Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20201769.tiff
Comm + =LO # Li gay 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 June 9, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Courthouse Remodel - Change Order #2 (2020-1769) After the construction of the Judges bench, according to the construction plans, it was discovered the bench height did not meet the ADA requirements. In order to meet the ADA requirements, the bench will need to be modified, a change order in the amount of $4,738.61 is needed. Facilities is recommending approval of the change order to be compliant with ADA requirements. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director e6.6A,e)e",e( 6_025-cl-/ 0200 - /71/7 Date: CHANGE ORDER #2 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND TCC CORPORATION June 7, 2021 Original Agreement: Weld County document no. 2020-1769 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 oontract is adjusted as follows: $ 1,560,744.00 Original Contract Amount $ 4,449.76 Previously Approved Change order(s) Amount $ 4,738.61 Current Change Order Amount $ 1,569,932.37 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: I� By: Name: Brian Crownover Title: Vice President ATTEST: .W„graluiv) lideDiot Weld C•' my Clerk to the BY: Deputy CI Date 6/15/21 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Page 1 of 1 Steve Moreno, Chair JUN 232021. 0.w l 76 Exhibit: Change Order # 2 TCC Corporation PO Box 567 609Gyrfalcon Ct, Unit D Windsor, CO 80550 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 3 TITLE: Judge's Bench Modifications PROJECT: Centennial Courtroom Remodel TO: Sterling Geesaman Weld County Government 1150 O Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 05/28/2021 2021 Change Order to modify Judge's Bench desk height to meet ADA requirements. Bench was installed per the plans but plans did not meet ADA requirements. Description Modify Judge's Bench to meet ADA requirements General Conditions General Liability Insurance Builder's Risk Insurance Bond Conractor's Fee Amount $4,030.00 $153.50 $11.79 $20.38 $104.59 $418.35 Total $4,738.61 APPROVAL: By: By: Sterling Geesaman Brian Crownover Date: Date: Contract Form New Contract Request Entity Information Entity Name* TCC CORPORATION Entity ID * x{)0034361 Contract Name* CENTENNIAL -COURTROOM REMODEL 2020-1769 Contract Status CTB REVIEW ❑ New Entity? Contract ID 4824 Contract Lead* SGEESAMAN Contract Lead Email sgeesarnamgco.weld.co.us Contract Description* CHANGE ORDER #3 JUDGES BENCH RE -WORK FOR ADA REQUIREMENTS Contract Description 2 Contract Type* CHANGE ORDER Amount* $4,738.61 Renewable* NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds Pweldgov.c ORl Department Head Email CM-BuildirgGrounds- DeptHead Uweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EY 2zWELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Date* 06;21!2021 Parent Contract ID Requires Board Approval YES Department Project IF Due Date 06=17:2021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid / RFP if* B2000127 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* 08,'02 2021 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date' 08'02.2021 Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TOBY TAYLOR DH Approved Date 06' 16 2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 06;23.,2021 Originator SGEESAMAN Contact Type Contact Email Finance Approver CHRIS D'OVIDIO Contact Phone 1 Purchasing Approved Date 06118.'2021 Finance Approved Date 06(1712021 Tyler Ref # AG 062321 Legal Counsel BOB CHOATE Contact Phone 2 Legal Counsel Approved Date 0611 8/ 2021 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 January 13, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Courthouse Remodel - Change Order #1(2020-1769) During the remodel, it was discovered the planned location for a toilet in Jury Suite 315 will not work due to an HVAC duct directly under the floor at the toilet location. To reorient the fixtures and drain to accommodate proper operation, a change order in the amount of $4,449.76 is needed. Buildings & Grounds is recommending approval of the change order to keep the remodel on schedule. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director C,OY‘vft-vri O%1 la it&C-r-r/S 0///81M 202.0 - I71o9 Bfaoo22 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS AROUND TITLE: Centennial Courtroom Remodel — Change Order 1 DEPARTMENT: Buildings & Grounds DATE: 1-11-2021 PERSON REQUESTING: Toby Taylor Brief description of the problem/issue: During the remodel, it was discovered the planned location for a toilet in Jury Suite 315 will not work due to an HVAC duct directly under the toilet location. To reorient the fixtures and drain to accommodate proper operation, a change order in the amount of $4,449.76 is needed. Buildings & Grounds is recommending approval of the change order to keep the remodel on schedule. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1. Disapprove change order 2. Approve change order Recommendation: Place change order on an upcoming agenda so official approval can be done at a public meeting. Perry L. Buck Mike Freeman Scott K. James, Pro-Tem Steve Moreno, Chair Lori Saine Approve Recommendation ryv� Schedule Work Session Other/Comments: CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND TCC CORPORATION This Agreement Amendment ("Amendment'), made and entered into L8ki1n day of January, 2021, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and TCC Corporation hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-1769, approved on July 20, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Change Order #1, dated January 7th, 2021 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: AtIAN CLOWNOVeL_ Pr ame Signature ATTEST: Weld BY: ddriu4) Jelgo; Deputy Clerk APPROVED AS TO FUNDING: (FU vCJ-et-- Controller APPROVED AS TO FORM: 7 County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair jAN 1 8 X221 APPROVED AS TO S ANCE: Elected Offi '.I or Department Head RE: CONTRACT AGREEMENT EXTENSION/AMENDMENT - TCC CORPORATION APPROVED AS TO SUBSTANCE: `1 $6 /0025 E Elected Official or Department Head APPROVED AS TO FUNDING: 0A.L..- Controller APPROVED AS TO FORM: County Attorney Exhibit: Change Order # 1 TCC Corporation PO Box 567 609Gyrfalcon Ct, Unit D Windsor, CO 80550 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 2 TITLE: Re -Route Sanitary Line PROJECT: Centennial Courtroom Remodel TO: Sterling Geesaman Weld County Government 1150 O Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 01/07/2021 2021 Change Order to re-route the sanitary lines for the Juror's Toilet 316 and Jury Suite 315 due to existing HVAC on the 2nd level that prevents the lines to be run per plan. Description Re-route new sanitary line for Juror's Toilet 316 and Jury Suite 315 due to existing HVAC on the 2nd level that prevents the lines to be run per plan.See attached plan Amount Access panel General Conditions General Liability Insurnace Builder's Risk Insurance Bond Contractor's Fee $3,700.00 $75.00 $153.50 $11.07 $19.13 $98.21 $392.85 Total $4,449.76 APPROVAL: By: By: Sterling Geesaman Brian Crownover Date: Date: F V C� / JO K5 51 L roudro INI MI III Si IN NEI El 3 517 u ILr-r 316 WCO r JL 3" VTR 5 f �Y 51� r h V _ S-1 WC0 Co 1 N I i �18 I ROUTE OUF FX11ST DUCTWO FLOOR iii AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & TCC CORPORATION CENTENNIAL COURTROOM ADDITION/REMODEL TI IIS AGREEMENT is made and entered into this (,f."- day of ,StILI , 2020_, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and TCC Corporation whose address is 609 Gryfalcon Court Unit -b Windsor, CO 80550, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2000127". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibits which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement cc!"