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
20201315.tiff
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 December 10, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Mead Grader Shed Change Order3— (2020-1315) The Mead Grader Complex construction project has encountered issues which necessitate a need for a change order. The Fire Department is requiring additional Emergency Stop buttons for the fuel tank as well as bollards by the fire hydrant. The costs of these changes will be $8,222.76. Buildings & Grounds is recommending approving this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Consul+ ATA-JA, (a/(C115O es& (-rils is-iik--ad 0©0©-13 t S C OOeD - . - CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND TCC CORPORATION This Agreement Amendment ("Amendment"), made and entered into i,— — day of December. 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. 2020-1315, 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 Amendments, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Exhibit: Change Order # 3, dated December 7, 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: �21 AN CL.owitiovJ2_ Pame Signature ATTEST: sde ' " JdO/gi Weld BY • i,✓� Deputy Cler ,j o the oard APPROVED AS TO FUNDING: APPROVE AS TO FORM: vt County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair DEC 1 4 2020 APPROVED AS TO S J _ CE: ected Off • =•I or Department Head 0204 /3 /5' 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. 4 TITLE: Added E-Stops/Outlets and Bollards PROJECT: Mead Grader Shed TO: Sterling Geesaman Weld County Government 1150 O Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 12/07/2020 2016 Change Order to per response to RFI #11 to furnish and install (1)additional E -Stop at the Plow building, (1)additional E - Stop at the Grader building, (1) additional Class 1 Div. 2 2 -button E -stop at fuel island, (1)additional outlet and circuit from LP -D, and circuitry for the new circuit for the additional fuel pump on fuel island. Add (2) concrete filled steel bollards as required by fire department by new fire hydrant. Description Added outlets and E -Stops at Grader Shed, Plow Shed, and Fuel Island. Install (2) bollards at new fire hydrant General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee Amount $5,906.00 $1,200.00 $153.50 $20.46 $35.36 $181.49 $725.95 Total f $8,222.76 APPROVAL: By: By: Sterling Geesaman Brian Cr nover 2/8 20 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 November 19, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Mead Grader Shed Change Order 2 — (2020-1315) The Mead Grader Complex construction project has encountered an electrical issue which necessitates pulling a third conductor wire from the MDP to the LP -B and LP -C panels to comply with operational and electrical codes. The cost of this change order is $1,697.33. B&G is recommending approving this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director A eto%t 1c 20 ,6g&i/cs /1/42.,5/2,0 202©— 1315 `6000-22 CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND TCC CORPORATION This Agreement Amendment ("Amendment"), made and entered into 17th day of November, 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. 2020-1315, approved on June 1S, 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. Exhibit: Change Order # 2, dated November 17, 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: _ (1 fLIAN, rn�JL.ow.Jouet- Med Name Signature ATTEST: Weld •u yClerk t• eBo•rd BY: Deputy Cler ` oard o the APPROVED AS TOO FUNDING: ��'VU Controller APPROVED AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Cal•-PLA4.44_,. Mike Freeman, Chair NOV 2 3 2020 APPROVED AST•,.U:- NCE: fficial or Department Head �o - /3/.- Exhibit: Change Order # 2 TCC Corporation PO Box 567 609Gyrfalcon Ct, Unit D Windsor, CO 80550 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 3 TITLE: 3 Phase Wire (RFI #4 Response) PROJECT: Mead Grader Shed TO: Sterling Geesaman Weld County Government 1150 O Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 11/17/2020 2016 Change Order to pull a third phase wire from MDP to LP -B and LP -C per RFI #4 response. Description Change Order to furnish, install and terminate a "third" phase conductor from the MDP to LP -B, and LP -C. Furnish and install 2.5" conduit from the MDP to the Plow and Grader Buildings to accommodate the fourth #250 AL conductor and maintain a maximum of 40% conduit fill. Amount General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $1,345.00 $153.50 $4.22 $7.30 $37.46 $149.85 Total $1,697.33 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 September 16, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Mead Grader Shed Change Order — (2020-1315) The Mead Grader Complex construction project has encountered issues which necessitate a need for a change order: 1. During plan development a typical concrete foundation was designed and included in the plan set. This established a basis for bidding. Once a specific type of metal building structure is defined through the competitive bidding process a foundation load reaction test/calculation determines the appropriate amount of concrete needed in the foundation and footers. Sometimes this is less than the amount originally specified in the bid set. However, in this case the amount of concrete needed for two of the three buildings was more than the bid set design. To compensate for this, a change order in the amount of $8,699.61is needed. 2. The plans were developed using open trench excavation to connect the water and fire line. During Public Works review for permit, they are requiring these lines be bored instead of open trench installation. A change order to cover the additional cost of this boring is $7,616.01 B&G is recommending approving this change order for a total amount of $16,315.62. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ©' r'2.3 /2 1-025'1° - 1515 r3& 822 CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND TCC CORPORATION This Agreement Amendment ("Amendment"), made and entered into 14th 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. 2020-1315, 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. Exhibit #1 & Exhibit #2, dated September 14, 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: e &IAN Ci-olAwDuer Na e Signature ATTEST: Weld BY: Deputy Clerk t APPROR AS TFU Controller APPROVED AS TO FORM: 64422.1„ County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair SEP 2 3 2020 APPROVED AYTIYS.UBSTANCE: Official or Department Head D&267- /3/5 PO Box 567 609Gyrfalcon Ct, Unit D Windsor, CO 80550 TCC Corporation REQUEST FOR CHANGE Exhibit: # 1 No. 1 TITLE: Boring Water and Fire Lines PROJECT: Mead Grader Shed TO: Sterling Geesaman Weld County Government 1150 O Street Greeley, CO 80631 DESCRIPTION OF REQUEST Phone: 970-460-0583 Fax: 970-460-0871 DATE: JOB: CONTRACT NO: 09/14/2020 2016 Change Order to bore the water and fire lines as required by Weld County Public Works. The plans did not specify the requirement of the water and fire lines to be bored and were priced to trench and install. Upon review of the proposed plan through Weld County Public Works, the requirement of boring was required due to the newly paved road and not wanting a utility crossing. Description Bore new water line under CR 34 as required per updated plans. Bore new fire line under CR 34 as requried per updated plans. Credit for original 3/4" waterline per orginal plans. Credit for original 6" waterline per original plans. Credit for asphalt patching. General Conditions General Liability Insurance Builder's Risk Insurance Bond Amount $6,468.75 $19,762.36 ($1,605.00) ($1,785.00) ($18,650.00) $460.50 $18.95 $32.75 $582.54 Total $7,616.01 APPROVAL: By: By: Sterling Geesaman Brian Crownover Date: Date: Contractor's Fee $2,330.16 Total $7,616.01 APPROVAL: By: By: Sterling Geesaman Brian Crownover Date: Date: TCC Corporation PO Box 567 609Gyrfalcon Ct, Unit D Windsor, CO 80550 Phone: 970-460-0583 Fax: 970-460-0871 TITLE: Plow and Grader Shed Foundation DATE: 09/14/2020 Changes PROJECT: Mead Grader Shed JOB: 2016 Exhibit: # 2 REQUEST FOR CHANGE No. 2 TO: Sterling Geesaman Weld County Government 1150 O Street Greeley, CO 80631 DESCRIPTION OF REQUEST CONTRACT NO: Change Order for the foundation changes per the structural engineer on the Plow and Grader Sheds. Footers/Foundations were required to be larger than the bid documents due to errors within the drawings and incorrect dimensions. Description Plow Shed Concrete: Additional concrete, rebar, and excavation to enlarge spread footers from 4'x4'30" and 3'x3'x30" to 6'x6'x30' and 4'x4'30". Amount Grader Shed Concrete: Additional concrete, rebar, and excavation to enlarge spread footers from 4'x4'30" and 3'x3'x30" to 6'x6'x30' and 4'x4'30". General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $4,540.00 $2,987.00 $153.50 $21.64 $37.41 $192.01 $768.05 Total $8,699.61 APPROVAL: By: By: Sterling Geesaman Brian Crownover Date: Date: C-Cvlr'� # 366/ AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & TCC CORPORATION MEAD GRADER SHED CONSTRU TIO THIS AGREEMENT is made and entered into this /Tay of , 2020, by and between the County of Weld, a body corporate and politic of the Sta of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" St eet, 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. B2000109". 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 o.0(v- /3/5 o67/3/2a by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A&B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $1,462,851.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty, Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Builder's Risk Insurance: Builder's risk coverage in the amount of $5 million for renovations, repairs made by the Insured at any location (including new locations with total contract cost under $5 million). Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: TCC Corporation Attn.: Ernie Crownover, President Address: 609 Gryfalcon Court Unit D Address: Windsor, CO 80550 E-mail: ecrownover(a%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(c4o.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 CONtl''RACTOR: 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. INTNESS WHEREOF, the parties hereto have signed this Agreement this / day of , 2020. TCC Corporation By:.;�---- Name: re_ (-.-- Title: ,sy,p,..,,4- . Date WELD TCArY�W v• „�,/ o� ATTEST: ((�1_ •�f10 Weld County Clerk to the Board I,0cm u) r ck. Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair JUN 15 2020 02-002 a REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: MARCH 25, 2020 Exhibit A BID NUMBER: B2000109 DESCRIPTION: MEAD GRADER SHED CONSTRUCTION PRE -BID CONFERENCE DATE: APRIL 7, 2020 BID OPENING DATE: APRIL 21, 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: MEAD GRADER SHED CONSTRUCTION A pre -bid conference will be held at 2:00 PM, on April 7, 20.20 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. Bids for the above stated merchandise, equipment, and/or services will be received until 10:00 AM on April 21, 2020 [weld County Purchasing Time Clock 'PLEASE Ni1TE: Due to the recent events s rrowidhnq the Coronavirus (CO 49) pandemic, the We County Government lob ies are now dosed to the public, therefore, the prembid conft. erence d op . ninq. w UOboth be hel i vi Sk e c nference c ifSee Addendum � 1 fir Skype C •ra.