Loading...
HomeMy WebLinkAbout20201370.tiffDEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 October 19, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Public Works Sign Shop Renovation — Change Order #4 (B2000115) There is a need to create a temporary Jail kitchen inside the current bay that is being remodeled. To accommodate the plumbing and electrical modifications a change order in the amount of $81,219.07 is needed. To accommodate the construction in the time needed, B&G is recommending approving this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director iO/ -t/a0 c&P (r-r/sue / o .-.2 i_ o 2 040-1370 CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND TCC CORPORATION This Agreement Amendment ("Amendment"), made and entered into 19th day of October, 2020, 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. 2020-1370, approved on June 15, 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 #4, dated October 19th, 2020 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: el-IAN; CAVIA N OVC+Z J))1ZeeodtaLne Signature ATTEST* Wel BY: d.orritet) ..id4);„k Deputy Cler VED AS TO FU ING� n Controller APPR 5"„, TO pRM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair OCT 2 1 ZOZO APPROVED AS TO ANCE: cted • is • I or Department Head a doZo - /310 Exhibit: Change Order # 4 TCC Corporation PO Box 567 609 Gyrfalcon Ct, Unit D Windsor, CO 80550 TITLE: Updated Sign Shop Changes PROJECT: Public Works Sign Shop TO: Sterling Geesaman Weld County Government 1150 O Street Greeley, CO 80631 DESCRIPTION OF REQUEST REQUEST FOR CHANGE No. 8 Phone: 970-460-0583 Fax: 970-460-0871 DATE: JOB: CONTRACT NO: 10/19/2020 2014 Change Order per updated Sign Shop drawings dated 10/09/2020 with changes to provide kitchen equipment installation within the Sign Shop. Weld County to provide Hood 1, Hood 2, VEF-1 and KEF-1. Description I Amount Updated HVAC changes including supply and installation of grease duct and fire wrap, welded stainless steeel exhaust ductwork, supply fan/louver, motarized damper, installation of Weld County supplied hoods and exhaust fans, test and balance. Includes wall panel patching around new vents and fans. Updated Plumbing changes including supply and installation of schedule 40 waste and vent piping above grade, Type L copper water piping above grade, plumbing rough -in and hook ups of Weld County supplied prep sink, hand sink nad 3 compartment sink, gas piping, water piping tying into existing, drain drops into existing trench drains, piping insulation on hot and cold water, and thermostatic mixing valve. Electrical Changes including relocating one existing ceiling mounted luminaire from the south end of the building to new location where the luminaire is taken from for future reinstallation, extending existing 120V circuit from local receptacle to provide 120V igniter control power for new gas water heater, removing existing GFCI device(s) from box. Convection steamer shall be hardwired to 120V circuit. Route (3 #12 THWN CU) between junction box and power connection on steamer, providing 208V 30A 3 pole heavy duty rated fusible disconnect and 3 10A FRN-R fuses for Mixer, replacing existing circuit breaker with 15A 3 pole GFCI protected circuit breaker, removal of existing GFCI device(s) in box and provide blank cover plate, routing new 120v dedicated circuit into the existing 4 - square box, terminate new circuit on a new GFCI 20A device, adding new 20A sing pole breaker with integral shunt trip. $34,506.00 $23,539.00 $12,637.62 Total $81,219.07 APPROVAL: By: By: Sterling Geesaman Date: Brian Crownover Date: 141 General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $1,175.00 $202.07 $349.24 $1,624.38 $7,185.76 Total $81,219.07 APPROVAL: By: Date: Sterling Geesaman By. Date: Brian Crownover ill 171:- DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 September 10, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Public Works Sign Shop Renovation — Change Order #3 (B2000115) The remodel was designed to include electrical power plugs so the mobile kitchen could be connected. During finalization of the mobile kitchen, the proposal needs to include one refrigeration trailer and one freezer trailer for food storage. These trailers would need an electrical outlet also. These power outlets will negate the need to operate on generator during the timeframe needed. Thus, eliminate daily fueling and associated staff time. The cost of adding the additional outlets is $24,723.20. Therefore, B&G is recommending approving this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ce:P be-(-pr/s t37/ '13G002 CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND TCC CORPORATION This Agreement Amendment ("Amendment"), made and entered into 1st day of September, 2020, 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. 2020-1370approved on June 15, 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 #3, dated August 31, 2020 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: 13tif41J l -UWUove °!, d Name Signature ATTEST: Weld County Clerk to the Board BY��� /�.Q €€a. Deputy Clerk to the Board APPROAS1 G .s. Controller APPROVED S TO FORM: rtC eV(AA~f-L County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair SEP 14 2020 APPROVED AS TOO B'STANCE: Elected (Sfficial or Department Head Exhibit: Change Order # 3 TCC Corporation PO Box 567 609Gyrfalcon Ct, Unit D Windsor, CO 80550 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 7 TITLE: Additional Electrical and Sanitary Sewer Credit PROJECT: Public Works Sign Shop TO: Sterling Geesaman Weld County Government 1150 O Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 08/31/2020 2014 Change Order for electrical changes per RFI responses, updated electrical plans, additional mobile kitchen trailer power, and credit for the sanitary