/°O(ik-7)) ,c„to..24 —/ �g�Do.a by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A&B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $1,560,744.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL,." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of,, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Builder's Risk Insurance: Builder's risk coverage in the amount of $5 million for renovations, repairs made by the Insured at any location (including new locations with total contract cost under $5 million). Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: TCC Corporation Attn.: Ernie Crownover, President Address: 609 Gryfalcon Court Unit D Address: Windsor, CO 80550 E-mail: ecrownover@tcccorp.net Telephone: (970) 460-0583 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttavlor@co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. t) IN WITNESS WHEREOF, the parties hereto have signed this Agreement this (gT day of S uyy , 202O. CONTRACTOR: TCC Corporation By: � �r-a.�. Date 1.1 Ly 6, Zd 2-O Name: Ems►.; e_ G2awNoci..-64- Title: WELD CO � �� G aM�� ATTEST' d� Wel • o n Clerk to the oard B BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO rk to t e Mike Freeman, Chair JUL 2 0 2020 DATE: MAY 7, 2020 BID NUMBER: 62000127 DESCRIPTION: CENTENNIAL COURTROOM ADDITION/REMODEL MANDATORY PRE -BID CONFERENCE DATE: MAY 20, 2020 BID OPENING DATE: JUNE 5, 2020 REQUEST FOR BID WELD COUNTY, COLORADO 1150 G STREET GREELEY, CO 80031 Exhibit A 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director {collectively referred to herein as, "weld County"}, wishes to purchase the following: CENTENNIAL COURTROOM ADDITION/REMODEL A mandatory pre4bid conference will be held at 1:00 PM can May 20, 2020 at the Centennial Court Complex South Annex Building, 915 10th Street, Greeley, CO 80631 to respond to written and oral questions and to provide any needed additional instruction to General Contracting firms on the submission of bids. Meet at the elevators lust past security checkpoint. We TwiH be adheuing c ru-ent state social dictandng guidelines. Bids for the above stated merchandise, equipment, and/or services will be received until 10:00 AM on June 5, 2020 (Weld County Purchasing Time Clock). "PLEASE `:17F: Due to the Coronavirus (COM-19) pandemic, some county ernrA oyees are teleworkhig, ,,here or e, the bid opener will be held via a ,kid conference call. See page 13 for conference call in orniationo' PAGES 1 - 10 OF THIS RE VEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 10 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 10. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/ter services. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid, Merchandise and/or equipment shall be delivered to the location(s) specified herein. You can find information concerning this request on the BidNet Direct website at bilp_s://wvvw.bidnetdirect.corni. 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. 1. Email. Due to th Coronavir _>>s (COVID-19), emailed bads are required. Bids may be emaiied to bids@weldgov.clorn; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.corni. The maximum file size to upload to BidNet is 500 MB. PDF format is required. Emailed bids must include the foll wing statemsnt on the email: "I hereby waive my right to a seared bid". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400-4222 or 4223 with any questions. * 3. INSTRUCTIONS To BIDDERS: INTRODUCTORY INFORMATION ids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid rust give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships roust furnish the full names of all partners and roust be signed with the partnership name by one of the members of the partnership or by an authorized represent Live, followed by the signature and fit e of the person signing. Bids by corporations must be signed with the legal name of the corporation, iiiollowee by the name of the state of the incorporation and by the signatuse 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 the bid of the individual signing. When requested by the weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by thy, 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. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received fron n 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. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in section 1., entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. i r accordance with section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident 1Veld County bidders in all cases where said bids are competitive in price and quality. Meld 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 3oard of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall farniliarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the work. The submission of a Bid will constitu. e an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. I r terpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless a pprov d by the Controller/Purchasing Director, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. Pr.gparation of the Bid: 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 distal , and signed by the Bidder. Bids by partnerships roust be executed in the partnership name and signed by a eartner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Adder. B2000127 2 Modification or Withdrawal of Bid: Bids miry be modified r withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The Controller/Purchasing Director may at her sole discretion, release any Bid at any time. 4. AWARD AND ExECUTI N OF CONTRACT Basis of Award; only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids. VV e I d County intends to award the Contract to the lowest responsieaie Bidder within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all bads Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a Hst f all Subcontractors h� expects to use in the work with the Bid. The experience statement with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perform work on the project. The use of Subcontractors listed by the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. The Certi& te of insurance sham Hama Weld County as AditionaQ insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award maythen be made to another Bidder, or the County may reject all ids or call for other Bids. The County, within ten (10) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contractfrom the successful Bidder will issue the Notice to Proceed. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and sc• e 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 b&ng the date of formal acceptance • f the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFP. 5o PERFORMANCE, LABOR, MATERIAL AND PAYMENT 1O MD The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful p rforrnance of the Contract and the payment of all/ obligations arising thereunder. Thr ,• nds shall be executed on thy; forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld COLA nty. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The . cost of . all construction licenses, building and ether permits, and governmental inspectionsrequired lic authorities for i t which re applicable at the time Bids are opened by. , U orates � performing he'+�1/orl�, ��h a.p which to be obtained shall included in he Bid rice. n hN n r �n b eC n l be and h are of specified obta d y the County, a p !Royalties,: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated In the work shall be included in the Bid price. B2000127 3 Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Bidder shall include in his Bid such sums as he deers proper for overhead costs and pry its account of cash allowances named in the Bid Documents. 