--..�ar:Ions �!!a ...M..�r 'a�Ys�itt4.2w ._ l y.._ a .tv-•r.�..C "' _ - ♦.v.a..� --.r .:.. 'inform ation. nLnence Ca 0 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 htips://www.bidnetdirecticorni. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. did Delivery to Weld County -- I mnethot 1. Email. Due to the Coronavirus (COVID-19), emailed bids are required. Bids may be emailed to bidsweldgov.corn; however, if your bid exceeds 25MB please upload your bid to httns://vvww,bidnetdirectcomis 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. IiISTRUCTQONSTO 1DD ERs: QNTi ODUCTORYINFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1., entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the .oard of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the C o n tr I l e r/Purchasing Director, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. 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. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Bids by partnerships must be executed in the partnership name 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. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. 62000109 2 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 t. the place where Bids are tbe 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 :id at any time. 4. WARD AND EXE UTUO ,' 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 id 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. ,ll 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 :id Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor t & Materials Payment and and Certificate of Ina, rance within ten (10) calendar days of receipt of the Notice of Award. The Certificate of Insurance shif name Weld County �. s additiond insured. ' _ 'allure to execute the contract and furnish the required paperwork within the time frame menti., lee 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 udder, or the County may reject all Bids or call for other Bids. The County, within ten (10) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contact data *eing the date of formal acceptance of the bid by Weld County. The County may require a separate c©rract, which if required, has been mad a part of this RFP. 50 PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bnd in the amount of '00% of the Contract plus ilia 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 th wner 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 requTre'by2ublic authorities for performing the Work, which are applicable at the time Bids are opened and which are not sped red to be obtained by the County, in cluded shall be in the Bid price. Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. B2000109 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 :yid such sums as he deems proper for overhead costs and profits on account of cash allowances named in the ':yid 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. C; eneral 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 t. 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 HIRING PRACTICES -- ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the IE-Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pr -employment screening or job applicants while thisgreement is being performed. It 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 I abor and Employment. 6f Successful bidder participates in the State if Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the scntrAct, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of th documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Cot! rado 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. B2000109 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 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 G.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 yeeT 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 bey.nd 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 Corrado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CO'A 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 amend d. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the success -11 bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. . 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. B2000109 5 F. hoics of fi .are Colorado law, and rules and regulations estab ished pursuant thereto, shall be applied in the interpretation, executin, and enforcement of the contract. Any provision included r incorporated herein by reference which conflicts with said laws, rues and/or regulations shall be null ard void. G. o T o*doPa y Benefidary Enforcement: °t is expressly understood and agreed that the enfo Acement of the arms and conditions of the contract, and al0 rights of action relating to such enforcement, shal0 be strictly reserved to the undersigned parties and nothing in the contrac+: shall give or allow any claim or right of action whatsoever by any other person not included in the cntract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under 'the contract shall be an incidertal beneficiary only. H. Attorney's Fees/ __nal Costs: In the event of a dispute between We csncerning the contract, The parties agree that weld County shall not be liab of attorney fees andlo- legal costs incurred by or on behalf of the successful d County and the successful bidder, le to or responsible for the payment bidder. I. JSSS.Svartagee Business th terposes: weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, rational rigin, sex, age, or disability in consideration for an award. J. Pmrocaremc nt and Derr ormarks o The successful