Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20202746.tiff
��nTi�t� GT z- q/13 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & TCC CORPORATION 4H BUILDING & EXHIBITION HALL KITCHEN HwOD EMENT THIS AGREEMENT is made and entered into this ay of , 202O by and between the County of Weld, a body corporate and politic of the S ate of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and TCC Corporation whose address is 609 Gryfalcon Court Unit D Windsor, CO 80550, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2000168". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibits which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement Gon5� 10/12%0 044ro-v /okia/a0. 2.020-27'16 S&©O2. 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 $148,890.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty, Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Builder's Risk Insurance: Builder's risk coverage in the amount of completed work for renovations, repairs made by the Insured on this project. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: TCC Corporation Attn.: Ernie Crownover, President Address: 609 Gryfalcon Court Unit D Address: Windsor, CO 80550 E-mail: ecrownover@tcccorp.net Telephone: (970) 460-0583 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United 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 persalty 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 Agreeme/ntt..r I S . W EREOF, the parties hereto have signed this Agreement this day of 2020. CONTRACTOR: TCC Corporation By: Ea v: a A.)6..1-46401/4. Name: �� ? Title: Date 9-2-`t- 2402 p WELD CO Y: ATTES :C0.4arld41 C." Weld o nt Clerk to t BY: Deputy CI BOARD OF COUNTY COMMISSIONERS oard WELD COUNTY, COLORADO c Mike Freeman, Chair OCT 1 2 2020 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: AUGUST 4, 2020 BID NUMBER: B2000168 DESCRIPTION: 4-H BUILDING & EXHIBITION HALL KITCHEN HOOD REPLACEMENT DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID MEETING DATE: AUGUST 20, 2020 BID OPENING DATE: SEPTEMBER 3, 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: 4-H BUILDING & EXHIBITION HALL KITCHEN HOOD REPLACEMENT A mandatory pre -bid conference will be held on August 20, 2020 at 10:00 AM at the Weld County Exhibition Hall, 525 N. 15th Avenue, Greeley, CO 80631. Bidders must participate and record their presence at the pre - bid conference to be allowed to submit bids. We will be adhering to current state social distancing guidelines. Bids will be received for the above stated equipment up to, but not later than: September 3, 2020 at 10:00 AM (Weld County Purchasing Time Clock). **PLEASE NOTE: Due to the recent events surrounding the Coronavirus (COVID-19) pandemic, the bid opening will be held via a Skype Conference Call. See page 4 for conference call information.** 2. INVITATION TO BID: Bids shall include any and all charges for delivery, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay, if awarded the bid. You can find information concerning this request on the Bid Net Direct website at https /iwww.bidnetdirect.com/ Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: 1. Email. Due to the Coronavirus (COVID-19), emailed bids are required. Bids may be emailed to bids c2.weldgov.com; however, if your bid exceeds 25MB please upload your bid to https.//www.bidnetdirect.com. The maximum file size to upload to BidNet is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County, payable after the current fiscal year, are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(1V) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights; benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 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. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations, established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. H. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. I. 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. J. Extension or Modification: Any amendments or modifications to this agreement shall be in writing, signed by both parties. K. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. L. Warranty: The successful bidder shall provide a warranty to the County as arranged by the parties. BID REQUEST #B2000168 Page 2 M 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 N 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 O 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 P Employee Financial Interest/Conflict of Interest — CRS §§24-18-201 et seq and §24.50-507• The signatories to this Agreement agree that, to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement County has no interest and shall not acquire any interest, direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services, and the successful bidder shall not employ any person having such known interests Q 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 R 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 S Insurance Insurance coverage must be maintained as required by law and as specified in the specifications and/or scope of work BID REQUEST #B2000168 Page 3 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Island Grove 4-H Building and Exhibition Hall Kitchen Hood Replacement Overview: This bid is for the replacement of kitchen hoods in two buildings in the Island Grove Park Complex. The 4-H Building is located at 527 N 15th Avenue, and the Exhibition Hall is located at 525 N 15th Avenue, Greeley, CO 80631. This is a turnkey replacement project of the existing hoods in both buildings. Scope: • Provide and install new hoods, ductwork, duct wrap, exhaust fans and Ansul systems as shown. • All demolition and removal of existing equipment shall be included in this bid. • Provide and install all drywall, patching, painting and repair required, • All roof patching for new duct penetrations is included in this proposal. • Electrical conduits, wiring, gear and fixtures shall be included in this proposal. • Provide all gas and water piping as shown. • All exterior building penetrations and sealing shall be included in this project. • Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. • Remove and properly dispose of all trash generated by construction activities off -site. • Dispose of I recycle all equipment off -site in a legal manner. • Payment and Performance bonds are required if the costs exceed $50,000.00. • Bidder is expected to enter into a standard County contract. Copy can be obtained by contacting Purchasing. • The project will be permitted through the Weld County Building Department. Fees for permits will be waived. • A builder's risk policy in the amount of the completed work shall be provided for this project. • No bid bond is required for this project. • Davis -Bacon and Buy American requirements are NOT required. • Based on receiving a contract by September 25th, 2020, provide an estimated start date and completion time. ESTIMATED START DATE: Fee: Provide your lump sum fee to accomplish this work. A mandatory pre -bid conference DAYS FOR COMPLETION: TOTAL $ will be held on August 20, 2020 at 10:00 AM at the Weld County Exhibition Hall located at 525 N. 15th Ave., Greeley, Colorado 80631. We will be adhering to current state social distancing guidelines. Bids will be received up to, but not later than September 3= 2020 at 10:00 AM (Weld County Purchasing Time Clock). BID OPENING WILL BE HELD VIA A SKYPE CONFERENCE CALL. To join call: 1 (720) 439-5261 and enter Conference ID: 157814719 Please note that due to the Coronavirus (COVID-19) pandemic, following changes have been made to our current bid process until future notice: 1) No hard copies of bids will be accepted. 2) Only one electronic copy of your bid is needed. PDF format is required. 3) Email bids to bids(weldgov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.cornt The maximum file size to upload to BidNet is 500 MB. BID REQUEST #62000168 Page 4 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #62000168 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL EMAIL DATE **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 3. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2000168 Page 5 i 4-H Building & Exhibition Hall Kitchen Hood Replacement B2000168 Questions & Answers 1) Question: On the 4H 1st floor — will you want all walls to paint? Answer: Yes, all walls that are impacted by other work. 2) Question: Will we need to bid for the Ceiling to paint at 1st floor 4H Kitchen? Answer: Yes. 3) Question: Will you want the Exhaust duct to paint at 2nd floor? Answer: Exhaust duct at second floor is not exposed. Paint new drywall shaft to match existing walls. 4) Question: Will you want the East wall to paint at 2nd floor 4H? Answer: Yes. 5) Question: Will you want other walls to paint at 2nd floor of 4H? Answer: No. 6) Question: For the Exhibitions Kitchen —1St floor I have the east and south walls to paint. Please let me know if you want the North wall to paint as well. Answer: Yes, paint the north wall. 7) Question: At 2nd floor of Exhibition — I have the North and East walls to paint due to new gyp at duct exhaust. Will you want the West and South walls to paint as well? Answer: Yes. 8) Question: Will you want the ceiling at 1St floor kitchen to paint? (exhibition hall ???) Answer: Yes, paint the ceiling. Exhibit SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING Island Grove 4--H Building and Enka( It on Hall KiteheHood f :e lacerne t Overview This bid is for the replacement