7. SITE CONDITIONS Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: Nature and location of the site where the work is to be performed. Character, quality, and quantity of surface and subsurface materials, watery structures and utilities ee be encountered. Character of construction equipment and facilities needed for performance of the Work. General local conditions. Availability of lands as set forth in the General Conditions. Access to the Site: The Bider shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be penformed. The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County "ight of way, prior to beginning the work. 8. SUCCESSFUL BIDDER HIRING PRACTICES e ILLEGAL ALIENS 4 Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E --Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under 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. §g-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 t0 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. B2000127 4 �;xcept where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3}, if Successful bidd r receives federal or state funds unier the contract, Successful bidthr must confirm flat any individual natural person eighteen (18) years of age or oldr is lawfully present in the United States pursuant to C.R.S. § 24-76.5- 133(4), if such individual applies for public benefits provided uncer he contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirrns under penalty of perjury thin.s it: (a) is a citizen of the Urited States or is otherwise lawfully ptsent in the United Mates pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5=6'01, et seq., and (c) shall produce ore of the forms of identification required by C.R.S. § 2,4076.5-1 C3 prior to the elective date of the contract. On OWN1E ,a l POvOWN a A. Fend Avddaba0ltye Financial ob_igations of the weld cCoun y payable after the current fiscal year are contingent upn funds for that purpose being appropriated, budgeted and therwise made available. :y acceptance of the bid, weld County does not warrant that Funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets - nd•they Cor damn ail Onfor ationo weld county discourages bidders from submitting confidential informati:•n, including trade secrets, that cannst be disclosed to the public. If necessary, corfidential int rmation of the bidder shall be transmitted separately from the main bid submitta , clearly denoting in red on the informatisn at the top the word, "CONFIDEN'iAL." However, the successful bidder is advised that as a public entity, we d Ciunty rust comply with the provisisns of C.R.S. 24-72-201, et seq., the Colorado pen 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 c• ntained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(W) (Trade s -icrets, privileged info r T ration, and confidential commercial, financial, geological, or geophysical data). If Weld Ct;-unty receives a CO request for bid information marked "CONIFID NTI f',L", staff will rnview the confidential materials to oeterrnine whether any if them may be withheld from disclosur, pursuant to CO , and disclose those portions staff determines are not protected from disclosure. Weld Crunty staff ill not be responsible for redacting or identifying Confidential information which is included ‘ "ithin the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the Cunty shall be a pub is document r¢ gardless of whether it is marked as confidential. Ca Governmeng O ImmunIV: 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 Ommunity Act §§24°10-101 et seq., as applicable now or hertafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent ctntra.ctor and not as an employee. He or she' shall be solely responsible for its acts and those of its agents and employees for ail acts performed pursuant to the contract. Neither the successful bidder nor any argent or employee thereof shall be deemed to be an agent or empl:• yee of ( Feld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or work*rs9 compensation benefits through eld C•unty and Weld County shall not pay for or otherwise provide such c•verage for the successful bidid. r or any of its agents or employees. Unernp oyment insurance benefits will be available to the successful bidder and its employees and agents -only it such coverage: is made avai_able by the successful bidder or a third party. The succssful bidder shall pay when due all applicable emplityment taxes and income taxes and local head taxes (if applicable incurred pursu nt to the contract. The successful bidder shall not have ,authorization, express or implied , to bind weld county to any agreement, liability or understanding, except as expressly set faiths 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 compensat°or insurance in the amounts required by law, and (b provide proof thereof when requested to do so by weld County. E. Coy ipaince usin _.afeo The successful bidder shall strictly csmply with all applicable federal end Mate laws, rules and reg u ations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices, 2000127 5 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 agoted that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersignec parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. ftorney's Fees/Lei ll 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. asadvant ged ie usiness Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitatir.ns and will not be discriminated against on the grunds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procure-, went and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees t• diligently provide all s rvices, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall faithfully perform the w•rk 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 his Agr ernent. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County r ay result in County's decision to withhold oaymtnt or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this greement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. �. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extcansi on or Modification: it ny amendments or modifications to this agreement shall be n 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 auth,•irization 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 cnrmpensation payable hereunder. In the event thet written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, The successful bidder'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. N. Subc o ntracRers: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particul,.ar 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 tie provisions of this Agreement against any subcontractor hired by 'me successful bidder and the successful bidder shall cooperate B2000127 27 6 in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. C. Warranty, Contractor warrants that construction services 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 construction services shall be perforrned by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project. P. Nc.n-Assignment. The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non=Exclusive Mreement. 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 Finandall llnherest/Conflict of Interest C.R.S. §§24-18e209 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful Udder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nt•minates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability. If any terra or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Compliance with Davistaacon Wage Bates. The successful bidder understands and agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis- acon Wage Rates. 