough ambient light is entering the space. See page X for more details on the integrated wireless sensor. INSTALLATION — The BLT's low profile design of only 2-3/8 provides increased installation flexibility especially in restrictive plenum applications. Designed for use in NEMA standard Type G (1" & 15/16") , NFG (9/16"), and SS (9/16") grid ceilings. Consult factory about other ceiling types. For recessed mounting in hard ceiling applications, Drywall Grid Adapters (DGA) are available as an accessory. See Accessories section. Suitable for damp location. LISTINGS -- CSA Certified to meet U.S. and Canadian standards. IC rated. Tested in accordance with 15014644-1; suitable for ISO Class 5-9 positive and negative pressure clean rooms. Design Lights Consortium" (DLC) Premium qualified product and DLC qualified product. Not all versions of this product may be DLC Premium qualified or DLC qualified. Please check the DLC Qualified Products List at www.designlights. org/QPL to confirm which versions are qualified. BUY AMERICAN Product with the BAA option is assembled in the USA and meets the Buy America(n) govern - ment procurement requirements under FAR, DFARS and DOT. Please refer to www.acuitybrands.com/buy-american for additional information. WARRANTY — 5 year limited warranty. This is the only warranty provided and no other statements in this speci fication sheet create any warranty of any kind. All other express and implied warranties are disclaimed. Complete warranty terms located at: www.acuitybrands.com/support/warranty/terms-and-conditions NOTE: Actual performance may differ as a result of end -user environment and application. All values are design or typical values, measured under laboratory conditions at 25 °C. Specifications subject to change without notice. Catalog Number Notes Type Ribbed Reflector Option Specifications Length: 47-3/4 (121.2) Width: 23-3/4 (60.3) Depth: 2-3/8 (6.0) Depth with Air supply/return: 2-3/4 (6.9) All dimensions are inches (centimeters) unless otherwise specified. ADP Diffuser Option J' DLC LISTED BLT Series LED 2BLT4 2' x 4' LED IZIZZO itGNT eldoLED Buy American ••-% n JOT JUST ONE TOUCH Static Air Supply/Return Embed nLight controls today. Prepare for tomorrow. Now x a User-friendly install Enhanced energy savings Code compliance Tomorrow Scalability Space configuration CMFuture -ready Capable Luminaire This item is an A+ capable luminaire, which has been designed and tested to provide consistent color appearance and out -of -the -box control compatibility with simple commissioning. • All configurations of this luminaire meet the Acuity Brands specification for chromatic consistency • This luminaire is part of an A+ Certified solution for nlight'' control networks when ordered with drivers marked by a shaded background* • This luminaire is part of an A+ Certified solution for nlight control networks, providing advanced control functionality at the luminaire level, when selection includes driver and control options marked by a shaded background* To learn more about A+, visit www.acuitybrands.com/aplus. .*See ordering tree for details COMMERCIAL INDOOR BLT-2X4 2BLT Volumetric Recessed Lighting 2'x4' ORDERING INFORMATION Lead times will vary depending on options selected. Consult with your sales representative. + A+ Capable options indicated by this color background. Example: 2BLT4 40L ADP EZ1 LP840 2BLT4 Series Fixture Style Air function Lumens t Diffuser Voltage Driver Color temperature 2BLT4 2x4 BLT (blank) Smooth (blank) Static i Standard High ADP Curved, ribbed (blank) MVOLT LP830 82CR1, 3000 K EZ1 eldoLED dims to Reflector A Air efficiency efficiency t ADSM Curved, smooth 120 120V 1% (0-10 volt LP835 82CR1, 3500 K RB Ribbed supply/ (>100 LPW) (>130 LPW) dimming) Reflector return t 30L 3000 30LHE 3000 SDP Square, ribbed 277 277V GZ1 Dims to 1% LP840 82CR1, 4000 K 40L 4000 40LHE 4000 SDSM Square, smooth 347 347V t (0-10V dimming) LP850 82CR1, 5000 K 48L 4800 48LHE 4800 LUGR Low UGR lenst GZ10 Dims to 10% LP930 90CRI, 3000K 60L 6000 60LHE 6000 Includes trim rings to match sensored version SLD (0-10V dimming) Step -level LP935 90CRI, 3500K LP940 90CRI, 4000K 72L 7200 72LHE 7200 ADPT Curved, ribbed dimming t LP950 90CRI, 5000K 85L 8500 85LHE 8500 ADSMT Curved, smooth 100E 10000 SDPT Square, ribbed 120E 12000 SDSMT Square, smooth LUGRT Low UGR lens with trimt nLight Interface nlight Wired (blank) no nLight ' interface N80 N80EMG N100 N100EMG nlight with 80% lumen management nLight with 80% lumen management For use with generator supply EM power t nLight without lumen management nLight without lumen management For use with generator supply EM power t nLight Wireless (blank) no nLight AIR ' interface NLTAIR2 nLight AIR Generation 2 enabled t RIOEM Control t nLight Wired t (blank) No sensor control NES7 NESPDT7 NES7ADCX nLight" nES 7 PIR integral occupancy sensor nLighttM nES PDT 7 dual technology integral occupancy control nLight`M nES 7 ADCX PIR integral occupancy sensor with automatic dimming photocell NESPDT7ADCX n[ightTM nES PDT 7 dual technology integral occupancy sensor with automatic dimming photocell nLight Wireless RES7 nLight AIR control with PIR integral occupancy sensor and automatic dimming photocell $ RES7PDT nLight AIR control with PDT dual technology integral occupancy sensor and automatic dimming photocell $ RIO nLight AIR radio module without sensor $ RES7EM nLight AIR PIR integral occupancy sensor with automatic dimming photocell and U1924 Emergency Operation, via power interrupt detection t RES7PDTEM nLight AIR microphonics dual technology occupancy sensor with automatic dimming photocell and UL924 Emergency Operation, via power interrupt detection t nLight AIR radio module less sensor, with UL924 Emergency Operation, via power interrupt detection $ Individual Control MSD7ADCX PIR integral occupancy sensor with automatic dimming control photocell $ MSDPDT7ADCX PDT integral occupancy sensor with automatic dimming control photocell $ JOT Wireless room control with "Just One Touch" pairing $ JOTVTX15 Wireless occupancy sensor with "Just One Touch" pairing $ Standy Mode Options NOC NOC Occupancy BDP Disconnect Plug CP Chicago plenum 4 GLR Fast -blowing fuse 4 sensor disabled t EL7L 700 lumen battery pack BGTD Bodine Generator Transfer Device 4 GMF Slow -blowing fuse 4 (Noncompliant with CA T20) 4 PWS1836 6' pre -wire, 3/8" diameter, 18 gauge, 1 circuit NPLT Narrow pallet EL14L 1400 lumen battery pack PWS1846 6' pre -wire, 3/8" diameter, 18 gauge, 2 circuit RRL_ RELOC'-ready luminaire 4 E1OWLCP (Noncompliant with CA T20) t EM Self -Diagnostic battery pack, 10W Constant Power, Certified in CA Title 20 MAEDBS 4 PWS1846 PWSLV PWS1856LV Two cables: one 6' pre -wire, 3/8" diameter, 18 gauge, 2 circuits; one 6' pre -wire, 3/8" diameter, 18 gauge t 6' pre -wire, 3/8" diameter, 18 gauge, 1 circuit w/low voltage wires t LATC WH DWAM JP14 Earthquake clip Glossy White Anti -Microbial paint Job packaging 4 JP22 Job packaging 4 IP5X Gasketed diffuser compartment to meet IP5X rating $ BAA Buy America(n) Act Compliant NOTE: $ indicates