of kitchen hoods in two buildings in the Island Grove Park Complex The 4-H Building is located at 527 N 15th Avenue, and the Exhibition Hall is located at 525 N 15th Avenue, Greeley, CO 80631 This is a turnkey replacement project of the existing hoods in both buildings Scope ® Provide and install new hoods, ductwork, duct wrap, exhaust fans and Ansul systems as shown • All demolition and removal of existing equipment shall be included in this bid Q Provide and install all drywall, patching, painting and repair required • All roof patching for new duct penetrations is included in this proposal ® Electrical conduits, wiring, gear and fixtures shall be included in this proposal • Provide all gas and water piping as shown • All exterior building penetrations and sealing shall be included in this project • Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements o Remove and properly dispose of all trash generated by construction activities off -site ® Dispose of / recycle all equipment off -site in a legal manner • Payment and Performance bonds are required if the costs exceed $50,000 00 ® Bidder is expected to enter into a standard County contract Copy can be obtained by contacting Purchasing o The project will be permitted through the Weld County Building Department Fees for permits will be waived • A builder's risk policy in the amount of the completed work shall be provided for this project o No bid bond is required for this project © Davis -Bacon and Buy American requirements are NOT required © Based on receiving a contract by September 25th, 2020, provide an estimated start date and completion time Fee' Provide your lump sum fee to accomplish this work ESTIMATED START DATE DAYS FOR COMPLETION TOTAL Niw 2-3,202.0 ZO 70 Day, $1moo, A mandatory pre -bid conference will be held on August 20, 2020 at 10.00 AM at the Weld County Exhibition Hall located at 525 N 15th Ave , Greeley, Colorado 80631 We will be adhering to current state social distancing guidelines Bids will be received up to, but not later than September 3, 2020 at 10.00 AM (Weld County Purchasing Time Clock) BID OPENING WILL BE HELD VIA A SKYPE CONFERENCE CALL To Join call 1 (720) 439-5261 and enter Conference ID 157814719 Please note that due to the Coronavirus (COVID-19) pandemic, following changes have been made to our current bid process until future notice 1) No hard copies of bids will be accepted 2) Only one electronic copy of your bid is needed PDF format is required 3) Email bids to bids(c weldgov corn If your bid exceeds 25MB please upload your bid to https //www bidnetdirect corn/ The maximum file size to upload to BidNet is 500 MB BID REQUEST #B2000168 Page 4 The undersigned, by his or her signature, hereby acknowledges and represents that 1 The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No #B200016B 2 The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes 3 He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets 4 The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County 5 Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County The bid(s) may be awarded to more than one vendor FIRM TCC Corporation BY Ernie Crownover (Please print) BUSINESS ADDRESS 609 Gryfalcon Court, Unit O CITY, STATE, ZIP CODE Windsor, CO 80550 TELEPHONE NO 970-460-0583 DATE 9/3/2020 FAX 970-460-0871 TAX ID # 84-0964449 SIGNATURE _r E-MAIL ecrownover@tcccorp net EMAIL ecrownover@tccorp net DATE 9/3/2020 **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILER WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000 YOU DO NOT NEED TO SEND BACK PAGES 1 - 3 ATTEST Weld County Clerk to the Board BY BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2000168 Page 5 Form ,Rvi Orfor er701t3) -epadrnei t of the Trewtry internal Revenue ctNlke Request for Taxpayer identification Number and Certification ® Go to www Ira gov/Form W9 for instructions and the latest Information Give Form to the requester Do not send to the IRS 'a 0 y 5, a 0 0 u `o g E c -u a) rn I Name (as shown an your Income tax TCC Corporation 2 Business vamerdleragerden entity name It different from above 'alien) Name's r'tquvwl on litre bum do not leave than line Wank 3 Check approonate box for federal tax clissif cation of the person whose name is entered on line 1 Check only one of the following seven boxes ❑ IndlyiduaVsale proprietor or ❑ C Corporation Q S Corporation ❑ Partnership ❑ TrusVestate single number LL(. [-f Limited liability company Enter the tax classiheation (0=C corporation S=S corporation P=Partnership) Note Chock the appropriate box in the nine semis ter Ihu tax vias ir(i,utlon of the single mimeo, owner Do not check LLC d the I t C ,a olaaaile'd is r single member I LC Ihnt rs disregarded him the owner entail' the