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. VV. Compensation Amount. Upon the successful bidder's successful completion of the construction of the Project, 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 Director of Weld County Public Works, or by formal resolution of the weld County Board of County 82000127 7 Commissioners, as required pursuant to the Weld County Code. bounty 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 it -7 any tees related to payments rneide pursuant to the terms of this Agreement 10. INSURANCE REQUO EIVIENTS General Requirements: Successful bidders/Contract Professionals rust secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereat, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be n otified by the Successful bidder/Contract Professional. Successful bider/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible o r self -insured retention tuarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of successful bidder/Contract Professional. The County in no way - arrants that the minimum limits contained herein are sufficient to protect the successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assum:d or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder/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 successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible fr the professional quality, tecnnical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, o missions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and e mployees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be dully 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 ithe Agreement, or on account of or in consequence of neglect of The successful bidder in its construction methods or procedures; or it its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this cntract of indemnity applies_ In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the wort performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. B2000127 8 Type.s of Insurance: The successful budder/Contract Professional shall obtain, and maintain at all times during the terns of any Agreement, insurance in the following kinds and amounts: Workers' compensation hnswarnce as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's 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 successful bidder or subcontractor is exempt under Colorado Workers' ClEmpensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Worker' Compensation) Coverage B (Employers Liability) Statutory 500,000 500,000 500,000 Co mereS General Liabiiity Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertisi ig injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured owners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, ass ciated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations" and the minimum limits must be s follows: $1,000,000 eace occurrence; $2,000,000 gC-n-:ral aggregate, $2,000,000 products and completed operations aggregate; $1,000,000 Personal Adv=ertising injury $50,000 any one fire; and $500,000 errors and omissions. $5,000 Medical payments one person AuitomoNile Liability: Successful bidder/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $111,000,000 for property damage applicable to all vehicles perating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. 1 For {.IL general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims-rnade 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. Successful bidders/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 oper tions hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance; County reserves she right to require the successful bidder/Contract Professional to provide a certificate of insurance, s policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder/Contract Professional's insurer shall name County as an additional insured. B2000127 9 Waiver of .. �Subrogation: For all coverages, Successful bidder/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder /Contract Professional. Successful bidder/Contract Professional shall include all such subcontractors, independent contractors, sub - vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. A provider of Professional services (as defined in the Bid or RFP) shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit 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 provided by the successful bidder as part of the Contract. Successful Bidders 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 (including asbestos) that may arise from the operations of the successful bidder described in the Successful bidder's scope of services. Policy shall cover the successful bidder's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, ₹umes, 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 successful bidder 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. The policy shall be endorsed to include the following as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations". Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 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. Whose documents are specifically incorporated herein by this reference. B2000127 10 SPECIFICATIONS AND/OIL.. SCOPE OF WORK AND PROPOSED PRICING: Centennial Courtroom Addition/Remodel 915 10th Ste, Greeley, CO This project consists of remodeling the 3rd floor office areas of the Centennial Court Complex - South Annex which include adding two Judicial Courtrooms and office space for ehe District Attorneys' Office. c ipe of Work: This project will consist of general contractor performing renovations to the existing building in three (3) phases (see plans) In addition to plans and specifications attached that detail the scope, work shall include: 1. Remove existing walls, flooring, ceilings and lighting as necessary to construct new courtrooms and new offices. 2. Construct walls as shown on drawings. 3. .Provide new doors, frames and hardware as specified. 4. Provide & install new acoustical ceilings as specified. 5. Provide & install new casework in courtrooms and other areas as shown on drawings. 6. Paint all walls, hard ceilings, door and steel window frames and railings throughout the remodeled area. 7. Provide and install new ducts, louvers and grilles per mechanical drawings. 8. Add / move fire sprinklers and fire alarm devices as necessary per authority having jurisdiction. GC to provide and pay for all engineering and any costs and fees for permits and inspections for fire alarm and fire sprinkler systems. 9. All lighting and power changes to be per electrical drawings. GC to provide all data boxes and conduits inside the walls with pull strings to above accessible ceilings and marked as to location of box. 10. Per phasing schedule, existing furniture will be removed, walls will be painted, flooring replaced, and new furniture will be installed. GC will be responsible for carpet removal and painting. 11. GC's electrical contractor will be responsible for disconnection of existing furniture and re -connection of power to new furniture as it is installed. All furniture removal, replacement and data cabling will be by the owner. 12. Each phase of construction shall include time for the County to remove existing furniture, install carpet, install furniture, install data cabling and move people and belongings into and out of each phase. The overall schedule provided by the contractor shall show time solely dedicated for each of these items. 13. All work will be completed at night betvveen the hours of 5:30 PM and 6:30 AM (Monday through Friday), or on weekends and holidays when the building is not occupied. All work areas must be cleaned and ready for business when the building opens every morning. All trash and debris shall be removed from the site and properly disposed of. 14. The project will be permitted through the weld County Building Department. Fees for permits will be waived. 15. Davis -Bacon and Buy American requirements are NOT required. 16. No bid bond is required for this project. 17. Bids over $50,000 will require a payment (100°/x) and performance (100%) bond. 18. It is anticipated that a contract will be executed by August 3, 2020. Project Phasing ReaquiNtRent.