bidder agrees to procure she materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perbrm and complete the prooect. The successful bidder shall faithfully p-;rforrm the work in accordance with the standards t professional care, skill, gaining, diligence and judgrnrnt provided by hignly competent c.ntractors 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 ack 1owledges that a fai'ure to comply with The standards and requirements outlined in the Bid fthii the 'tile limits prescribed by County may result in County's decisin to withh•;Id payment or terminate this Agreement o and sha �era The term of this Agreement begins upon the date of the executin of this Agreement by County, 10 continue through and until successful bidder's cornp0etin of the responsibilities described in the Bid. L. tent .anlfaono 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 withut notice up.n a material breach of the terms of the Agreement. M. Ent -amnion ©T .go lofoca oona Any amendments or mdifications to this agreement shalbe in writing signed by both parties. No additional services or work performed` 1by the successful bidder shall be the basis for additional compensation unless and ,..nail the successful bidder has obtained written authorization and acknowledgement by Cairn/ for such additional services. Accordingly, no claim tha : the County has been un'ustly enriched by any additional services, whether or not there is in fact any sucr unjust enrichment, snail be the basis of any increase in the compensation payable hereunder. D A the event that written authorization and acknowkdgrment by the County for such additional services is not timely executed and issued in strict acco-Pdance with this Agreement, The successu bidder's rights respect to such additional services shall be deemed waived and such failure shall resuDt in non=payment for such additional services or work performed _ mbcon r actors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successL bidder shall no. enter into any subcontractor agreements for the compllrlien of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the perfrmance of this Agreernem and no personnel to wh• m County has an objection, in its reasonable discretion, shah be assigned tc*, the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed goy the subcontractor, to be bound to the successful bidder by the terms av this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assimes t:.ward County. County shall have the right (but not the .blig;:tion) to enforce the provisions of this B200O109 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, employes and subcontractors. Q. 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 awar-: 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-Assognment. The successful bidder may not assign or transfer this Agreemen: or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest ® C.R.S. §§24-18-201 et seq. any* §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 Commissiners 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 B2000109 7 Director of Weld County 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 bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement 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 Comp,Eny as "A" Vlll 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 other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder/Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations anc 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 additions l 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 greement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of nc-glect 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. B2000109 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 Onsurance written on lSO 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; X1,000,000 Personal Advertising injury X50,000 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 t•� 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 .f 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 Administrator in his sle discretion. Additional insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder/Contract Professional's insurer shall name County as an additional insured. B2000109 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 ,•her e ntities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder/Contract Professional. Successful bidder/Contract Professional shall include all such subcontractors, independent contractors, sub - vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. A provider of Professional Services (as defined in the Bid or RFP) shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the successful bidder as part of the Contract. Successful Bidders Pollution Lllability: 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, n atural 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 u nder 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 b-Dginning 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 lliebility and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations". inimum 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. B2000109 10 Weld County Government Mead Grader Shed Construction Bid Weld County Government is soliciting proposals from contractors to construct our new Mead Grader Shed Complex. The location of the project is on the Southwest corner of County Road 34 & County Road 13 in Weld County, CO, commonly known as 5698 CR 34 Mead, CO 80542. The Complex consists of 3 buildings; grader building, truck building, salt/sand building and fuel island. Attached is the construction documents for this project. The scope of the project includes: 1. Building #1: provide & construct a clear span steel frame grader building 60' x 100' x 16' tall building (no windows) with appropriate tenant finishes. 