option value has ordering restrictions. Please reference the Option Value Ordering Restictions chart on the next page. Options are sorted alphanumerically. (a L/THON/A L/OHT/NO COMMERCIAL INDOOR: One Lithonia Way Conyers, GA 30012 Phone: 800-705-SERV (7378) www.lithonia.com BLi -2X4 © 2016-2022 Acuity Brands Lighting, Inc. All rights reserved. Rev. 08/22/22 2BLT Volumetric Recessed Lighting 2'x4' t Option Value Ordering Restrictions Option value Restriction 347 Not available with SLD, EL7L, EL14L, or EIOWLCP options. A Not available with RB fixture style, consult factory for air flow data. BGTD Not available with TD, JOT, JOTVTX15 sensor options or emergency battery options. Must specify voltage. Requires BSE labeling, voltage specific. Consult factory for options. Example: BGTD BSE10. Controls Must specify diffuser with trim rings. CP Not available with N80, N8OEMG, N100, N100EMG, PWS1836, PWS1846, PWS1846 PWSLV or PWS1856LV. EL14LSD, EIOWLCP, EL7L, EL14L When using pre -wire option, use PWS1846 or PWS1846 PWSLV. For more information, please see the PSSD2 specification sheet. FAO EZ1 driver required. Not available with USPOM, FAO or lumen packages > 6000LM. FAO restricts use of external Dimming controls. See chart on page 3 for additional details. GLR, GMF Must specify voltage. 120 or 277, with GLR and GMF fusing. IP5X Not available with air supply/return or Wired Networking (NES_) and Individual Control (MSD_) sensors. JOT, JOTVTX15 Not available with standard efficiency 85L, 85LHE, 100L or 120L lumen options. Not available with SLD, nLight, NLTAIR2, NOC, or BGTD options. JP14 Only available on fixtures with NES7, NESPDT7, NESPDT7ADCX, MSD7ADCX, MSDPDT7ADCX, REST, RES7PDT, RIO, JOT,JOTVTX15. Not available when air supply/return function and sensor options are combined. JP18 Not available with option: NES7, NESPDT7, NESPDT7ADCX, MSD7ADCX, MSDPDT7ADCX, RES7, RES7PDT, RIO, JOT, JOTVTX15. Lumens Approximate lumen output. For high Efficiency, all versions may not achieve 130— LPW. Refer to photometry on www.acuitybrands.com. Air supply/return option, 90 CRI, and versions with integral sensor trim rings may not achieve 130 LPW. LUGR, LUGRT Due to the unique optics used to drive the low UGR distribution, the LUGR lens is not uniformly lit and presents visible striping. MSD7ADCX, MSDPDT7ADCX Only available with EZ1 driver option. 0-10v dimming wires not accessible via access plate. NES7, NESPDT7, NES7ADCX, NESPDT7ADCX Requires N80, N8OEMG, N100, or N100EMG. Only available with EZ1 driver. NLTAIR2 Must order with nlight Wireless option from Control section. Not available with GZ10 driver. Not available with 85L, 85LHE, 100L, or 120L options. NOC Can only be ordered in conjunction with EZ1 or GZ1, NLTAIR2, RES7/RES7PDT. Occupancy sensor disabled at factory but can be re -enabled upon commissioning. N8OEMG, N100EMG nLight EMG option requires a connection to existing nLight network. Power is provided from a separate N80 or N100 enabled fixture. RES7, RES7PDDT, RIO See UL 924 Sequence of Operation chart on page 3. When combined with the EZ1 option, can be used as a normal power sensing device for nlight AIR devices and luminaires with EM emergency options. RES7EM, RES7PDT, RIOEM See UL924 Sequence of Operation chart on page 3. Not available with 72L, 72LHE, 85L or 85LHE lumenpackages. Not available with GZ10 or GZ1 driver. RRL_ For ordering logic consult: RRL_ 2013. SLD Not available with any nLight Interface or Control options. Multiple Diffuser Options ADP Curved Ribbed Non -Configurable BIT ADSM Curved Smooth SDP Square Ribbed SDSM Diffuser Option SDSM Square Smooth LUGR Low UGR Non -Configurable BLT Stock/MTO Catalog Description * UPC Lumens Wattage LPW Color Temperature Voltage Pallet Qty Stock 2BLT440L ADP LP835 00190887470789 4000 31.69 126.22 3500K/82 CRI 120-277 28 2BLT4 40L ADP LP840 00190887470765 4063 31.69 128.23 4000K/82CRI 120-277 28 2BLT4 46L ADP LP835 00190887468656 4960 - 38 130.5 3500K/82 CRI 120-277 28 2BLT4 46L ADP LP840 00190887468649 5039.18 38 132.58 4000K/82CRI 120-277 28 2BLT4 40L ADP EL14L LP835 00190887470925 4000 _ 31.69 126.22 3500K/82 CRI 120-277 28 2BLT4 401 ADP EL14L LP840 00190887470918 4063 31.69 128.23 4000K/82 CRI 120-277 28 2BLT4 461 ADP EL14L LP835 00190887468670 4960 38 130.5 3500K/82 CRI 120-277 28 2BLT4 461 ADP EL14L LP840 00190887468663 5039.18 38 132.58 4000K/82 CRI 120-277 28 *Generic 0-10V Dimming to 10%. MOUNTING DATA Ceiling Type Appropriate Trim Type Exposed grid tee (1' and 9/16") G Concealed grid tee G Plaster or plasterboard G* 9/16 15/16 Screw Slot *DGA accessory available to provide ceiling trim flange and fixture support for plaster or plasterboard ceiling. Recommended rough -in dimensions for DGA installation is 24-3/4" x 24-3/4" (Tolerance is +1/8", -0"). U1924 Sequence of Operation The below information applies to all nlight AIR devices with an EM option. • EM devices will remain at their high -end trim and ignore wireless lighting control commands, unless a normal -power -sensed (NPS) broadcast is received at least every 8 seconds. • Using the CLAIRITY+ mobile app, EM devices must be associated with a group that includes a normal power sensing device to receive NPS broadcasts. • Only non -emergency rPP20, rLSXR, rSBOR, rSDGR, and nLight AIR luminaires with version 3.4 or later firmware can provide normal power sensing for EM devices. See specification sheets for control devices and luminaires for more information on options that support normal power sensing. IAa LITHON/A LIONT/NO BIT -2X4 COMMERCIAL INDOOR: One Lithonia Way Conyers, GA 30012 Phone: 800-705-SERV (7378) www.lithonia.com © 2016-2022 Acuity Brands lighting, Inc. All rights reserved. Rev. 08/22/22 2BLT Volumetric Recessed Lighting 2'x4' Accessories & Replacement Parts Accessories: Order as separate catalog number. DGA24 2X4SMKSHP PAF RK8BDP 2P U RK8BDP 3P U RK8BDP 2P J10 RK8BDP 2P J40 Drywall grid adapter for 2x4 recessed fixture Surface Mount Troffer Kit Post Paint Disconnect Plug (BDP), 2 Pole, Package of 1 Disconnect Plug (BDP), 3 Pole, Package of 1 Disconnect Plug (BDP), 2 Pole, Package of 10 Disconnect Plug (BDP), 2 Pole, Package of 40 Replacement Parts: Order as separate catalog number. *249P2N *249P2T *249P30 *249P33 *237LT2 *237LT4 *237LT6 *237L18 *237LTA *237M52 *237M5A *237M5L 2DBLT48 ADP LENS ASSEMBLY 2DBLT48 SDP LENS ASSEMBLY 2DBLT48 ADSM LENS ASSEMBLY 2DBLT48 SDSM LENS ASSEMBLY 2DBLT48 ADPT LENS ASSEMBLY 2DBLT48 SDPT LENS ASSEMBLY 2DBLT48 ADSMT LENS ASSEMBLY 2DBLT48 SDSMT LENS ASSEMBLY 2DBLT48 ADPT SENSOR LENS ASSEMBLY 2DBLT48 SDPT SENSOR LENS ASSEMBLY 2DBLT48 ADSMT SENSOR LENS ASSEMBLY 2DBLT48 SDSMT SENSOR LENS ASSEMBLY 4 ft. replacement lens 4 ft. replacement lens 4 ft. replacement lens 4 ft. replacement lens 4 ft. replacement lens 4 ft. replacement lens 4 ft. replacement lens 4 ft. replacement lens 4ft. replacement lens 4 ft. replacement lens 4ft. replacement lens 4 ft. replacement lens Emergency Battery Pack Options - Field Installable Battery Model Number Wattage Runtime (Minutes) Lumen Output* @ 120 Lumens/Watt Other ILB CP07 2H A 7W 120 