�: Project shall be completed in phases as shown in the specifications. Each phase will have time allotted before the next phase can begin for owner to complete flooring, furniture, cabling and personnel moves. During these times, the only work the contractor will be able to complete will be electrical disconnection and connection of owner supplied office furniture. The following time durations shall be accounted for in the contractor's schedule and included in the total bid price. Phase 1 to Phase 2 transition Phase 2 to Phase 3 transition 35 working days 25 working days 82000127 11 I? pjefit ,` clied ic'. The following schedule is a representation of the anticipated time each phase will take. It will be up to the GC to finalize this schedule and determine the actual dates for each phase. The dates shown below are the times that are anticipated for the GC to complete construction and the times allotted for the owner to complete furnishings and personnel moves. Phase Title Phase Start Phase Completion Phase 1 GC construction phase 09/07/20 10/17/20 Phase days) 1 to 2 owner transition (35 working 10/19/20 11/22/20 Phase 2 GC construction phase w 11/30/20 03/05/21 Phase days) 2 to 3 owner transition (25 working 03/08/21 04/09/21 w Phase 3 GC construction phase 06/01/21 07/ 15/21 - Final owner set up phase 07/15/21 08/15/21 Prgpct Corripiefiion Date of this Bid Advertisement Date Pre -Bid Conference Proposals Are Due Contract Award Notice Project Completion Fees: 1. Provide the total lump sure cost of this project: May 7, 2020 May 7, 2020 May 20, 2020 June 5, 2020 June 22, 2020 June 15, 2021 TOTAL $ 2. Provide an attached list of all monthly general condition items and their associated costs. This will be used for determining actual casts for claims of delays caused by the owner. These should include any costs that the contractor would incur because of a delay by the owner. Please provide a total monthly cost in the space provided as well as a separate breakout attachment.. This price shall include, supervision, project management, truck and fuel costs, temporary facilities, office costs, equipment rentals and any other line item costs that will be extended due to a delay. All general conditions costs that will be required to complete this project as designed shall be included in the total construction bid. This breakout cost will only be used in the case of owner delays or additional scope added to the project. ADDITIONAL MONTHLY GENERAL CONDITIONS COSTS $ A imari tol; a rc-biti costerer ce will be held an Pellav 20, 202O at 1:00 PM at the Centennial Court Complex, South .r Iw�.ac. � r�.� ..:. w. w ■ iu.w i �. .. u Annex Building located at 915 10th Street, Greeley, CO 8063 I. Meet at elevators "ust, oast seeurit check mint We 1A/H be adhering to current state social distancing guidelbes_ Bids will be received up to, but not later than June 54.202 1 rt 10:.00 AM (WELD COUNTY PURCHASING TIME CLOCK). Conference c=oil information is pr•E���ided �y�r J��� c � 3. Due to the Coronavirus (COV CM 9) pano,rrdc, Bonne county employees are teleworkingq therefore, the jaSiapniarq wi.11 be h .id y, a. liy � preference call. The following changes have been made to our current bid process until future notice: _ B2000127 l2 i . No hard copies of bids will be accepted. 2. If multiple copies of the bid were requested per the original bid specifications, please disregard. Only one electronic copy is needed. 3e Email bids to bids var��,€ yarn. If your bid exceeds 25MB please upload your bid to https://vvww.bidnetdirect.comi. The maximum file size to upload to Bidnet is 500 MB. PDF format is required. BID OPENING: JUNE 5} 2020 @ 10:00AM _ VIA A SKYPE CONFERENCE CALL To join call: PHONE NUMBER: 1 (720) 439=5261 CONFERENCE ID: 6/3723623 • B2000127 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. #82000°127. 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 Bid contained herein {including, but not limited to, product specifications and scope of services}, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) I BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE DATE FAX TAX ID E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ISO .NOT NEED TO SD BACK PAGES .1 -10. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director B2000127 14 Centennial Courtroomaddition/Remodel 82000127 Questions & Answers Posted 06/04/2020 1. Will personnel working on this project require extra security clearance to enter the building? Answer: No 2. Are background checks required for the awarded Contractor and their subs? Answer: Yes 3. To make sure that we submit a complete and concise bid I would like to ask what are the required documents for a qualified bid? Answer: Follow the instructions to bidders found in request for bid. 4. Has there been any asbestos testing, or is there any worry of asbestos? Answer: Yes, report is posted. 5. Can facility amenities like restrooms be used by workers on site? Answer: Yes 6. What is the manufacturer of the fire alarm in the building & who is the trade partner doing maintenance on the current fire alarms? Answer: Manufacturer: Firelite, Maintenance Contractor: Dictogard 7. Are permit fees by owner? Answer: Building permit fees will be by owner; any other fees will be the responsibility of the awarded contractor. 8. is tele data wiring and devices by owner? Answer: Yes 9. Plans state "contractor shall provide a signage package for the entire renovated project". Please provide types and quantity or a sign schedule for signs required. What is the basis of design for signs? Are there specifications for this requirement? Ansv ear: See sigriage Dote .A-61. 10. For the sprinkler system are we just modifying where it is existing? The unsprinkled Business area will not be sprinkled. Answer: Correct 11. Are Rooms 31$, 319 & 320 sprinkled? If yes do we need to modify? Answer: No 12. M0.2 HVAC Commissioning, is this required? Ansvver: Yes 13. Controls, who does weld County use in that building? Johnsons, Set Point? Answer: Delta Controls version 3.4 by set Point 14. M1.0 Note 1, Design of replacing this unit by other design consultant? Can you clarify? Is GC responsible? Is this in our scope of work? Answer: Design is complete and plans are posted on the BidNet, This is in this bids scone of work. 15. What is the ceiling on the second floor, GYP/ACT? Would be helpful to know in areas where we need to install sewer lines. Answer: Ac T 16. Light Fixtures, are they not identified on any of the drawings? See Fixture Schedule, Answer: ALL 2XLI FIXTURES ARE TYPE 'A', UNLESS OTHERWISE NOTED. ALL 2X2 FIXTURES ARE TYPE'B', UNLESS OTHERWISE NOTED. 17. Is GC responsible for low voltage? E2 shows cameras & card readers. Is GC responsible for those? Answer: Contractor is responsible to provide an accessible pathway (e.g. conduit stubbed out above ceiling grid. 18. A-1-31 Plan legend note #2, are we removing the operable wall? Or just modifying? Who is the manufacturer? Answer: Modifying as a minimum. 19. A-1-31 Plan #7, are panels lust in room 315 or also on east wall of hallway? Ansv er: In room 315 20. A-1-31 Note 11, blow in insulation just in rooms identified, 302, 344, 360, 377 & 381? Answer: 21. A-1-31 Note 12, calls for a chair rail, l do not see it in the drawings? 1s there a chair rail? Answer: Yes, see finish schedule A-61 22. A-51 Type S, states 1" Acoustical panels above wainscot or panels to floor. Can you clarify? Answer: These are sound reduction panels similar to vvhat is in existing courtrooms 23. A-61 finish schedule A: retexture existing GWB to match new. We need to retexture all existing walls? Answer: All walls should look consistent in their texture which will require retexturing as necessary, 24. Are we painting the window trim? Answer: If needed 25.. Please provide the contract. Answer: Contract will be provided to awarded contractor. 