sewer. Description Panel "10" is to be demolished and turned into a junction cabinet. However, panel "10" is currently powering (3) circuits to sign shop equipment and outlets. The drawings do not show re -feeding any of these existing circuits. Includes removing circuits from panel "10" and extending and powering by panel "6" Amount Provide power to OH door operators. Plans do not indicate power. $785.00 $1,756.65 The "new breaker in existing bus space" is calling for a 300 Amp breaker. The manufacturer of the $17,465.00 gear informed electrical contractor the largest breaker that can fit in that gear is a 225 AMP breaker a 300 Amp will not fit in that gear. Pricing based on updated plans. $9,610.83 Additional power for (2) kitchen trailers. Credit for sanitary sewer option. CO #2 approved the option to provide new 12'-0" manhole and ($9,810.81) dewatering prior to City of Greeley accepting the utilization of the existing manhole. General Conditions $1,175.00 Total $24,723.20 APPROVAL: By: By: Sterling Geesaman Brian Crownover Date: Date: General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $61.51 $106.31 $494.46 $3,079.25 Total $24,723.20 APPROVAL: By: By: Sterling Geesaman Brian Crownover Date: Date: DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 August 3, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Public Works Sign Shop Renovation — Change Order #2 (B2000115) During excavation for the drain line that will support this building, the Jail temporary kitchen and the wash bay building, water was discovered at 6 -foot depth. The excavation needs to continue to the 10 - foot depth. To accomplish this task, shoring and dewatering are required. The cost of this additional work is $25,105.17. Therefore, B&G is recommending approving this change order for $25,105.17. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director C 5e44f4 Og/1ol2O SGCTT/SC7). Po OEV alae /3763 56,063 5GO 3 CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND TCC CORPORATION This Agreement Amendment ("Amendment"), made and entered into 10441 day of A0 . , 2020by 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. 2020-1370. approved on June 15, 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 #2, dated July 27, 2020 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: Brian Crownover Pri9. dame Signature ATTEST: Weldcounty Clerk to the Board Deputy Clerk to the Board APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: f County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO r Mike Freeman, Chair AUG 10 2020 APPROVED A U:STANCE: Elec d Official or Department Head Q0b)0-►370 TCC Corporation PO Box 567 609Gyrfalcon Ct, Unit D Windsor, CO 80550 Exhibit- Change Order # 2 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 4 TITLE: Change Order to install manhole per DATE: 07/27/2020 original bid documents PROJECT: Public Works Sign Shop JOB: 2014 TO: Sterling Geesaman Weld County Government 1150 O Street Greeley, CO 80631 DESCRIPTION OF REQUEST CONTRACT NO: Change Order to install the new manhole per the original bid documents and pump ground water to the future detention. Includes berming up future detention in order to retain water within property boundaries, well point dewatering, and additional labor due to ground water within the manhole and sewer line area. Description Amount Additional labor to install manhole and sewer line due to ground water. Provide well points for dewatering and pumping ground water to the future detention. General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee Total $5,860.00 $15,605.69 $731.50 $63.92 $110.48 $513.86 $2,219.72 $25,105.17 APPROVAL: By: By: Sterling Geesaman Date: Brian Crownover Date: 7/30/20 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 July 15, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Public Works Sign Shop Renovation — Change Order #1 (B2000115) A new drive -through opening and walk-in door is part of the construction plans. During demolition and removal of the metal wall panels, it was discovered the interior floor is higher than the parking lot. To accommodate the ability to drive through the new opening, a sloped concrete apron that will create a ramp up to the new openings will need to be installed. The cost of this work is $6,205.23. Therefore, B&G is recommending approving this change order for $6,205.23. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 7`2.0/20 t&CPr! 0_404,- t37O CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND TCC CORPORATION This Agreement Amendment ("Amendment"), made and entered into 13th day of July, 2020, 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. 2020-1370, approved on June 15, 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 July 8, 2020 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: IBIZ►a.J Ca otuNou& Pri d ame Signature ATTEST: Weld BY: Deputy Cler APPROVED AS TO FUN Controller BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair ,JUL 2 0 2020 APPROVED AS TJ0.S STANCE: icial or Department Head Exhibit: Change Order # 1 TCC Corporation PO Box 567 609Gyrfalcon Ct, Unit D Windsor, CO 80550 TITLE: Approach Pad Concrete/Yard Hydrant Waterline PROJECT: Public Works Sign Shop TO: Sterling Geesaman Weld County Government 1150 O Street Greeley, CO 80631 DESCRIPTION OF REQUEST REQUEST FOR CHANGE No. 1 Phone: 970-460-0583 Fax: 970-460-0871 DATE: JOB: CONTRACT NO: 07/08/2020 2014 Change Order per the RFI response received 7.2.2020 to provide 8'-0" x 50'-0" x 6" thick approach ramp on south end of the Sign Shop. Includes sawcutting, demo, and hauling of existing asphalt paving. Change Order per the RFI response and changes in order to supply the yard hydrant water from the correct water line. The water line per the bid documents utilized a recirculated line for the existing