840 Storm Shelter/ 2 -hour Runtime ILB CP10 A 10W 90 1200 ILBLP CP10 HE SD A 10W 90 1200 Title 20, Self Diagnostic ILBLP CP15 HE SD A 15W 90 1800 Title 20, Self Diagnostic ILB CP20 HE A 20W 90 2400 Title 20 ILB CP20 HE SD A 20W 90 2400 Title 20, Self Diagnostic All the above are UL Listed products that are certified for field install external/remote to the fixture. *Minimum delivered lumen output to assist in product selection for increased fixture mounting height. The CP10 delivered emergency illumination outperforms legacy 1400 lumen fluorescent emergency ballast. Please contact us at productsupportemergency@acuitybrands.com for any Emergency Battery related questions. JOT Wireless J OT Sensor Switch JOT Enabled Wireless Solution Designed with contractors in mind, the Sensor Switch JOT enabled wireless solution offers a straightforward approach to the installation and pairing of lighting fixtures and controls. Absolutely no 0-10V control wires and no mobile apps are needed with JOT enabled products. allowing for lightning speed installation right out of the box. 1. Power: Install JOT enabled fixtures and controls as instructed. 2. Pair: Insert the pairing tool into the pinhole on the wall switch: press and hold any button for 6 seconds. 3. Play: Once paired, each fixture will individually dim down to 10% brightness. All products will be fully functional. C0O' BLT Series C)0 O0 Sensor Switch WSXA JOT O 0• BLT Series with integrated JOT OCC Sensors C�0' C)0' 14, O0 Sensor Switch SPODMRA JOT L/THON/A LIGHTING BLf-2X4 COMMERCIAL INDOOR: One Lithonia Way Conyers, GA 30012 Phone: 800-705-SERV (7378) www.lithonia.com (O 2016-2022 Acuity Brands Lighting, Inc. All rights reserved. Rev. 08/22/22 2BLT Volumetric Recessed Lighting 2'x4' nlight Platform Might embedded fixtures offer: f Customers get: Manual Dimming Convenience and visual comfort for occupants Motion Sensing and/or Daylight Harvesting Energy savings and code compliance Fixture or Group Level Control Ability to configure lighting to the space requirements Flexibility Ease of fixture moves, adds and changes Wireless Wall Switch (nLight AIR Only) Ease and flexibility of placement Astronomical and Time of Day Scheduling Energy savings and building security Scalable Solution nLight controls to grow with your business Future -Ready nlight platform to set foundation for future upgrades and capabilities nLight Air Wireless n BLT Series n Simple as 1,2,3 1. Install the nLight AIR fixtures with embedded smart sensor 2. Install the wireless battery -powered wall switch 3. With CLAIRITY+ app, pair the fixtures with the wall switch and if desired, customize the sensor settings for the desired outcome nLight Wired Networking n BLT Series nj INr r Simple as 1,2,3 1. Install the nLight" Wired fixtures with embedded control 2. Install the nLight Wired wall switch 3. Connect the fixtures using standard CAT5e cables and the devices will automatically discover each other and work (plug and play) n nlight AIR rPODBA CAT5e n n n Might Wired nPODMA • • • • Mobile Device I I� L/THON/A L/OHT/NG COMMERCIAL INDOOR: One Lithonia Way Conyers, GA 30012 Phone: 800-705-SERV (7378) www.lithonia.com © 2016-2022 Acuity Brands Lighting, Inc. All rights reserved. Rev. 08/22/22 BLT-2X4 2BLT Volumetric Recessed Lighting 2'x4' Sensor Options Option Automatic Dimming Photocell Occupancy Sensing nLight Wired Networking nLight AIR Networking PIR PDT MSD7ADCX X X MSDPDT7ADCX X X NES7 X X NES7ADCX X X X NESPDT7 X X NESPDT7ADCX X X X RES7 X X X RESPDT7 X X X X Integrated Sensor with Individual Control The MSD7ADCX PR occupancy sensor/automatic dimming photocell is ideal for areas without obstructions and where daylight harvesting may be desired. Suggested applications include, but not limited to, hallways, corridors, storage rooms, and breakrooms or other areas where people are typically moving. The MSDPDT7ADCX PIR/Microphonics Dual Tech occupancy sensor/automatic dimming photocell is ideal for areas with obstructions and where daylight harvesting is desired. Suggested applications include, but not limited to, open offices, private offices, classrooms, public restrooms, and conference rooms. MAX LIGHT LEVEL MIN r„, 17.5 MIN TIME DEL AY 2.5 MIN AT A1°,;-,LEVR frLITS r. Sequence of Operation (MSD7 Sensor) MOTION Occupants Detected In The Space NO MOTION Unoccupied - Sensor Detects tion *The presetting on the automatic dimming photocell is 5fc. Sensor Coverage Pattern Mini 360° Lens • Recommended for walking motion detection from mounting heights between 8 ft (2.44 m) and 20 ft (6.10 m) • Initial detection of walking motion along sensor axes at distances of 2x the mounting height up to 15 ft (4.57 m) and • 1.75x up to 20 ft (6.10 m). • Provides 12 ft (3.66 m) radial detection of small motion when mounted at 9 ft (2.74 m) • Initial detection will occur earlier when walking across sensor's field of view than when walking directly at sensor 9 FT Mounting Lens rotates 15- to enable adjustment 5.5 4.6 3.7 2.7 1.8 0.9 Om 0.9 1.8 2.7 3.7 4.6 5.5 18 15 12 9 6 3 Oft 3 6 9 12 15 18 nLight AIR Wireless nLight AIR is the ideal solution for retrofit or new construction spaces where adding additional wiring can be labor intensive and nLight AIR is available with or without an integral sensor. The integrated rES7 or rES7PDT smart sensors are part of each luminaire in the nLight AIR network, which can be grouped to control multiple luminaires. The granularity of control with the digital PIR occupancy detection and daylight sensing makes a great solution for any application. nLight Wired Networking The nES 7 is ideal for small rooms without obstructions or areas with primarily walking motion. Ideal areas include hallways, corridors, storage rooms, and breakrooms. Additionally, the nES7ADCX includes an integrated photocell, which enables daylight harvesting controls. For areas like restrooms, private offices, open offices, conference rooms or any space with obstructions, the nES PDT 7 dual technology sensor is recommended. The nES PDT 7 utilizes both PIR (passive infrared) and Microphonics technologies to detect occupancy. Additionally, the nESPDT7ADCX includes an integrated photocell, which enables daylight harvesting controls which is ideal for areas where windows are present. MAX GHT LEVEL MIN Sequence of Operation (nES7 and rES7 and Sensor) MOTION NO MOTION MOTION *The presetting on the automatic dimming photocell is 5fc (NES7) and 10fc (RES7). fe L/THON/A LIGHT/NO BLT-2X4 COMMERCIAL INDOOR: One Lithonia Way Conyers, GA 30012 Phone: 800-705-SERV (7378) www.lithonia.com © 2016-2022 Acuity Brands Lighting, Inc. All rights reserved. Rev. 08/22/22 2BLT Volumetric Recessed Lighting 2'x4' Controls Accessories Might' Wired Control Accessories: Order as separate catalog number. Visit www.acuitybrands.com/products/controls/nlight. WallPod stations On/Off On/Off & raise/lower Graphic touchscreen Photocell controls Full range dimming Model number nPODMA [Color] nPODMA DX [Color] nPOD TOUCH [Color] Model number nCM ADCX RJB Occupancy sensors Small motion 360°, ceiling (PIR / dual