26. Please confirm the floor to floor heights for level 2 & level 3. Answer: Observable during mandatory pre -bid walk-through 27. From the exterior of the building it looks like there are Post Tension Pockets. Please confirm if the structure has Post Tension Cables. Answer: Yes, the structure has post -tension cables and any drilling, fastening, or attachment must take this into account to prevent damage. Additional x-ray of areas may be needed if drilling proximity to post tension areas. 28. Are as-builts for the building available? If so, please provide. Answer: Yes, awarded contractor will be provided access to as-builts for tie areas needed. Only hard copy exist that cannot be checked out. 29. Please provide the warranty holder for the roof. Answer: Carlisle 30. What are the dimensions of the ramp to be demolished? Answer: Approximately 8' 31. Are there any structural framing requirements for the demo'd skylight infill? Answer: No 32. A-1-30 General Note A refers to ceiling material above the existing ceilings. What are these ceiling types and their extents? Answer: Areas were observable during mandatory pre -bid walk-through. 33. Room/Color Finish Schedule, shows all trim to receive P3 color. Are we needing to provide and paint the trim in all as indicated on the room finish schedule? Answer: Yes, follovv the schedule. 34. AHU 7 plans were posted on 6/2/20. The work shown on the new plans wasn't in the original documents. It wasn't clear if the drawings were added scope or just for information purposes. Was this scope of work on the new posted plans being added to the project? Answer; Yes, the work for AHU-7 is to be part of the project. An addendum is being published as well to identify this addition to the scope of work_ 35, Please provide a sample contract for review. No sample contract has been found posted to BidNet. Answer: Posted 36. Regarding the current COVID19 situation: Is it weld County's position that this project should be bid as though it were an unconstrained environment, with reasonable discussions/adjustments to be made after award or during the project; or shall the bidders be required to account for COVID19 related eventualities in their bid? If the latter, please provide a "baseline" list of eventualities so that all bidders are on the same level (i.e. GC #1 is covering 5 issues while GC #2 is covering 15 issues)." Answer: Your company will need to bid the project as you feel necessary to complete the job in the timeline provided in the bid specifications. No additional monies or timelines will be provided for the General Contractor or Sub -Contractors responses or non -response when dealing vvith COVID19 after the bid price is submitted/approved, The work will be performed afterhours. Therefore, it is not anticipated that the County will direct COVID19 restrictions or additional requirements beyond what has been implemented today. Should some further restriction cone forward from the County, those would be addressed on a case -by -case basis. However, this is not anticipated in the foreseen future. 37. Are any specific allowances required to be included in the bid? Answer: Refer to bid specs. 38. Are any alternates required? Answer: Refer to bid specs, 39. Can the area at the corner of 10th Street and loth Avenue be designated as the General Contactor's staging area? Answer: As briefed during the mandatory pre -bid walk-through any areas on the public streets or sidewalks will need to oe coordinated with the City of Greeley Public Works. Any fees or requirements to use those area would be the responsibility of the General Contractor. 40. Please designate where a job office trailer and portable toilets can be placed Answer: As briefed during the mandatory pre -bid walk-through any areas on the public, In addition, there is an area on the southeast corner of the block (in the grass) that could be used for both. This area would need to be fenced and grass/irrigation repaired after use, If this area is selected, contractor shall use extreme caution as to not damage the roof of the buried parking structure which is adjacent to this area. Areas were shown during mandatory pre -bid meeting. 41. Will the hi -abuse gyp board go to deck or is it to be set at 4' AFF only? Answer: Floor -to finished ceiling. 42. Light fixtures located in rooms, 303, 310, 311, and 316 on page E2.1 Please provide clarification as to what type these fixtures are. Assume to be Type C? Answer: See above, 43. Is the owner or the General Contractor responsible for Videorele/Data cabling? Answer: Video, tele, and data cabling will be responsibility of County. 44. Is the Owner or the General Contractor responsible for Security Systems? If GC is responsible, please provide specs. Answer: County responsibility. 45. Is the Electrical Contractor to provide the Tele/Data raceway and cable supports/tray? Answer: GC responsible for accessible pathway/conduit from wall bona to above ceiling grin. 46. Is the owner or the General Contractor responsible for video monitors? Answer: County responsibility 47. Is the GC to provide card readers? If so, please provide specs. Answer: County responsibility 48. Is the GC to provide conduit, wall boxes and wiring for card readers? Answer: GC responsible for accessible pathway/conduit from wall box to above ceiling grid 49. Is the GC to provide the door position switches and electric strikes at electronic access door locations? Answer: GC responsible for accessible pathway/conduit from wall bore to above ceiling g rid. 50. Note 1, Sheet E1.2 indicates to replace all panels in Electrical Closet 354 though shows only one panel space for panel HG. Panel schedules on sheet E3.0 indicate one panel that is not labeled. Is panel HG supposed to be in 2 sections? Answer! No. Panel HG is one section. See the revised drawing E3.0, 51. Sheet E1.2 indicates to remove and replace panel RG. Panel schedules on sheet E3.0 do not indicate a panel RG. Answer: See the revised drawing E3,0. 52. Please clarify if removal and replacement of the section 1 panel RG is required. Answer: Yes, see the revised drawing E3.0. 53. Is the transformer being fed from panel HG to be replaced? Answer: No. The transformer remains. Exhibit B Christie Peters From: Sent: To: Cc: Subject: Attachments: Steph McCormack <smccormack@tcccorp.net> Friday, June 12, 2020 9:59 AM bids Steph McCormack Centennial Courtroom Remodel 4851_001.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Here is TCC Corporations Proposal for the Centennial Courtroom. Thanks Steph McCormack Estimator TCC Corporation 609 Gryfalcon Court, Unit D Windsor, CO 80550 Office — 970-460-0583 Fax — 970-460-0871 Cell — 970-301-0772 smccormack@tcccorp.net Project Schedule: The following schedule is a representation of the anticipated time each phase will take. It will be up to the GC to finalize this schedule and determine the actual dates for each phase. The dates shown below are the times that are anticipated for the GC to complete construction and the times allotted for the owner to complete furnishings and personnel moves. Phase Title Phase Star! Phase Completion Phase 1 GC construction phase 09/07/20 10/17/20 Phase I to 2 owner transition (35 working days) 10/19/20 11/22/20 Phase 2 GC construction phase 11/30/20 03/05/21 Phase 2 to 3 owner transition (25 working days) 03/08/21 04/09/21 Phase 3 GC construction phase 06/01/21 07/15/21 Final owner set up phase 07/15/21 08/15/21 Project Completion: Date of this Bid Advertisement Date Pre -Bid Conference Proposals Are Due Contract Award Notice Project Completion !. Provide the total lump sum cost of this project: May 7, 2020 May 7, 2020 May 20, 2020 June 5, 2020 June 22, 2020 June 15, 2021 TOTAL $ tis40,791/ 2. Provide an attached list of all monthly general condition items and their associated costs. This will be used for determining actual costs for claims of delays caused by the owner. These should include any costs that the contractor would incur because of a delay by the owner. Please provide a total monthly cost in the space provided as well as a separate breakout attachment. This price shall include, supervision, project management, truck and fuel costs, temporary facilities, office costs, equipment rentals and any other line item costs that will be extended due to a delay. All general conditions costs that will be required to complete this project as designed shall be included in the total construction bid. This breakout cost will only be used in the case of owner delays or additional scope added to the project. ADDITIONAL MONTHLY GENERAL CONDITIONS COSTS $ 19i 4%7 A fttandatery ore -bid conference will be held on MAY 20, 2020 at 1:00 PM at the Centennial Court Complex, South Annex Building located at 915 10th Street, Greeley, CO 80631. Meet at elevators lust oast securlty checkpoint, We will be adhering to current state social distancing guidelines. Bids will be received up to, but not later than June S. 