eye wash station. Description Sawcut/Demo/Haul asphalt (50'-0" x 8'-0") Pour New6" concrete approach Provide 6x6xW1.4xW1.4WWF Change the location of the yard hydrant waterline tie in per RFI response. General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee Amount Total $1,800.00 $2,600.00 $140.00 $480.00 $470.00 $15.44 $26.68 $124.11 $549.00 $6,205.23 APPROVAL: By: By: Sterling Geesaman Brian Crownover Date: Date: tnacf rP 4* 36 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & TCC CORPORATION PUBLIC WORKS SIGN SHOP R.ENOVATIO THIS AGREEMENT is made and entered into this / day of ! , 202O, by and between the County of Weld, a body corporate and politic of the Stat •f Colorado, by and through its Board of County Commissioners, whose address is 1 150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and TCC Corporation whose address is 609 Gryfalcon Court Unit D Windsor, CO 80550, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 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 (RFD) as set forth in "Bid Package No. 2000115". 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 ofthis Agreement Con(se-sed-• A 06 A /2 ot ox, 40.22- 15,70 06Ga0a2 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 $193,306.00, 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 ofthis 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 Contractorfromliabilities 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: ecrownovergtcccorp.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: ttaylor@co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (1 8) years of age or older is lawfully present in the United TCC Corporation States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C..R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto ree Agreement this day of W � o, have signed this Ag me 202D. By: Name: goz, ..„), Title: '# e -ems a. e Date WELD _ ATTEST o Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair SUN 1 5 202Q a oar - /370 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: APRIL 13, 2020 Exhibit A BID NUMBER: B2000115 DESCRIPTION: PUBLIC WORKS SIGN SHOP RENOVATION MANDATORY PRE -BID CONFERENCE DATE: APRIL 22, 2020 BID OPENING DATE: MAY 6, 2020 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: PUBLIC WORKS SIGN SHOP RENOVATION A mandatory preybid conference will be held at 1:30 PM, on April 22, 2020 at 1301 N 17th Avenue, Greeley, CO 80631 to respond to written and oral questions and to provide any needed additional instruction to Architectural, Engineering and General Contracting firms on the submission of bids. We will be adhering to current state social distancing guidelines. Bids for the above stated merchandise, equipment, and/or services will be received until 10:00 AM on May. 6, 2020 (Weld County Purchasing Time Clock). **PLEASE O E: Dye to the recent e ve��n s sure ou�nd n the C�-, ronavllrus (COVD=19) €? andemic, the Weld County G veer rnent oboes are now c yPe c.o area. ..1.� . F'l. ..A'..,wdMg11M.1....�'r'�:••:a.M:m��a., �- ._z�•.u. r.�..w:'?� See age ased to the pi g c, t erefore, for conference can , rniflon.** _ a le bid opening wifl be held via at PAGES 1 — 10 OF THIS REQUEST 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/or 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 https://www.bidnetd_irectecomi. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. ,did Delivery ti? WeldC unty 1 methocj: 1. Email. Due to the Coronavirus (COVID-19), emailed bids are required. Bids may be emailed to bids( _ weidcov.com; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdireet.corn/. The maximum file size to upload to Bidnet is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3 . 0 STRUICTIONS o o�aERSo UNTRODUCTO UNGORIA TION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing De partmf= rt. Each bid must give the full business address of bidder and be signed by him with his usual sicraturiti Bids by partne-Pships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the lega` name of the corporation, followed by the name of the state of the incorpration and by the signature and title of the president, secret_ary, or .the person authorized to bind it in the matter. The name of each person signing shall als 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 Welc CoL my controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall bt- furnished. All corrections or erasures she be initialed by the person signing the bid. All bidders shall agree to comp y with all of the conditions, requirements, specifications, and/or instructi.•ns of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. AD blank spaces in the bid forms shall be suitab y filled in. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; saic request being received from the withdrawing bidder prior to the time fixed for aw<t:rd. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of th:a 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., entitlec, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No raspnsibility will attach to she Weld County Controller/Purchasing Director for the premature opening of a hid not properly addressed and ioentifkd. On accordance with Section 14-9(3) oz the Weld County Home RuDe Charter, Weld County will give prr: erence to resident Weld Coun w bidders in all cases where said bids are c.mpetitive in price and quality. Weld County reserves the right to reject any and ail bids, to waive any informality in the bads, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. Tho bids) may be awarded to more than one vendor. Familiarization with the Work: Before submitting has Rid, e :ci prospective Bidder shall familiarize iimself 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 otr-ter factors affecting performance of the Work. He shall carefully correlate his observations