tech) Large motion 360°, ceiling (PIR / dual tech) Wall switch with raise/lower Cat -5 cable (plenum rated) 10' cable 30' cable Model number nCM 9 RJB / nCM PDT 9 RJB nCM10 RJB / nCM PDT 10 RJB nWSX PDT LV DX [color] Model number CATS 10FT 11 CATS 30FT 11 BLT fixtures with integrated rID devices complement any small office space. Pair them with an rCMS occupancy sensor and the space now has wireless occupancy sensing and dimming capability. For additional configuration options please consult with Tech Support. nlight" AIR Control Accessories: Order as separate catalog number. Visit www.acuitybrands.com/products/ controls/nlightair. Wall switches On/Off single pole On/Off two pole On/Off & raise/lower single pole On/Off & raise/lower two pole Model number rPODBA [color] G2 rPODB A2P [color] G2 rPODBA DX [color] G2 rPODBA 2P DX [color] G2 tfino 03 PODS DX Tr '•El , • . --1 DZ21 i I I I I ' I riO I I I ! -r DZ 1 t` 18 AWG Twisted Pan the voltage MIPS Ire Power rCMS1 Example: RCMS PDT 10AR G2 Series / Detection Power Supply' Occupancy Detection Lens (Required) Operating Mode Generation [blank] PDT PIR Detection Dual Tech Microphonics PIR/ 10 Large Range 9 Small Range 6 High Motion/ Extended 360° Motion/ Extended 360° Bay 360° Lens [BLANK] AR None Auxiliary Relay G2 Generation compatibility 2 [blank] PS 150 Power ordered separately Standard Power Supply Supply 150 mA RCMS nLight occupancy daylight AIR and sensor Sensor Switch WSX 010 Might WIRED NPOD UNITOUCH I Might WIRED nPODMA DX Might AIR rPODBA BLT with rIO n rPODBA Notes 1 RCMS requires low voltage power from either RPP2O DS 24V G2 or PS1S0. n Nessarr RCMS (4 L/THON/A L/GHT/NG COMMERCIAL INDOOR: One Lithonia Way Conyers, GA 30012 Phone: 800-705-SERV (7378) www.lithonia.com © 2016-2022 Acuity Brands Lighting, Inc. All rights reserved. Rev. 08/22/22 oLi -2X4 2BLT Volumetric Recessed Lighting 2'x4' Constant Lumen Management Enabled by the embedded nlight control, the BLT actively tracks its run-time and manages its light source such that constant lumen output is maintained over the system life. Referred to as lumen management, this feature eliminates the energy waste created by the traditional practice of over -lighting. Without Lumen Management Energy is wasted and light level is inconsistent. 100% POWER INPUT 0 Wasted Energy 0 10 20 30 THOUSAND OPERATING HOURS 40 34W 2 1 27W 50 With Lumen Management Energy is saved and light level remains consistent. 100% Saved Energy POWER INPUT 0 10 20 THOUSAND OPERATING HOURS 30 40 34W 27W 50 PHOTOMETRICS 2BLT4 40L ADP 19835, 4000 delivered lumens, test no. ISF36900P109, tested in accordance to IESNA LM -79 80 20 40 60 80 100 120 0° 20` 90° 90° CP Summary 80° 0° 9::, 60O 40° 0° 5° 15° 25° 35° 45° 55° 65° 75° 85' 90 1325 1309 1250 1136 981 797 601 408 212 48 1 1325 1325 1278 1187 1058 909 761 621 460 197 17 pf pc pw Coefficients of Utilization 20% 80% 70% 50% 70%50%30% 50%30%10% 50%30%10% 0 1 2 3 cc4 O5 cr 6 7 8 9 10 119 119 108 102 97 88 88 77 81 68 74 61 68 55 63 50 59 45 55 41 52 38 119 97 81 69 59 51 45 40 36 33 30 116 116 116 100 96 86 80 76 68 67 58 60 51 54 45 49 40 44 36 41 33 38 30 92 74 61 52 44 39 34 30 27 25 111 111 111 96 92 89 83 77 72 72 66 60 64 57 51 57 50 44 52 44 38 47 39 34 43 36 30 40 32 27 37 30 25 Zonal Lumen Summary Zone Lumens % Lamp % Fixture 0° - 30° 0" - 40" 0° - 60° 0" - 90" 90° - 120° 90O - 130" 90° - 150° 90° - 180" 0" - 180" 1024 1669 2960 3998 2 2 2 4000 25.6 41.7 74.0 100.0 0.0 0.0 0.0 0.0 100.0 25.6 41.7 74.0 100.0 0.0 0.0 0.0 0.0 100.0 2BLT4 48L ADP LP835, 4960 delivered lumens, test no. ISF 36900P117, tested in accordance to IESNA LM -79 80 30 60 90 120 150 0 20° 0 90" 90° CP Summary 80° 0 90 40° on 5° 15" 25° 35° 45° 55° 65° 75- 85° 90 1643 1623 1550 1409 1217 988 745 505 263 59 1643 1644 1585 1472 1312 1127 943 769 571 244 21 pf pc pw 80% 70%50%30% Coefficients of Utilization 20`/° 70% 50% 50%30%10% 50%30%10% 0 1 2 3 m4 �5 6 7 8 9 10 119 119 108 102 97 88 88 77 81 68 74 61 68 55 63 50 59 45 55 41 52 38 119 97 81 69 59 51 45 40 36 33 30 116 116 116 100 96 92 86 80 74 76 68 61 67 58 52 60 51 44 54 45 39 49 40 34 44 36 30 41 33 27 38 30 25 111 96 83 72 64 57 52 47 43 40 37 111 92 77 66 57 50 44 39 36 32 30 111 89 72 60 51 44 38 34 30 27 25 Zonal Lumen Summary Zone Lumens % Lamp % Fixture 0° - 30° 0° - 40° 0° - 60° 0°-90° 90° - 120° 90° - 130° 90° - 150° 90° - 180° 0° - 180° 1270 2070 3671 4957 2 2 2 4960 25.6 25.6 41.7 41.7 74.0 74.0 100.0 100.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 100.0 100.0 I� L/THON/A LIGHT/NG BLT-2X4 COMMERCIAL INDOOR: One Lahonia Way Conyers, GA 30012 Phone: 800-705-SERV (7378) www.lithonia.com © 2016-2022 Acuity Brands Lighting, Inc. All rights reserved. Rev. 08/22/22 2BLT Volumetric Recessed Lighting 2'x4' Performance Data Model Number Lumens LPW I Watts I DLC Listing i DLC ID 26114 30L ADP EZ1 (GZ1, GZ10) LP835 [All Options] 2962 127.31 23.26 Premium PWJDEMHS 28L14 30L MW EZ1 (GZ1, GZ10) LP840 [All Options] 3009.28 129.34 23.26 Premium P1815GLD 28L14 30L ADPT EZ1 (GZ1, GZ10) LP840 [All Options] 2969.16 127.62 23.26 Premium P3HB2XSG 28L14 40L ADP EZ1 (GZ1, GZ10) LP835 [All Options] 4000 126.22 131.69 Premium PDWKYXFD 28114 40L ADP EZ1 (GZ1, GZ10) LP840 [All Options] 4063.86 128.23 31.69 Premium PEYXAZWD 2BLT4 401 ADPT EZ1 (GZ1, GZ10) LP835 [All Options] 3946.66 124.53 31.69 Premium PS63CPK6 28114 401 ADPT EZ1 (GZ1, GZ10) 1P840 [All Options] 4009.67 126.52 31.69 Premium PK79UR9W 2BLT4 48L ADP EZ1 (GZ1, GZ10) LP835 [All Options] 4960 130.5 38 Premium PJ9CK6C1 28114 48L ADP EZ1 (GZ1, GZ10) LP840 [All Options] 503918 132.58 38 Premium P9W2R5AK 2BLT4 48LADPT EZ1 (GZ1, GZ10) LP835 [All Options] 4893.86 128.76 38 Premium PPFKZU3U 28114 48L ADPT EZ1 (GZi, GZ10) LP840 [All Options] 4971.99 130.82 38 Premium PCBHMCH9 28L14 601 ADP EZ1 (GZ1, GZ10) LP835 [All Options] 6016 126.39 47.59 Premium PSJ6QERM 2BLT4 601 ADP EZ1 (GZ1, GZ10) LP840 [All Options] 6112.04 128.4 47.59 Premium PVXQXPUV 28114 601 ADPT EZ1 (Gil, GZ10) LP835 [All Options] 5935.78 124.7 47.59 Premium PHT84BW4 28114 60L ADPT EZ1 (GZ1, GZ10) LP840 [All Options] 6030.55 126.69 47.59 Premium PXVSSBC8 2BLT4 72L ADP EZ1 (GZ10) LP840 [All Options] 7360.66 125.3 58.74 Premium PSCZ22CB 2BLT4 72L ADP GZ1 LP835 [All Options] 7245 119.07 60.84 standard PISHTCTS 28114 721 ADP GZ1 LP840 [All Options] 7360.66 120.97 60.84 standard PBERALG7 28114 721 ADPT EZ1 (Gil, GZ10) LP835 [All Options] 7148.4 117.48 60.84 standard PDQS3CYK 2BLT4 72L ADPT EZ1 (GZ10) LP840 [All Options] 7262.52 123.63 58.74 Premium P2KKMMVN 2BLT4 72L ADPT GZ1 LP840 [All Options] _ 7262.52 119.36 60.84 standard P1ODUPCO 28114 851 ADP EZ1 (GZ1, GZ10) LP835 [All Options] 8567 116.43 73.58 standard PYD2G06V 26LT4 851 ADP EZ1 (Gil, GZ10) LP840 [All Options] 8703.77 118.28 73.58 standard P8Z41V4X 26LT4 85L ADPT EZ1 (GZi, GZ10) LP835 [All Options] 8452.77 114.87 73.58 standard PTZEW3QM 2BLT4 85L ADPT EZ1 (GZ1, GZ10) LP840 [All Options] 8587.72 116.71 73.58 standard PO1DMEK9 28114 1001 ADP EZ1 (GZ1, GZ10) LP835 [All Options] 9837 103.14 95.36 standard PGDES2OR 28114 1001 ADP EZ1 (Gil, GZ10) LP840 [All Options] 