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). Conference call information is orovkled on name 13, Due to the Coronavirus (COVID-19) pandemic, some county employees are teleworking; therefore, the bid opening will be held via a Skvpe conference call, The following changes have been made to our current bid process until future notice: 82000127 12 1. No hard copies of bids will be accepted. 2. If multiple copies of the bid were requested per the original bid specifications, please disregard. Only one electronic copy is needed. 3. Email bids to bidsatweldaov.com. If your bid exceeds 25MB please upload your bid to httos://www.bidnetdirect.comt. The maximum file size to upload to Bidnet is 500 MB. PDF format is required. BID OPENING: JUNE 6, 2020 10:00AM - VIA A SKYPE CONFERENCE CALL To join call: PHONE NUMBER: 1 (720) 439-6261 CONFERENCE ID: 613723623 62000127 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. #82000127• 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 Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM TCC Corporation BUSINESS ADDRESS 609 Gyrfalcon Court, Unit D BY Ernie Crownover (Please print) CITY, STATE, ZIP CODE . Windsor, CO 60550 TELEPHONE NO 970-460-0583 FAX 970-060-0871 DATE 6/12/2020 TAX I D # 84-0964449 SIGNATURE E-MAIL ecrownover@tcccorp.net **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03651-0000. DO NOT NEED TO SEND BACK PAGES 1 -10. ATTES ': dilettetA) G � (1 BOARD OF COUNTY COMMISSIONERS Weld o)itJClerk to .the Bo rd WELD COUNTY, COLORADO ,,%%�� ` n BY: 17i�'v �iL!�.iaw.� Deputy Cie/ to a Bo-- ,,''' Nike Freeman, Chair 1w l•, JUL 2 0 2020 82000127 14 o4!_oo'l o - / % � / ADDENDUM#1 BID REQUEST NO. B2000127 B2000127 -CENTENNIAL COURTROOM ADDITION/REMODEL Buildings & Grounds Dept. Due to questions related to this bid that will take time to develop answers and also provide adequate time for contractors to develop pricing, the due date for bid will be extended one week. Therefore, the following changes to page 1, 12 and 13 of the bid documents are: Bids for the above stated merchandise, equipment, and/or services will be received until 10:00 AM on June 12. 2020 (Weld County Purchasing Time Clock). Skype conference call information remains the same. ***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 Emie Crownover BY ecrownover@teccorp.net EMAIL May 21, 2020 ADDENDUM#2 BID REQUEST NO. B2000127 CENTENNIAL COURTROOM ADDITION/REMODEL Buildings & Grounds Dept. Two addendum to plan set have been posted: 1. Plans for AHU-7 posted on 6-2-2020 are part of this projects scope of work. 2. Updated E3.0 -Schedules ***We need signed copy on file. Thank You!*** Addendum received by: TCC Corporation FIRM 609 Gyrfalcon Court, Unit D ADDRESS Windsor, CO 80550 CITY AND STATE Ernie Crownover BY ecrownover@tcccorp.net EMAIL June 4, 2020 ADDENDUM/a BID REQUEST NO. B2000127 CENTENNIAL COURTROOM ADDITION/REMODEL Buildings & Grounds Dept. Amend Sheet A-45 to include: 1. Add an 18" Vertical grab bar in EACH of the handicap accessible restrooms. ***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 Emie Crownover BY ecrownover(Dtcccorp. net EMAIL June 9, 2020 GENERAL CONDITIONS PROJECT Centennial Courtroom Remodel Monthly Summary for Bid Proposal LOCnnom 915 10th St South Annex BID DATE: June 12th at 10 am SEC DESCRIPTION QUANTITI UNIT UNIT MAT. UNIT EQ/SUB. UNIT LABOR TOTAL 1232 1231 1231 1233 1233 1040 1041 1590 1230 1420 1511 1510 1511 1531 1516 1501 1710 1042 1043 1505 1030 PERSONNEL Superintendent Project Manager Project Coordinator Engineer / Survey Subsistence VEHICLE Truck Gas FIELD OFFICE Office Trailer Storage Trailer Trailer Freight/Set-up Office computer/fax Telephone Installation Print Reproduction Telephone mo. Billing Utility Notification Temp. Power Temp. Water Temp. Lighting Temp. Heating Drinking Water Temp Fencing Temp. Toilets MAINTENANCE Weekly Cleanup Final Cleanup Project Signage Winter Conditions Equipment Rental Small Tools Dumpster First Aid Fire Protection Safety CLOSEOUT 0&M Manuals Punch List Project warranty Project Photos 1 MO 0.5 MO 0.5 MO 0 MO 0 LS 1 MO 1 MO 0 MO 0 MO 0 LS 0 MO 0 LS 0 LS 1 MO 0 LS 0 MO 0 MO 0 LS 0 MO 1 MO 0 1F 1 MO 4 WKS 0 SF 0 LS 0 LS 0 LS 0 LS 0: EA 0' LS 0. LS 0 LS 0 LS 0'LS 0 LS 0 LS 500 500 50 25 200 465 100 250 o 3750 600 300 100 875 50 150 100 150 300 25 500 25 0.15 0.2 500 500~--5 250 500 300 25 500 75 0 8000 6000 3000 200 25 100 0 100 500 200 250 250 50 0 0 0 0 8000 8000 --1. .-� -6 3000 300O "-a 1$0ff 1500 --S --6 0 0 -6 ----6 0 0 o 0 0 0 ~-z' 600 tt 600 560 ----a 0 500 0 �Bi *--6 0 6 -a 0 0 -i 0 0 _5 -6 '----3' 0 0 -6 ISM 0 ---.6 0 0 0 -5 ----A, ---,6 0 0 1ZIa 0 100 -� --Le 0 0 0 � '"----6 0 �-a 0 0 0 0 0 0 0 ------8. 0 0 -----a --IT 0 25 ,-----d7 6 0 ---6,200 200 0 200 0 '�� 0 0 �'-� ...----1,50 206. 200 --6 --6 r 0- 0‘ -IT 0 0 0 ,----...6, 0 0 0 0 0 -a -6 0 0 III '''''''''''"Zr 0 0 ,,------zr `6 0 0 ~� 0 0 r -5 0 0 ,,,—.........3 -----7 ,...—...6 Cr �.-2. ' 0 0 -it 0 0 -a -----,6 0 0 r �� 0" 0 ^--er "+6 0 6 ...............5 0 0 SUBTOTAL 500 925 12700 $ 14,125 I PAYROLL TAXES 0.46 5942 $ 5,842 TOTAL 500 925 18542 $ 19,967 Form W.89 (Rev. October 201B) Oeperhnen► of the Treasury Internal Revenue Servke Request for Taxpayer Identification Number and Certification ► Go to www.trsgov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. 1 Name (es shown on your income tax rehxn). Naeee Is required on this line: do not leave this Ihin Wank TCC Corporation 2 dimmest nenterdlaregarded entity name, If different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. ❑ Individual/sole proprietor or ❑ C Corporation (] S Corporation ❑ Partnership ❑ Trust/estate single -member LLC ❑ Limited liability company, Entor the tax classification (C=C corporation, S=S corporation, P=Partnership) ► Nine: Check the alprop►ete box in the line above tar the tau classification of the single -mambo owner Do riot check LLC It the LLC Is classified as a singe -member LLC 01st is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tex purposes. Otherwise, a singe -member LLC utn is disregarded from the owner should check the appropriate box for the tax classification of Its owner. ❑ Other (see instructbrtet ► 8 Address (number, street, and apt, or sults no.) See instructions. 