with requirements of she Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible represer°tan by the Bidder that he has compliec with every requirement of his par graph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities •-r is in doubt as to the true meaning of any part of the Contract Dcuments or Drawings shall make a request to the Lngineer 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 approved by the Co (it oil er/Purcrs asing Director, no interpretation Addenda will be issued within the Oast seven (7) days before the date sp-:t for opening of Bios. The Bidder shall be solely responsibki for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. Preparation 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. ti _ he Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Bids by partnerships must be executed in the 3artnership namr and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. ids 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 shah be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature if anyone not otherwise authorized to bind the Bidder. P2000115 Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where rids are :o 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 EXECUTION 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. Weld County intends to award the Contract to the lowest responsible 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 bids. Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he 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 Certificate of Insurance shall name Weld County as additional 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 may then be made to another Bidder, or the County may reject all Bids or call for other Bids. The County, within ten (10) days of receipt o- acceptable Performance Bid, Labor Materials Payment Bond, and signed Contract from the successful Budder will issue the Notice to Proceed. In submitting the bid, the bidder aa•.rees that the signed bid submitted, all of the documentsf the Request for Proposal contained herein (including, but not limited to, product spcifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes „A1 contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFP. 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100°x© of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the 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 County. 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 other permits, and governmental inspections required by.included authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by the County, shall be in the Bid price. Royalties: 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. B2000115 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 deems proper for overhead costs and profits on 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, water, structures and utilities to 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 Bidder 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 performed. The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL BIDDER H0RING PRACTICES — ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use EVerify Program or State of Colorado program procedures to undertake preemployment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shaH comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. B2000115 4 Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5.- 103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one f the forms of identification required by C.R.S. § 24-76.5101, 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. 9. GENERAL PROVISIONS A. Fund Availability: Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. Of necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFI DENTI L." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 2472-201, rt seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of ;),II documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFI ENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental I rnunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, ,f any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of eld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested tit do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. B2000115 5 F. Choice of aw: ' ol:• rado 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. No Third -Party eficiary Enformtcnt: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is he express intention of the undersigned parties that any entity other th<.n the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. ittit rney's Fees/Leall C •,sts: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvvntaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded ful° opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideraiin for an award. J. Pro©urement wind performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent contractors performing construction services of a similar nature to those described in this Agreement. The successful bidder shall further be responsible for the timely completion, and acknowledges than a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. nrn: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall c.,ntinue through and until successful bidder's completin of the responsibilities described in the tid. L. "&rrnir flon: 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. Extensoon or llodllfocation: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any incrrase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, he successful bidder's rights with respect to such additiorta services shall be deemed waived and such failure shall result in non=payment for such additional services or work performed. N. Subcontractors: The successt'u9 bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of tre 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 withhe&d 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, t. be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this B2000115 6 Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty_ 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 performed 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. Non -Assignment. The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 0. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest -- C.R.S. §2418-2O1 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Compliance with Davis -Bacon Wage Rates. The successful bidder understands and agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis -Bacon 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. W. 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 B2000115 7 Director of Weld Cunty Public Works, 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 successful bidd r hereunckr and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement 10. INSURANCE REQUIREMENTS General Requirements: Successful bidders/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. Successful bidders/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder/Contract Professional. Successful bidder/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 or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or ether oblinatinns assumeri nr 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 obliga:ions and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all 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, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its construction methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. B2000115 8 Types of Insurance: The successful bidder/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 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' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) Statutory 500,000 500,000 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising 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, 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" and the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury $50,000 any one fire; and $500,000 errors and omissions. $5,000 Medical payments one person Automobile 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 $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. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. 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 operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the successful bidder/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrtor in his sole discretion. do itiorwl ,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. B2000115 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 S}arvices (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, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the 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. Those documents are specifically incorporated herein by this reference. B2000115 10 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Public Works Sign Shop Renovation This project consists of a renovation to Public Works Sign Shop Building. The building is located at 1301 N 17th Avenue, Greeley, CO 80631. Scope of work: This project will consist of general contractor performing renovations to the existing back shop space of the building. The plans and specifications attached detail the scope of work to include: 1. Removal of existing wall panels and install new overhead doors as detailed. 2. Demo office walls and ceiling, remove specified bollards, charging stations and eyewash in shop area. 3. Install new sand/oil separator & grease interceptor for temporary kitchen. 4. Remove concrete flooring and install new floor drain system detailed in plan. 5. Provide new doors, frames and hardware as detailed. 6. All work on this project may be completed during regular business hours and on weekends as necessary. Normal business hours are 7 AM until 5 PM; Monday through Friday. 7. Adjust fire sprinkler heads as necessary to maintain proper coverage after renovations. Any permit or engineering fees for fire sprinkler or fire alarm modifications shall be paid by general contractor. 8. Remove existing electrical as detailed in demo plan. 9. Install new electrical per plan. 10. The project will be permitted through the Weld County Building Department. Fees for permits will be waived. 11. Davis -Bacon and Buy American requirements are NOT required. 12. No Bid Bond required. NOTE: Winning contractor will be expected to enter into a standard Weld County contract for this project. A sample is available by contacting the Weld County Purchasing Department. PROJECT SCHEDULE The following is a listing of dates for this project: Date of this Bid Advertisement Date Pre -Bid Conference Bids Are Due Contract Award Contract Execution Construction Start Construction End PRICING April 13, 2020 April 13, 2020 April 22, 2020 May 6, 2020 May 27, 2020 May 27, 2020 June 1, 2020 August 3, 2020 Provide lump sum pricing for this construction. LUMP SUM PRICE FOR WORK $ B2000115 11 Pease note that due to the Coronavirus (C obbies are now closed to the public. Many of us are now to&eworking tie=r may be required to in t le very near 3 future. :tl9tah that saadj the fo[ cw ng changes have been made to our current take processuntil future r i d'E Jce: AHD® 9) pandemic, the Weld County Government 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 bids@weldgov.com. 