9994.04 104.79 95.36 standard POO7CHGX 2BLT4 1001 ADPT EZ1 (G11, GZ10) LP835 [All Options] 9705.84 101.77 95.36 standard PSZUQY7M 28114 1001 ADPT EZ1 (GZ1, GZ10) LP840 [All Options] 9860.79 103.39 95.36 standard P6V6X6HY 28L141201 ADP EZ1 (GZ1, GZ10) LP835 [All Options] 11709 11818 99.07 standard PGM4Y7DP 28114 1201 ADP EZ1 (Gil, GZ10) LP840 [All Options] 11895.9 120.07 99.07 standard POODDCG2 28114 1201 ADPT EZ1 (GZ1, GZ10) LP835 [All Options] 11552.9 116.61 99.07 standard PXMOFS09 28114 1201 ADPT EZi (GZ1, GZ10) LP840 [All Options] 11737.3 118.47 99.07 standard PJ4GEBZM DLC information is subject to change, for the most up-to-date information please refer to www.dlc.org. Above listings do not cover 341v or SLD. HE Performance Data Model Number Lumens LPW Watts DLC Listing DLC ID 28L14 30LHE ADP EZ1 (GZ1, GZ10) LP835 [All Options] 3107 13517 22.98 Premium P7KEICWS 2BLT4 30LHE ADP EZ1 (GZ1, GZ10) LP840 [All Options] 3156.6 137.33 22.98 Premium PDOMO6BH 28L14 30LHE ADPT Eli (Gil, GZ10) LP835 [All Options] 3065.57 133.37 22.98 Premium P7PZAJDZ 2BLT4 30LHE ADPT EZ1 (Gil, GZ10) LP840 [All Options] 3114.51 135.5 22.98 Premium P2N23EBP 2BLT4 40LHE ADP EZ1 (GZ1, GZ10) LP835 [All Options] 4085 138.56 29.48 Premium P67P6S5Y 2BLT4 40LHE ADP EZ1 (GZ1, GZ10) LP840 [All Options] 4150.21 140.77 29.48 Premium P95UQD66 2BLT4 40LHE ADPT EZ1 (Gil, GZ10) LP835 [All Options] 4030.53 136.71 29.48 Premium PC15DQEC 2BLT4 40LHE ADPT EZ1(Gil, GZ10) LP840 [All Options] 4094.88 138.89 29.48 Premium PGRCSJ2T 2111.14 48LHE ADP EZ1 (Gil, GZ10) LP835 [All Options] i 4770 138.16 34.52 Premium PXBJBGN8 2BLT4 48LHE ADP EZ1 (GZi, GZ10) LP840 [All Options] 4846.15 140.37 34.52 Premium PSPQSRRX 2BLT4 48LHE ADPT EZ1 (Gil, GZ10) LP835 [All Options] 4706.4 136.32 34.52 Premium P2NK2H33 2BLT4 48LHE ADPT EZ1 (GZ1, GZ10) LP840 [All Options] 4781.53 138.5 34.52 Premium PK8C1321 28114 60LHE ADP EZ1 (GZ1, GZ10) LP835 [All Options] 5894 13512 43.61 Premium PQZN176R 28114 60LHE ADP EZ1 (GZ1, GZ10) LP840 [All Options] 5988.09 137.28 43.61 Premium PGSCYJUC 28L14 60LHE ADPT EZ1 (Gil, GZ10)1P835 [All Options] 5815.41 133.32 43.61 Premium PZ72TAWM 28L14 60LHE ADPT EZ1 (Gil, GZ10) LP840 [All Options] 5908.25 135.45 43.61 Premium PRC4W726 2BLT4 72LHE ADP EZ1 (GZ1, GZ10) LP835 [All Options] 7149 135.94 52.58 Premium PUB38GEQ 26LT472LHEADP EZ1(GZ1,GZ10) LP840 [All Options] 7263.13 138.11 52.58 Premium P7GDHZTN 28114 72LHE ADPT EZ1 (GZ1, GZ10) LP835 [All Options] 7053.68 134.12 52.58 Premium PSCC2VKV 2BLT4 72LHE ADPT EZ1 (GZ1, GZ10) LP840 [All Options] 7166.29 136.26 52.58 Premium P6P1BKDM 2BLT4 85LHE ADP EZ1 (GZ1, GZ10) 1P835 [All Options] 8158 128.96 63.25 Premium PRTW6BXW 2BLT4 85LHE ADP ED (GZ1, GZ10)1P840 [All Options] 8288.24 131.02 63.25 Premium P6H1V2D6 28114 85LHE ADPT EZ1(Gil, GZ10) LP835 [All Options] 8049.22 127.24 63.25 Premium PIVGSTA3 28114 85LHE ADPT EZ1(GZ1, GZ10) 1P840 [All Options] 8177.73 129.27 63.25 Premium PNSBKJ6E DLC information is subject to change, for the most up-to-date information please refer to www.dlc.org. Above listings do not cover 347v or SLD. How to Estimate Delivered Lumens in Emergency Mode Use the formula below to estimate the delivered lumens in emergency mode Delivered Lumens = 1.25 x P x LPW P = Ouput power of emergency driver. P = 10W for E1OWLCP option. LPW = Lumen per watt rating of the luminaire. This information is available on the ABL luminaire spec sheet. LPW = lumen per watt rating of the luminaire. LPW information available in Performance Data section. I� L/THON/A L/OHT/NO COMMERCIAL INDOOR: One Lithonia Way Conyers, GA 30012 Phone: 800-705-SERV (7378) www.lithonia.com © 2016-2022 Acuity Brands Lighting, Inc. All rights reserved. Rev. 08/22/22 BLT-2X4 Contract Form New Contract Request Entity information Entity Name" TCC CORPORATION Entity ID* ?O0034361 ❑ New Entity? Contract Name" Contract ID CHASE BUILDING ATTORNEY SUITE 5TH FLOOR REMODEL 6308 PHASE e 1 (2022-2175) Contract Status CTB REVIEW Contract Description" CHANGE ORDER O 1 CREDIT FOR LIGHT FIXTURES Contract Description 2 Contract Type" CHANGE ORDER Amount" 134,1 34.251 Renewable" NO Automatic Renewal Grant IGA Contract Lead" SGEESAMAN Contract Lead Email sgeesarnancn.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 09' 1 5:2022 09 19r 2022 Department Email CM- Buildi ngGroundsSVweldgov.c OM Department Head Email CM-BuildingGrounds- DeptHeadAvveldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNES' OWELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter NSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP aF* B2200101 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date" 12 30 2022 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date Jr 12,30;2022 Contact Information Contact Info Contact Name Purchasing Purchasing Approver CHRISTIE PETERS Approval Process Department Head TOBY TAYLOR OH Approved Date 09/12:2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09'26 2022 Originator SGEESAMAN Contact Type Contact Email Contact Phone 1 Contact Phone 2 finance Approver CHERYL PATTELLI Purchasing Approved Date 09 19;'2022 Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 09.'12'2022 09 19 2022 Tyler Ref # AG 092622 ConAtick 1t*lvZu$ AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & TCC CORPORATION CHASE BUILDING 5TH FLOOR RENOVATION PROJECT THIS AGREEMENT is made and entered into this 31 -day of ilttdUS1'. , 2022, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and TCC Corporation, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2200101. Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. Cornell -1- Pordtk, v,! 0031/ZZ Zo ZZ-21 �S BC:1602_11 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Facilities Department or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing rior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $333.850.00, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 Builders' Risk Insurance or Installation Floater — Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. 1) The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. 2) Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. 3) The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. 4) The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. Flood damage coverage is not required for work within the floodway or 100 year floodplain. Regardless, Contractor shall bear all risk associated with any and all loss resulting from flood events during construction. 5) The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. 6) Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). 7) The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duty authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Brian Crownover Position: VP Address: 609 Gyrfalcon Court, Unit D Address: Windsor, CO 80550 E-mail: bcrownover@tcccorp.net Phone: 970-460-0583 County: Name: Toby Taylor Position: Facilities Director Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@weldgov.com Phone: 970-400-2021 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the 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. 