609 Gyrfalcon Court, Unit 0 8 City, slate, end 21P code Windsor, CO 80550 T Ust account eumbar(s) here (epitome) 4 Exemptions (codes apply only to certain entitles, not individuals; see instructions an page 3): Exempt payee code (II any) Exemption from FATCA reporting code of any) (!lppdeO ID accounts mrtn19+nW ocIs,A0 Iha U S Requester's name and address (optional) P,ir1 I Taxpayer Identification Number (TiN) Enter your TIN In the appropriate box. The TIN provided must match the name given on tine 1 to avoid Social security number rbackupresident withholding. For individuals, this is d entity. see t soclet security number (SSN). However, fora L_ l _ - �.y resident alien, sole proprietor. Of disregarded entity, sae the irlsfntchons for Pert I, later. For ether � I entitles, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. or LImpluyar Identification number a 4 0 9 6 4 4 4 9 P rt II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me): and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3.1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (If any) indicating that I am exempt from FATCA reporting Is correct. Certification Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the Instructions for Part II, later. Sign Signature of Here u.s. person le General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.lrs.gov/FormW9. Purpose of Form An Individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer Identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATiN), or employer identification number (EN), to report on an information return the amount paid to you, or other amount reportable on an Information return, Examples of Information returns include, but are not limited to, the following. • Form 1099-INT (Interest earned or paid) oats►(�ZO • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stook or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage Interest), 1098-E (student loan Interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured properly) Use Forrn W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. It you do not return Form W-9 to the requester with a nN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) cg Subcontractors for Centennial Courtroom Woodco of the Rockies, Inc. — Casework Douglas Colony — Roofing Collins Door & Hardware Inc. — Frames/Doors/Hardware JC Hunter Technologies — Drywall/Framing Beyond 9 Interior —Acoustical Ceiling Commercial Flooring Inc. — Flooring Molecular Coatings, Inc. — Painting ABS/FMB Wanger — Specialties Frontier Fire — Sprinkler Corman Mechanical Contractors, Inc. - Plumbing WyCo HVAC, LLC— HVAC (Set Point Controls) Benchmark Electrical Solutions — Electrical & Fire Alarm BPAULING -01 1 ACORO" 4.......--- CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 7/7/2020 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 have ADDITIONAL INSURED provisions or 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 Renaissance Insurance Group PO Box 478 Windsor, CO 80550 NAMEACT Brooke Pauling FAX jaHc°°, No, E:t): (970) 545-3592 I(A/C, No): E-MAILbrooks@reninsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A:Selective Insurance Co. 39926 INSURED TCC Corporation PO BOX 567 Windsor, CO 80550 INSURER B : Pinnacol Assurance 41190 INSURER C :Zurich American Insurance Co INSURER D : INSURER E : INSURER F : • REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR rypE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF IMM/DD/YYYY) POLICY EXP IMMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X S 2322362 12/15/2019 12/15/2020 EACH OCCURRENCE $ 1'000'000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 500,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 1 0,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE X LIMIT APPLIES JELQT PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 A AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOS ONLY AUTOS ONLY X SCHEDULED AUTOS �pN AR OS ONLY X X S 2322362 12/15/2019 12/15/2020 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ (Per PROPERTY DAMAGE $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE S 2322362 12/15/2019 12/15/2020 EACH OCCURRENCE $ 3'000'000 AGGREGATE $ 3,000,000 $ DED RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTC/E pFFICER/MEMBER EXCLUDED? (Mandatory VNH) If yes, describe under DESCRIPTION OF OPERATIONS below Y I N N / A X 4021079 7/1/2020 7/1/2021 X STATUTE EORH E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500,000 A C Leased/Rented Equip Builders Risk S 2322362 ER14758207 12/15/2019 4/10/2020 12/15/2020 4/10/2021 $100,000; $1,000 Ded $5,000 Ded 7,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Weld County Centennial Courtroom Remodel If required by written contract or agreement, the Certificiate Holder is included as additional insured with respect to General Liability & Auto Liability. A waiver of subrogation applies in favor of the additional insured with respect to General Liabiltiy, Auto Liability, & Workers' Compensation. Umbrella follows form. CERTIFICATE HOLDER CANCELLATION Weld County, Colorado 1150 O St Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Errtity Nance* TCC CORPORATION Contract Name* CENTENNIAL COURTROOM ADDITION Contract Status CTB REVIEW Entity ID* @00034361 ❑ New Entity? Contract ID 3780 Contract Lead SGEESAMAN Contract Lead Email sgeesamen@co.weld.co.us Contract Description* REMODEL 3RD FLOOR OF CENTENNIAL BUILDING TO INCLUDE 2ADDITIONAL COURTROOMS Contract Description 2 Contract Type* CONTRACT Amount* $1,560,744.00 Renewable* NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- I3uildingGrounds@weldgovco m Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email C M- COUNTYATTORNEY@WELD GOV.COM Requested BOCC Agenda Date* 07113/2020 Parent Contract ID Requires Board Approval YES Department Project # Due Date 07/09/2020 Will a work session with I OCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a PISA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 06/30/2021 Termination Notice Period Committed Delivery Date Expiration Date* D8/31/2021 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR DH Approved Date 07/1312020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07/20/2020 Originator SGEESAMAN Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 07/14/2020 Tyler Ref # AG 072020 Legal Counsel GABE KALOUSEK Legal Counsel Approved Date 07/14/2020 Submit DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 June 24, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Centennial Courtroom Addition/Remodel; B2000127 As advertised this bid is to perform a remodel in the Centennial Center to accommodate two new courtrooms. The low bid from TCC Corporation is $,1,5060,744 and meets specifications. In addition, TCC has identified their additional monthly general conditions at $19,967.00 should additional mobilization be needed which is beyond contract scope. Therefore, Buildings & Grounds is recommending the award to TCC Corporation for $1,560,744.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director _,c_32©-176,7 -Serfo,2, 2 WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters ceweldgov.com E-mail: reverettaweldgov.com E-mail: rturf(a�weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: JUNE 12, 2020 REQUEST FOR: CENTENNIAL COURTROOM ADDITION/REMODEL DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000127 PRESENT DATE: JUNE 15, 2020 APPROVAL DATE: JUNE 29, 2020 VENDOR ADDITIONAL MONTHLY GENERAL CONDITIONS TOTAL TCC CORPORATION $19,967.00 609 GYRFALCON CT, UNIT D WINDSOR, CO 80550 GROWLING BEAR CO INC $24,456.00 2330 4TH AVE GREELEY, CO 80631 SUN CONSTRUCTION & FACILITY $11,290.00 SERVICES, LLC 1232 BOSTON AVE LONGMONT, CO 80601 AMERICAN CONSTRUCTION SERVICES, LLC 1905 W 8TH ST, STE 215 LOVELAND, CO 80537 AMERICAN CONTRACTING, LLC 3131 S COLLEGE AVE, #B FORT COLLINS, CO 80525 GERALD H PHIPPS, INC DBA GH PHIPPS CONSTRUCTION COMPANY 4880 INNOVATION DR FORT COLLINS, CO 80525 HC BECK LTD DBA THE BECK GROUP 1001 17TH ST, STE PL -100 DENVER, CO 80202 ROCHE CONSTRUCTORS, INC 361 71ST AVE GREELEY, CO 80634 $14,561.00 $13,230.00 $32,147.00 $1,560,744.00 $1,805,368.00 $1,893,820.00 $2,060,527.00 $2,065,000.00 $2,097,336.00 $25,678.00 $2,249,000.00 $35,931.00 $2,457,700.00 THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS. O6A 2020-1769 -g&etzag
Hello