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. A mandatory pre -bid conference will be held on April 22, 2020 at 1:30PM at 1301 N. 17th Avenue, Greeley, CO, 80631. We will be adhering to current state social distancing guidelines. Bids will be received up to, but not later than May 6, 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK. BID OPENING: MAY 6, 2020 @ 10:00 To join call: PHONE NUMBER: 1 (720) 439 5261 CONFERENCE ID: 723906583 The rest of this page intentionally left blank. CA B2000115 12 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. ##B2000115. 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 bids) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE 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. DO NOT NEED TO SEND BACK PAGES 1 -10, ATTEST: Weld..Co unty Clerk to the Board re: 1 tazitti BY: Deputy Clerk to the Board B2000115 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair JUG 1 5 2020 owo i3-713 PUBLIC WORKS SIGN SHOP RENOVATION 1301 N. 17TH AVE B2000115 t & A — Posted 04/30/20 1. Drw Al has us removing existing frame/door 6070 and reinstalling them? Is that correct? Do we put new hardware on the door? IF so what hardware. Answer: Correct. Reuse existing hardware. 2. Drw C4 states "This bid only includes installation of sewer, grease trap, Soi within bubbled area restore existing gravel surface." This is the scope of work for the PW Sign Shop Renovation? Answer: Yes 3. Concrete at new trench drains, is that 6" concrete? Any rebar or mesh in it? Answer: 6" thick with 6x6 wire mesh. 4. We do need a design build fire alarm? Answer: No 5. Is the GC responsible for paying building permit fees? Answer: Only the permit fees through Weld County Planning Department will be waived if coordinated prior to submission. All other fees associated with construction of the project shall be included in the lump sum price 6. Is striping on the new concrete by GC or by Owner? Answer: Striping by Owner 7. What is your payment schedule? Answer: Monthly 8. There is no detail for attaching the overhead door beam to the building on the South side of the building closet to the existing sign shop. There is no steel column on that side of the building on the plans to attach to. Answer: After further review, it was determined that there is an existing w -section column at the SE corner closest the sign shop. The I-HSS10x8x1/2" steel beam shall be attached to the existing column using detail 18/5701. 9. Any Arch Drawings? Answer: All drawings have been posted on bidnet. 10. RFI Due dates/answer dates? Answer: Due Date: 4/29/2020 Answer Date: 5/1/2020 11. Sub site walk? Answer: Pre -bid walk was provided. 12. Any finish work? (Framing/D-wall/paint, etc) Answer: Refer to posted plans 13. Any Specialties (Div 10), Signage, Lockers, etc? Answer: Refer to posted plans 14. Field office trailer required? Answer: No 15. Landscaping? Answer: Refer to posted plans 10. Salvage Charge Stn's? Return to Owner? Answer: Refer to posted plans of what should be returned to owner; all other debris the GC responsible to remove 17. Should the Transformer be installed on a housekeeping pad? Answer: All work and ecuipment shall be completed and installer in a professional manner and comply with current code. 18. Regarding the current COVID-19 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 COVID 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 XXX is covering 5 issues while GC YYY is covering 15 issues). Answer: All current mandates must be met. 19. Are Clopay products acceptable as an alternative to Raynor (see attached brochures): Answer: Yes 20. The detail that mentions the size of the studs are 8" 14 gauge studs. This is for the door jamb king studs. On the framing detail it says to infill the area with steel studs. I am assuming it is the area from overhead door to existing beams on each side of each door. Is this correct? If so are they the same size/thickness studs? Answer: Reference the Wall Elevation Legend and Notes on Sheet 5201, The diagonal hatched region shall be per Note #5 which are 8" 20 ga. studs extending from the floor elevation to the underside of the HSS10x8x1/2 steel beam and extending left to right from each door opening. ADDENDUM#1 BID REQUEST NO. B2000115 PUBLIC WORKS SIGN SHOP RENOVATION Buildings & Grounds Dept. The following is required: The General Contractor is required to have Builder's Risk insurance for this project ***We need signed copy on file. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL April 21, 2020 Exhibit B SPECIFICATIONS AND/OR. SCOPE OF WORK AND PROPOSED PRICING: Public Works Sign Shop Renovation This project consists of a renovation to Public Works Sign Shop Building. The building is located at 1301 N 17th Avenue, Greeley, Co 80631. fir► .+, i.�' i y M This project will consist of general contractor performing renovations to the existing back shop space of the building. The plans and specifications attached detail the scope of work to include: 1. Removal of existing wall panels and install new overhead doors as detailed. 2. Demo office walls and ceiling, remove specified bollards, charging stations and eyewash in shop area. 3. Install new sand/oil separator & grease interceptor for temporary kitchen. 4. Remove concrete flooring and install new floor drain system detailed in plan. 5. Provide new doors, frames and hardware as detailed_ S. All work on this project may be completed during regular business hours and on weekends as necessary. Normal business hours are 7 AM until 5 PM; Monday through Friday. 7. Adjust fire sprinkler heads as necessary to maintain proper coverage after renovations. Any permit or engineering fees for fire sprinkler or fire alarm modifications shall be paid by general contractor. 8. Remove existing electrical as detailed in demo plan. 9. Install new electrical per plan. 10. The project will be permitted through the Weld County Building Department. Fees for permits will be waived. 11. Davis -Bacon and Buy American requirements are NOT required. 