etrner of the LLC s another LLc that is not din spread from the owner for lI S detest tax purposes Otherwise a single memory ILL tint s disregarded from the owner should died, the appropriate box for the tax clessikcauon of Ito owner n Other (ate inspectiottyj e. 5 Address (cumber street and sot or st (to no) Seo Instructons 609 Gyrfalcon Court Unit D 8 i.ey state and ZIP code Windsor, CO 80550 T List account number(a) here (optional) 4 Exemptions (codas apply only to certain entities not ndlviduals, see Instructions on page 3) Exempt payee code (If aryl Exemption from FATCA ieporting code hf any) Appm. la ss0n x d 5, Requester s 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 got a TIN later Note If the account is in more than one name, see the instructions for line 1 Also see What Name and Number ro Give the Requester for guidelines on whose number to enter Social security number or Employer identification number LLJ rrn 8 4 0 1 9 6 4 4 4 9 Certification Under penalties of perjury, I certify that 1 The number shown on this form is my correct taxpayer identlficntton number (or I am waiting for a number to be issued to me) and 2 I am not subject to backup withholding because (a) I am exempt from backup withholding or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest at dividends or (c) the IRS has notified 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 torm (It any) Indicating that I am exempt from FATCA reporting Is correct Certification instructions You must cross out item 2 above if you have been notified by the IRS that you are cur ently subject to backup withholding because you have failed to report all interest and dividenos on your tax return For teal 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 Sea the Instructions for Part II later Sign Here Signature of V S person b General Instructions Section refs, ences are to the,lnternal Revenue Code unless otherwise noted Future developments For the latest Information about developments related to Form W-9 and its instructions, such as legislation enacted atter they were published go to www irs poem Form W9 Purpose of Form , An Individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxoayer identification number (TIN) which may be your social security number (SSN) Individual taxpayer identification number (ITIN) adoption taxpayer identification rumba, (ATIN), or employer identification number (EIN) to report on art information return rho amount paid to you, or other amount reportable on 29 information return Examples of information returns include, but are not limited to, the following • Form 1099 INT (Interest earned or paid) Date 43/1,511,0 • Form 1099-DIV (dividends, Including those from stocks or mutual funds) • Form 1099-MISC (various types of Income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) Form 1099-K (merchant card and third party network transactions) • Form 1098 (hone 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 N0 1023IX form kid -9 (Rev 10 20151 1 Weld County Department of Purchasing Phone (970) 356-4000 Ext 4223 1150 "O" Street Greeley Colorado 80631 TO @00034361 VENDOR CODE n -Eli 1 TCC CORPORATION PO BOX 567 WINDSOR CO 80550 aJ ER NAME PURCHASE ORDER Christie Peters CCM, CCH D_SCRIPrO+. 7ATE FEO.,iREC PJCCHASE GRCERT P2000751 Page 1 09/23/20 DA -E OFR0 6_411, ETC SHIP TO 5-CNY PURCHASE CDROM NOVSER ShiPTC AND MARY ON All DOCUMENTS WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS ATTN TOBY TAYLOR 1105 "H" STREET - GREELEY, CO 80631 'e1L TJ &,sis tS 5.41TO RF no E TSO 09J23/20 WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS ATTN TOBY TAYLOR 1105 "H" STREET GREELEY, CO 80631 4 -BLDG & EXHIBITION HALL KITCHEN HOOD REPLACEMENT PER B2000168 APPROVED BY THE WELD BOCC ON 09/23/2020 TOBY TAYLOR IS THE PROJECT MANAGER AND HE WILL CONTACT VENDOR TO START PROJECT ISSUED P2000168 --CP OJ..•I-fr, thAr l+N 1 PRICE ire MOEI EA 148,890 00 DISCOUNT ADDL CHARGES TOTAL TAXES The articles specified are sublet to the following cond'hons 1 Goods other than those specfied must not be suJsntuted or prces changed cithout authorization 2 The ngnt of canceOaton in case of long delay in shipment is reserved 3 Ether parry may terminate the agreemeTt at any time upon deivery to the other party or when notice received at least ten (10) days poor to the anticipated date a termination This agreement may be temiinated at any dine In either party edhout notice Jpon a material breach of the terms herein by the other party 4 No sales tax or use table shall be included in or added to prices of material on t'nis order 5 If the quantity snipped is short of the purchase order quantn/ specify on the packing slip rt that quanuto is on back order or cancelled 6 Bills Hill be pato off o