31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall he employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal fiends.] 32. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 33. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: TCC Corporation r --T By: Name: Eta � oWNo(i.Q,_ Title: 1'lL 51 (e^,f( WELD COUNTY: ATTEST: Date Sienature Date f Signature BOARD OF COUNTY COMMISSIONERS Wel o ty Clerk to t e ,: oard WELti COUNTY, COLORADO Deputy Clerks the : oar./ 1 ott K. James, Chair AUG 3 12022 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, ELEY, CO 80631 DATE: JUNE 27, 2022 BID NUMBER: B2200101 DESCRIPTION: CHASE BUILDING FIFTH FLOOR RENOVATION DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE: JULY 8, 2022 BID OPENING: JULY 22, 2022 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: CHASE BUILDING FIFTH FLOOR RENOVATION A mandatory pre -bid conference will be held on July 8, 2022 at 8:00 AM at the Chase Building located at 822 7th Street,( "Meet in front of elevators") Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: July 22, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on July 22, 2022 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 418113711 PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.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. Did Delivery to Weld County: 1. Emailed bids are required. Email bids to bids a_weldgov.com; however, if your bids exceeds 25MB please upload your bid to https://www bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. 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 o ne of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent,' or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone n ot 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, e ntitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to. product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS: Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established BID REQUEST #82200101 Page 2 pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. S. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. !f 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. BID REQUEST #B2200101 Page 3 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 H24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder 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 u nderstanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the e nforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits u nder the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. 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 o utlined 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) BID REQUEST #B2200101 Page 4 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. BID REQUEST #B2200101 Page 5 R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge. no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its o bligations 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 o r 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 u nenforceable 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 pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost BID REQUEST #B2200101 Page 6 to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional 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 BID REQUEST #B2200101 Page 7 Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #62200101 Page 8 Chase Building Fifth Floor Renovation OVERVIEW: This bid is to renovate a portion of the fifth floor in the Chase Building located at 822 7TH Street, Greeley, CO to accommodate County Attorney's office space. SPECIFICATIONS: 1. This project will involve selective demolition and reconfiguration of interior partitions, doors, frames, hardware, flooring, ceilings, lighting, electrical, mechanical and plumbing systems. (See Attached Construction Documents) 2. Demo and replace all areas of ceilings. 3. New carpet and rubber wall base at carpeted areas is furnished & installed by Owner. All other flooring, base and finishes are by contractor as noted in the drawings. Carpet installation will need to be scheduled and coordinated through the County. 4. The existing fire alarm and sprinkler systems will need to be modified by a State authorized design/build contractor. All fees for design and permits associated with this are responsibility of bidder. 5. Use of spaces inside the building will be limited to the construction area. No spaces will be used for storage or staging that will affect any customers or employees use of the building. 6. Any use of space outside of the building will need to be coordinated through the City of Greeley. This will include but not be limited to any sidewalk closures, street closures or parking spaces used for staging areas or trash dumpsters. Weld County has no jurisdiction to approve any use of the right of ways around the building. All permits and any fees for these permits will be the responsibility of the contractor. 7. All construction activities will need to be completed during non -business hours, either at nights, on weekends or holidays. This will also include material and equipment deliveries to the building. 8. All lifting and hoisting equipment will be the responsibility of the contractor. Any window removal and replacement necessary to remove trash or bring materials into the building will be the responsibility of the contractor. 9. Use of existing building elevators for moving equipment and materials will be allowed as long as the weights do not exceed the elevator limits. Contractor will provide protection for the cab interiors whenever the elevators are being used. Cab protection must be removed at the end of every work period and re -installed at the beginning of the next work period. Any damage done to the elevators will be repaired at the contractors expense. 10. Contractor shall develop an overall construction schedule highlighting milestones and activities. Schedule shall be updated periodically to show any changes. Contractor will also provide a short interval schedule weekly showing expected construction activities. 11. The building's HVAC controls are Delta Controls version 4.18 by SetPoint. All modifications to controls will be by SetPoint and included in the contractors bid. 12. Project will be permitted through Weld County. Fees for Weld County building permit will be waived. Any other fees associated with this project will be paid by the contractor. 13. Based on a contract being ready by August 22, 2022, provide construction start and finish dates for the fifth -floor remodel work. 14. Davis -Bacon and Buy American requirements are NOT required. 15. No bid bond is required for this project. 16. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 17. All trash and debris to be properly disposed of offsite. 18. Project site shall be cleaned daily and kept neat so that there are no health or fire hazards due to trash, debris and materials being stored on the site. All public areas shall be cleaned by the contractor before the building opens for business each day. BID REQUEST #B2200101 Page 9 19. Weld County is a tax-exempt entity. 20. Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid. Costs for these insurances shall be included in the bid price. 21. Contractor will be required to enter into a standard County contract for this service. SCHEDULE: Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Proposals Are Due Bid Award Notice Contract Execution Construction Start Project Completion PROPOSED SCHEDULE: June 24, 2022 June 24, 2022 July 8, 2022 July 22, 2022 August 8, 2022 August 22, 2022 Immediately upon receipt of signed contract November 18, 2022 Please provide proposed start and completion dates for this project. FEES: Provide turnkey cost for the base bid. START DATE COMPLETION DATE TOTAL PRICE: $ A mandatory pre -bid conference will be held on July 8, 2022, at 8:00 AM, at 822 7T11 Street, (Meet in front of Elevators) Greeley, CO, 80631. Bids will be received up to, but not later than July 22, 2022, at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #B2200101 Page 10 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on July 22, 2022: 1) Pages 9 thru 12 of the Bid Specifications. 2) Davis -Bacon and Buy American requirements are NOT required. 3) No bid bond is required for this project. 4) Bids over $50,000 will require a payment (100%) and performance (100%) bond upon acceptance. 5) Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid. Costs for these insurances shall be included in the bid price. 6) W9, if applicable* 7) Any future Addenda must be completed. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2200101 Page 11 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. #B2200101. 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 BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld County Clerk to the Board BY: YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Controller BID REQUEST #B2200101 Page 12 Chase Building 5T" Floor Renovation B2200101 - QUESTION & ANSWERS POSTED 7/18/2022 1. Question: Is an asbestos report available for the project? Answer: Asbestos Report has been posted to BidNet. 2. Question: Sheet M0.1 and P0.1 call for commissioning. Is commissioning a part of this project? Answer: No. Delete references to Commissioning. 3. Question: Is tele data cabling and devices by owner? Answer: Owner will provide all telephone and data cabling as well as terminations. Contractor will be responsible for all data conduits in walls and through walls. Conduits shall have pull strings inside. 4. Question: What is the brand of Fire alarm currently in the building Answer: Fire-Lite. S. Question: Confirm project does not have any fire sprinkler work. Answer: See addendum #1. 6. Question: Drw A-41, room finish schedule says to reference ceiling plan for ceiling heights. I do not see them called out. What is the ceiling height? Answer: 8 feet. 7. Question: Drawings state building is not sprinkled but the scope in bid package states to modify sprinkler. Is building sprinkled? Answer: See addendum #1 8. Question: Drw A-10 General demo #C, remove all existing doors with dashed line, see plan for doors to be replaced within their existing frames. Door schedule is calling for all new frames? Are we doing all new frames? Answer: Yes. 9. Question: Drw A-41 calls for vinyl composition tile and resilient base, any specs on VCT. Answer: Armstrong flooring standard Excelon or equal. 10. Question: Drw AQ-41 detail 03, wall type A to underside of ACT? Wall B to deck? Height of deck? No batt required in wall type A? Answer: Wall types A and B both go above grid, wall type B goes to deck. The top of finished floor ievei 5 to the top of finished floor level 6 is 12" 6 . Detail 3 states that sound batt insulation occurs only in wall type B. 11. Question: Drw A-10, Legend note 3, prep existing frame for electric. I assume you want the HES9400-630 Electric strike that is called out in door schedule? Answer: Eliminate any work to this door frame. Delete reference to electric strike. 12. Question: Drw A-41 signage note states to provide a suite number at entrance to match rest of building. Are we to provide signage at door 410 and S07? Any other signs required? Can we get a spec or photo of existing signs? Answer: Signage shall be installed at door 510 only. 13. Question: Do you want the existing columns at the windows framed and painted? Or just paint and leave as is? Answer: Framed, drywalled and painted. 14. Question: Do you want the heaters below the windows painted? Window frames painted? Answer: No. 15. Question: I need a number for the tile. It says Armstrong Canyon ceiling tile. There are several ways you can go with it. Answer: Ceiling tile to be a standard 2 X 4 square lay in tile. Other than the Armstrong Canyon, USG radar and CertainTeed Baroque will also be acceptable. 16. Question: When walking the building there was no fire sprinkler heads throughout the space. Also there was no fire alarm except for 1 device at the elevator. So can we assume that there will be no fire sprinkler and fire alarm work to be done for this renovation? Answer: See addendum #001 regarding the fire sprinkler system. There will need to be fire alarm system upgrades and adjustments to the current system. These changes will need to be a part of this project and prices for them will need to be included in this bid price. 17. Question: if the blinds are mounted inside the mullions for each piece of glass, it appears that the small windows next to the building supports are barely 12" wide. If we mount on the face of the mullions we can sp[an 2 panes of glass and therefore have less material, lower cost. Answer: Provide blinds inside of the mullions. Exhibit B 19. Weld County is a tax-exempt entity. 20. Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid. Costs for these insurances shall be included in the bid price. 21. Contractor will be required to enter into a standard County contract for this service. SCHEDULE: Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Proposals Are Due Bid Award Notice Contract Execution Construction Start Project Completion PROPOSED SCHEDULE: June 24, 2022 June 24, 2022 July 8, 2022 July 22, 2022 August 8, 2022 August 22, 2022 Immediately upon receipt of signed contract November 18, 2022 Please provide proposed start and completion dates for this project. FEES: Provide turnkey cost for the base bid. START DATE 9/12/2022 COMPLETION DATE 12/5/2022 TOTAL PRICE: $ 333,850.00 A mandatory pre -bid conference will be held on July 8, 2022, at 8:00 AM, at 822 7TH Street, (Meet in front of Elevators) Greeley, CO, 80631. Bids will be received up to, but not later than July 22, 2022, at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #B2200101 Page 10 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on July 22, 2022: 1) Pages 9 thru 12 of the Bid Specifications. 2) Davis -Bacon and Buy American requirements are NOT required. 3) No bid bond is required for this project. 4) Bids over $50,000 will require a payment (100%) and performance (100%) bond upon acceptance. 5) Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid. Costs for these insurances shall be included in the bid price. 6) W9, if applicable* 7) Any future Addenda must be completed. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2200101 Page 11 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. #B2200101. 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 BUSINESS ADDRESS 609 Gyrfalcon Court, Unit D CITY Windsor STATE, CO BY Brian Crownover (Please print) DATE 07.22.2022 ZIP 80550 TELEPHONE NO 970.460.0583 FAX 970.460 0871 SIGNATURE 1 TAX ID # 84-0964449 CODE ~-._. E-MAIL bcrownoveritcccorp. net WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller BID REQUEST #B2200101 Page 12 ADDENDUM#1 BID REQUEST NO B2200101 CHASE BUILDING FIFTH FLOOR RENOVATION Currently In the bid specs scope of work it states that there will be modifications to the fire sprinkler system Change:, The building does not currently have a fire sprinkler system installed Delete all references in the scope of work to renovations to the fire sprinkler system No work on a fire sprinkler system will be required as a part of this project ***We need signed copy on file Thank You,*** Addendum received by TCC Corporation FIRM 609 Gyrfalcon Court, Unit D ADDRESS Windsor, CO 80550 CITY AND STATE BY Brian Crownover bcrownover@tcccorp net EMAIL July 12, 2022 ADDENDUM#2 BID REQUEST NO. B2200101 CHASE BUILDING FIFTH FLOOR RENOVATION Currently: Note #2 on the door and frame schedule on page A-42 of the Chase Building Fifth Floor Permit Set 06-10-22 calls out an HES 9400-630 electric strike. Change: Change the HES 9400-630 to an HES 5200C-630 and provide door frames at these locations prepped for the electric strike. ***We need signed copy on file submitted with your bid. Thankyou!*** Addendum received by: TCC Corporation FIRM 609 Gyrfalcon Court, Unit D ADDRESS Windsor, CO 80550 CITY AND STATE BY Brian Crownover bcrmwnover@tcccorp nut EMAIL July 20, 2022 ACRO O� CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDNYYY) 8/17/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER gar' Renee McReynolds Ewing -Leavitt Insurance Agency, Inc. fit. (970) 679-7344 ( N. (e66)425-6180 4090 Clydesdale Parkway VA.,renee-mcreynolds@leavitt.com Suite 101 INSURER,. AFFORDING COVERAGE NAIL / Loveland CO 80538 INSURERa:Selective Insurance Company of America 012572 INSURED INSURER B: PinnaC01 Assurance 41190 TCC Corporation INSURERC: P O Box 567 INSURER D: INSURER E; Windsor CO 80550 INSURER F: COVERAGES CERTIFICATE NUMBER:22-23 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWTHSTANDING 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. ILSR TYPE OF INSURANCE BR INgp SU7NVD POLICY NUMBER. ( MILRlCY01Y 1 IMM/DD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY I CLAIMS-MADE[11 OCCUR X Blkt Waiver of Subrogation S2325490 5/1/2022 5/1/2023 EACH OCCURRENCE $ 1,000,000 pRE,SMEo oMoncel I 500,000 MED EXP (/any one person) $ 15, 000 PERSONAL 6ADVINJURY $ 1,000,000 X Blkt Additional Ineurada GENERAL AGGREGATE $ 3, 000, 000 GEN.LAGGREGATE LIMIT APPLIES PER: X JEC POLICY MT ❑ LOC OTHER: PRODUCTS -COMP0OPAGG $ 3,000,000 A AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS x HIRED AUTOS X Mt WOS �� SCHEDULED AUTOS NON -OWNED x AUTOS X SWAMI Insureds S2325490 5/1/2022 5/1/2023 COM91NE0 SINGLE LIMIT (Q #GCidelill $ 1,000, 000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (PeraCcil $ A X UMBRELLA LIAR X OCCUR EXCESS LIAR CLAIMS -MADE Follow Form 82325490 5/1/2022 5/1/2023 EACH OCCURRENCE $ 2, 000, 000 AGGREGATE $ 2,000,000 $ 1 DED I RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y❑N/A OFFICE EMBER EXCLUDED? (MandetoryinNH) If yes, describe under DESCRIPTION OF OPERATIONS below final Blanket Waiver of Subrogation 0021079 7/1/2022 7/1/2023 X t PER I f OTH- STATUTE 1 ER E.L. EACH ACCIDENT $ 500,000 E.I. DISEASE - EA EMPLOYEE $ 500,000 EL DISEASE - POLICY UMIT $ 500,000 A Contractors Equip S2325490 5/1/2022 5/1/2023 Relmed/Lease30110 $250,000 DESCRIPTION OF OPERATIONS 1 LOCATONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) re: Weld County Chase Building Fifth Floor Renovation RTIFICATE HOLDER CANCELLATION Weld County 1150 O Street SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Greeley, CO 80631 AUTHORIZED REPRESENTATIVE R McReynolds/RESTEI (.4...''''".4.6"j 1 ACORD 25 (2014/01) INS025 (201401) -2014 ACORD CORPORATION. All rights reservetl. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name. TCC CORPORATION New Contract Request Entity ID x-00034361 Contract Name. CHASE BUILDING 5TH FLOOR RENOVATION Contract Status CTB REVIEW Contract Description. RENOVATE THE 5TH FLOOR OF THE CHASE BUILDING Contract Description 2 Contract Type • CONTRACT Amount. $333,650.00 Renewable NO Automatic Renewal Grant IGA New Entity? Contract ID 6208 Contract Lead. SGEESAMAN Contract Lead Email sgeesamanrOco.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Department Requested BDCC Agenda Due Date BUILDINGS AND GROUNDS Date. 08/20,, 2022 08.24=2022 Department Email CM- BuildingGrounds w•eldgov.c ©M Department Head Email CM-BuildingGrounds- DeptHeadgweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attomey Email CM- COU N TYATTO RN EY.SYW ELDG OV.COM Will a work session with BOCC be required?. NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP I* 82200101 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 On Race Contract Dates Effective Date Review Date. Renewal Date 12 30 2022 Termination Notice Period Committed Delivery Date Expiration Date 12 30,2022 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approver Purchasing Approved Date CHRISTIE PETERS 08, 25,<'2022 Approval Process Department Head TOBY TAYLOR DH Approved Date 08,22.2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 08 31'2022 Originator SGEESAMAN Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 08; 23 2022 08:2 3.2022 Tyler Ref* AG 083122 July 26, 2022 FACILITIES DEPARTMENT PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Chase Building Fifth Floor Renovation (32200101) As advertised this bid is for the remodel of the Chase Building 5Th floor. The low bid is from TCC and meets specifications. Therefore, the Facilities Department is recommending the award to TCC in the amount of $333,850.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 07/I 0 2oZ2- Zl'IS BE(002ci DATE OF BID: JULY 22,"2022 REQUEST FOR: CHASE BUILDING FIFTH FLOOR RENOVATION DEPARTMENT: FACILITIES BID NO: B2200101 PRESENT DATE: JULY 27, 2022 APPROVAL DATE: AUGUST 10, 2022 VENDOR TCC CORPORATION 609 GYRFALCON COURT, UNIT D WINDSOR CO 80550 WCC CONSTRUCTION LLC 1112 OXBOROUGH LANE FORT COLLINS CO 80525 GROWLING BEAR CO INC 2330 4TH AVENUE GREELEY CO 80631 G2 CONSTRUCTION 5805 MANGROVE CT LOVELAND CO 80538 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpeters(a�weldgov.com E-mail: reverett@weldgov.com Phone: (970) 400-4223 or 4222 Fax: (970) 336-7226 START FINISH DATE DATE TOTAL 9/12/22 12/5/22 $333,850.00 8/22/22 11/18/22 $337,200.00 9/6/22 3/31/23 $381,879.00 8/29/22 11/18/22 $525,000.00 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 2022-2175 07/Zi b a obie4 Hello