12. No Bid Bond required. NOTE: Winning contractor vill be expected to enter into a standard Weld County contract for this project. A sample is available by contacting the Weld County Purchasing Department. PROJECT SCHEDULE The following is a listing of dates for this project: Date of this Bid Advertisement Date Pre -Bid Conference Bids Are Due Contract Award Contract Execution Construction Start Construction End PRICING April 13, 2020 April 13, 2020 April 22, 2020 May 6, 2020 May 27, 2020 May 27, 2020 June 1, 2020 August 3, 2020 Provide lump sum pricing for this construction. LUMP SUM PRICE FOR WORK $ B20001 15 11 Please note that due to the Coronavirus (COVID- 1 9) pandemic; the Weld County Government lobbies are now closed to the public. Many of us are now teleworking or may be required to in the very near future. With that said, the following changes have been made to our current bid process until future notice: 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 bids ` eld oy corr . If your bid exceeds 251111E please upload your bid to http :ffwww.b dnetdirect.com/. The maximum file size to upload to Bidnet is 500 MB. PDF format is required. A mandatory prembid conference will be held on A riI 221 2020 at 1:30 PM at 1301 N. 17th Avenue, Greeley, CO, 80631, We will be adhering to current state social distancing guidelines. Bids will be received up to, but not later than May 6, 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID OPENING: MAY 6, 2020 a@ 10:00 AM-- VIA A SKYPE CONFERENCE CALL To join call: PHONE NUMBER: 1 (720) 439-5261 CONFERENCE ID: 723906583 The rest of this page intentionally left blank. 62000115 12 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. *82000115. 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 80550 TELEPHONE NO 970-460-0583 SIGNATURE FAX 970450-0871 DATE 5/6/2020 TAX ID # 84-0964449 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 T NEED T0_ SEND 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 B2000115 13 ADDENDUM#1 BID REQUEST NO. B2000115 PUBLIC WORKS SIGN SHOP RENOVATION Buildings & Grounds Dept. The following is required: The General Contractor is required to have Builder's Risk insurance for this project ***We need signed copy on file. Thank You!*** Addendum received by: TCC Corporation FIRM 609 Gyrfalcon Court, Unit D ADDRESS Windsor, CO 80550 CITY AND STATE e i f 2 April 21, 2020 Ernie Crownover Sly ecrownover@tcccorpenet EMAIL a�� Form W-9 (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ® Go to www_irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. ori 0 0 41 ad C. 0 a` p �E a� I Name Ewes shown on your Income tax retUtrfl. Mime Is required on this lane; do not leave this line blank. TCC Corporation Business nernetdt:rregarded entity name, it 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 Exemptions (codas apply only to following seven boxes. l certain entitles, not Individuals; see instructions an page 3): Individual/sole proprietor or L C Corporation n S Corporation [ Partnership • Trust/estate I single -member LLC n Limited liability company, Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) Pp Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check LLC it the LLC Is classified as a single -member LLC that 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 tax purposes. Otherwise, a single -member LLC th is disregarded from the owner should check the appropriate box for the tax classification of its owner. 1 Other (son Instructions) to - 5 Addrciss (number, street, and apt, or suite no.) See instructions. 609 Gyrfalcon Court, Unit D 6 City state, and ZIP code Windsor, CO 80550 7 List account r;,umber(s) here (optional) Exempt payee code (If any) Exemption from FATCA reporting code (if any) eAppEe.9 to accounts ntvntarted outside the U S ) Re('tusstees name and address (optional) Taxpayer identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding, For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities. it is your employer identification number (EIN). If you do not have a number, see How to get a T11�1, later. Note: i f the account is in more than one name, see the instructions for line 1. Also see What Nome and Number To Give the Requester far guidelines on whose number to enter. Certification ., .. M...... w,,� w.. clai security number or 11 1 1 i 1 Employer identification number 8 4 4 0 9 6 4 } 4 4 9 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) L 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 ail interest or dividends, or (c) the IRS has ratified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (If any) indicating that I am exempt from FATCA reporting is correct �erttflcatlon 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 jou 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 Here Signature of U.S. person ra General Instructions Section references are to the Internal Revenue Code unless otherwise eotad. 7.uture developments. For the latest information about developments •elated to Form W-9 and its instructions, such as legislation enacted after they were published, go to www,irs,gov/FarmW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an nfarrnation return with the IRS must obtain your correct taxpayer dentifrcation 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 smount reportable on an information return. Examples of information -eturns include, but are not limited to, the following. if Form 1099-INT (interest earned or paid) Date 31z,f5A 1/0 • Form 1099-DIV (dividends, including those from stocks or mutual funds) e Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) 8 Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) 9 Form 1099-S (proceeds frem real estate transactions) e Form 1099-K (merchant card and third party network transactions) • Form 1 090 (horns mortgage interest), 1098-E (student loan Interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. if you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later, Cat. No. 10231X Form W=89 (Rev 10-2018) .A COR 0 Lawmass TCCCORP-01 CERTIFICATE OF LIABILITY INSURANCE BPAULING DATE (MM/DD/YYYY) 6/4/2020 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 SUBRJGATION 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 CONTACT Brooke Pauling NAME: PHONE(NC, No, Ext): (970) 545-3592 ADDRESS: brooks@reninsurance.Com FAX (A/C, No): INSURER(S AFFORDING COVERAGE INSURER A : Selective Insurance Co. NAIC # 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 : CERTIFICATE NUMBER: REVISION NUMBER: INDICATED. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR I TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/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; $ 10,000 PERSONAL & ADV INJURY S 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG S 2,000,000 POLICY I X I Tat LOC $ OTHER: A AUTOMOBILE LIABILITY S 2322362 12/15/2019 12/15/2020 COMBINED SINGLE LIMIT lEa accident) 1,000,000 $ BODILY INJURY Per person) $ X ANY AUTO BODILY INJURY (Per accident) $ OWNED AJTOS ONLY SCHEDULED AUTOS PROPERTY DAMAGE (Per accident) $ X H AJTOSRED ONLY X NON -OWNED AUTOS ONLY S A X UMBRELLA LIAB X OCCUR S 2322362 12/15/2019 12/15/2020 EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 EXCESS LIAB CLAIMS -MADE $ IUD RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y!N N IA ‘6474021079 a 7/1/2019 7/1/2020 X PER STATUTE EOTH E.L. EACH ACCIDENT 500,000 $ ANY PF:OPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 500,000 (Mandatory in NH) If yes, cescribe under DESCF IPTION OF OPERATIONS below E L. DISEASE - POLICY LIMIT 500,000 $ A C i i Leased/Rented Equip Builders Risk S 2322362 ER14758207 12/15/2019 4/10/2020 12/15/2020 4/10/2021 $100,000; $5,000 $1,000 Ded Ded 7,000,000 DESCRIPTICAN OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Public Works Sign Shop Renovation If required by written contract or agreement, Weld County, its subsidiaries, parent, associated and/or affiliated entities, successors or assigns, its elected officials, trustees, employees, agents & volunteers are included as additional insured on a primary & non-contributory basis including ongoing & completed operations coverage with respect to General Liability. A waiver of subrogation applies in favor of the additional insureds with respect to General Liability & Workers' Compensation. CERTIFICATE HOLDER CANCELLATION Weld County, Colorado 1150O St Greeley, CO 80632 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 w Conte Request btfortnation Entity Name* ie TCC CORPORATION Contract Name p.l f. Ei fl WORKS I SHOP RENOVATION Conuract Status CTB REVIEW Contract Description g OVATION E BACK PORT! ra Description Contract Type* CONTRACT T Amount* $193,306.00 Viewable NO Automatic Renewal Grant LICA Entity ID @00034361 ON OF SIGN SHOP Department BUILDINGS AND GROUNDS. Department Email CM- iIdingGrounds@w ov_co Department Head Email CM -B u idingGrounds- CM Fleadepiveldgov.corn mount Attorney GENERAL COUNTY A I i ORNEY EMAIL Coun Attorney Email CM- COUNTYAI i O . EY@WELD GOV. CO if this i.s a renewal enter previous Contract ID if this is it of a MSA enter MSA IlNe Contract ID. 3690 Contract Lead SGEESAMAN Contract :Lead Email s eesaman o.weld.co.us Requested CC Agenda Date 06/10/2020 Entity_ _ Parent Contract ID Req r Board Approval YES Department Project Due Date 06/06/2020 Will a work session with occ be required?* Does Contract require Purchasing Dept to e included? Note: the Previous Contract Number and Master Senses Agreement Number should be left blank if those contracts are not in OnSase Contract Dates Ef d e ive Date Termination Notice Period Review Date AT 12/31/2020 Renewal Date Committed Deliver), Date: Expiration Date."' 412131/2020 Con,act info Contact Name Pu rchasi g Purchasing Approver Approval Process Department Head T0BY TAYLOR DH Approved ate 06108/2020 Final Approval ROCC Approved ROC. Signed Date: ROCC Agenda. Date 05/1512020 Originator OGEE SAM Legal Counsel B O B COTE Contact Phone 2 Legal Counsel Approved Date 06/09/2020 Contact Type Contact Email Finance Approver BARB COOLLY Contact Phone I Purchasing Approved Date Finance Approved Date 06/09/2020 Tyler Rei AG 061520 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 May 11, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Public Works Sign Shop Renovation - #62000115 As advertised this bid is to renovate the back portion of the sign shop located at 1301 N. 17th Ave. Greeley, CO. The low bid from TCC Corporation meets specifications. Therefore, Buildings & Grounds is recommending awarding to TCC Corporation in the amount of $193,306.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director O5/27 2o2a- /370 BGooz2 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpeters(weldgov.com E-mail: reverett(c�weldgov.com E-mail: rturfna weldgov.com Phone: (970) 400-4223, 4222 or 4216 DATE OF BID: MAY 6, 2020 REQUEST FOR: PUBLIC WORKS SIGN SHOP RENOVATION DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000115 PRESENT DATE: MAY 11, 2020 APPROVAL DATE: MAY 27, 2020 VENDOR TOTAL TCC CORPORATION $193,306.00 609 GYRFALCON CT, UNIT D WINDSOR, CO 80550 AMERICAN CONSTRUCTION SERVICES, LLC $196,757.00 1905 W 8TH ST, STE 215 LOVELAND, CO 80537 RHINOTRAX CONSTRUCTION $252,900.00 1035 COFFMAN ST LONGMONT, CO 80501 SUN CONSTRUCTION & FACILITY SERVICES, INC $285,290.00 1232 BOSTON AVE LONGMONT, CO 80501 GROWLING BEAR CO INC $301,185.00 2330 4TH AVE GREELEY, CO 80631 SAGE DESIGN BUILD $310,000.00 4811 LONETREE DR LOVELAND, CO 80537 LANDMARK BUILDERS INC $319,863.00 3812 CARSON AVE EVANS, CO 80620 BERGEMAN BROTHERS CONSTRUCTION $401,492.50 3885 COUNTY RD 123 PENROSE, CO 81240 THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS. 2020-1370 O51 I 86,002, Hello