ongina tnroices only 00 00 00 148,890 00 By -30,4A9-4 611k124 BPAULING TCCCORP-01 r AOC®R& L----- CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/2/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) PRODUCER Renaissance Insurance GroupFAx PO Box 478 Windsor, CO 80550 CONTACT Brooke Pauling jaco°,"r o, Ext) (970) 545-3592 I (A/C, No) MAILSS brooke@reninsurance coin EADDR INSURER(S) AFFORDING COVERAGE NAIC # INSURER A Selective Insurance Co 39926 INSURED TCC Corporation PO Box 567 Windsor, CO 80550 INSURER B Pinnacol Assurance 41190 INSURER C Zurich American Insurance Co INSURER D INSURER E INSURER F CERTIFICATE NUMBER REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF IMM/DD/YYYY) POLICY EXP IMMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X S 2322362 12/15/2019 12/15/2020 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence/ 500,000 $ CLAIMS MADE X OCCUR MED EXP (Any one person) 5 10,000 PERSONAL 8 ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN L AGGREGATE POLICY OTHER X LIMIT APPLIES TINT PER LOC PRODUCTS COMP/OPAGG $ 2,000,000 $ A AUTOMOBILE X _ X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED ONLY X SCHEDULED AUTOS SSyyN AUTOS ONLY S 2322362 12/15/2019 12/15/2020 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ BODILY INJURY (Per person) 5 BODILY INJURY (Per accident) $ (PerracEcidentDAMAGE $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE S 2322362 12/15/2019 12/15/2020 EACH OCCURRENCE 5 3,000,000 AGGREGATE S 3,000,000 $ DED I I RETENTION 5 B WORKERS COMPENSATION AND EMPLOYERS LIABILITY EROPRIETOR/MEMBER EXCLUDED ECUTIVE OFFIPROPRIETOR/PARTNER/EXECUTIVE (Mandatory in NH) - If es descnbe under DESCRIPTION OF OPERATIONS below Y/" N/A !� 4021079 7/1/2020 7/1/2021 X I STATUTE I I OERH EL EACH ACCIDENT 500,000 5 E L DISEASE - EA EMPLOYEE $ 500,000 E L DISEASE - POLICY LIMIT 500,000 $ A C Leased/Rented Equip Builders Risk S 2322362 ER14758207 12/15/2019 4/10/2020 12/15/2020 4/10/2021 $100,000, $1,000 Ded $5,000 Ded 7,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) RE 4H Building & Exhibition Hall Hood Replacement 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 New Contract Request i , , Entity Information Entity Name" TCC CORPORATION Contract Name* 4H & EXHIBITION BUILDING Contract Status 1 CTB REVIEW Contract Description* REPLACE KITCHEN HOODS Contract Description 2 Contract Type* CONTRACT Amount* 5148,890 00 Renewable* NO Automatic Renewal Grant IGA Entity ID* O00034361 ❑ New Entity? Contract ID Parent Contract ID KITCHEN HOOD REPLACEMENT 4143 Department BUILDINGS AND GROUNDS Department Email CM- BuildingGroundsOhveldgov c om Department Head Email CM-BuildingGrounds- DeptHead@weldgov corn County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EYCa'WELDG OV COM Contract Lead* SGEESAMAN Contract Lead Email sgeesaman@co weld co us Requested BOCC Agenda Date* 10/12/2020 Requires Board Approval YES Department Project # Due Date 10/08/2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts ate not in OnBase Contract Dates Effective Date Review Date* 12/31/2020 Renewal Date Termination Notice Period i Committed Delivery Date Expiration Date* 12/31/2020 Contact Information Contact Info _ Contact Name r Purchasing Purchasing Approver Approval Process, ' Department Head TOBY TAYLOR DH Approved Date 10/07/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date ]0/12/2020 Originator SGEESAMAN Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 10/08/2020 Tyler Ref # AG 101220 Legal Counsel BOB CHOATE Legal Counsel Approved Date 10/08/2020 ' 1 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: 4H Building and Exhibition Hall Kitchen Hood Replacement — Bid 2000168 As advertised this bid is to replace the existing kitchen hoods at the Island Grove 4H building and exhibition hall. The low bid from TCC Corporation meets specifications. Therefore, Buildings & Grounds is recommending awarding to TCC Corporation in the amount of $148,890.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: cmpeters(�weldgov.com E-mail: reverett(a�weldgov.com E-mail: rturf(a�weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: SEPTEMBER 3, 2020 REQUEST FOR: 4-H BUILDING & EXHIBITION HALL KITCHEN HOOD REPLACEMENT DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000168 PRESENT DATE: SEPTEMBER 9, 2020 APPROVAL DATE: SEPTEMBER 23, 2020 VENDOR TOTAL ESTIMATED DAYS FOR START DATE COMPLETION TCC CORPORATION $148,890.00 11/23/2020 70 DAYS 609 GRYFALCON CT, UNIT D WINDSOR, CO 80550 GROWLING BEAR CO $155,116.00 09/25/2020 120 DAYS 2330 4TH AVE GREELEY, CO 80631 CLASSIC CONTRACTORS, INC $175,394.00 01/04/2021 60 DAYS PO BOX 2798 LOVELAND, CO 80539 THE DEPARTMENT OF BUILDINGS AND GROUNDS IS REVIEWING THE BIDS. 2020-2746 f3Gooaa
Hello