2. Building #2: provide & construct a clear span steel frame truck building 60' x 176' x 16' tall building (no windows) with appropriate tenant finishes. 3. Building #3 provide & construct a clear span steel frame salt/sand building 60' x 80' x 20' tall building for storage of sand materials. Sand Building shall have a concrete stem wall 5 -foot -tall around the three -sided perimeter. 4. Side walls and roof system should be o 24-26 gauge (minimum) painted steel with wainscot. 5. Pitch on all buildings must be a 4/12. 6. Appropriate girts, purlins, carriers, and grade boards as detailed by engineered design. 7. Appropriate trim (ridge, rake, eave, corner, etc.) installed to provide a finished appearance. 8. Colors must be approved by Director of Buildings and Grounds from standard color scheme. 9. Contractor will be required construct/install complete septic system/s in designated locations. 10. Contractor must provide a design and installation of a fire alarm system using Fire-Lite system. 11. Contractor will construct island and provide & install fuel tank, (Fireguard UL2085 above ground 6000 -gallon double wall split tank 5,000/1000). 12. All construction must be permitted and comply with County Building codes. Fees for permitting through the County will be paid for by the County directly and should not be included in the proposal. 13. Contractor will coordinate all utility installations & startup and be responsible for connections and installation. Fees for utility startup will be paid for by the County directly to the utility provider. 14. Geotechnical and soils testing for construction has been performed and will be provided to the awarded bidder. 15. All foundation/site work and soil compaction will be verified by County's third -party inspector prior to any vertical erection. 16. Payment (100% of contract price) and Performance (100% of contract price) bonds required. 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. B2000109 11 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 Certificate of Occupancy Construction End PRICING March 25, 2020 March 25, 2020 April 7, 2020 April 21, 2020 May 6, 2020 May 13, 2020 May 14, 2020 November 20, 2020 November 30, 2020 Provide lump sum pricing for this construction. LUMP SUM PRICE FOR WORK $ A ,prembid conference will be held on April 7:2020 at 2:00 PM via a Skype Conference call See Addendum #1 for conference call information. Bids will be received up to, but not later than April 21, 2020 at 10:00, AM (WELD COUNTY PURCHASING._ TIME CLOCK)., See Addendum #1 for conference call information and bid submittal requirements. B2000109 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. #B2000109. 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 BUSINESS ADDRESS BY (Please print) DATE CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE FAX TAX ID E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEM T FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS ##98-03551 �0000e DO NOT NEED TO 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 B2000109 13 MEAD GRADER SHED CONSTRUCTION B2000109 Questions & Answers April $, 2020 1. Normally on bid projects we see an entire specification package along with the plans that will have details listed by CSI Master format codes of performance driven criteria, pre -approved manufacturers, etc. We did not see that with this project. Is it the intent of the county to issue something of this nature? Answer: The bid is intended to allow various manufacturers to be used to complete this project (example: Butler, Behien, Chief, etc.). Therefore, the bidders shall induce which type of building they intend to provide to fulfill the needs for this facility. 2. County cover all permits: easements, access or CDOT permits or are they by GC? Answer: County will cover County building permit fees. All other fees will the responsibility of the General Contractor. 3. Bid bond required? Answer: No 4. Drw: A02.2 list 2 Alternates, #1 add structural fill & #2 deduct 6" asph recycled product. Do we need to provide pricing for Alternates? Answer: No. Your lump sum bid price shall allow for full construction of the buildings/site. 5. IF 100 — doors 101, 102 & 103 say owner to verify card readers at doors. Do you want CR? Answer: Card Readers are not required with this project. 6. IF 100 doors 104 & 105 say 1 %" HM or SC doors. Which door do you want HM or SC? Answer: Hollow -metal 7. Door #200 in Now Shed is not listed on door schedule? Answer: It too shall be a Hollow metal door with frame and lockset. 8. IF 200 calls for SW -1 on the wall schedule. A concrete stem wall. Where is this located in the drawings? Answer: Concrete stern wail is required on all three sides of the sand/salt shed 9. Grader Shed & Plow Shed is the eave height 16' or 18'? Answer: 18 -feet for all 10. Who handles surveying and inspections? Owner or GC? Answer: General Contractor 11. Any signage for project? Answer: Basic signage necessary for certificate of occupancy is required. 12. IF -100 the frame/door detail is not shown on the drawings? Answer: The intent is to provide a door with frame. 13. FT -1.0 Fuel Tank by owner or GC? If by owner is slab and bollards by GC? Answer: Fuel tank will be provided by owner. General contractor is responsible for the slab and bollards. 14. A100 Elevations call for 36" wainscot. What is the material of wainscot? Detail? Answer: Metal 15. Concrete Seal, if needed do we have specs on what is wanted? Answer: Standard 16. Sanitary sewer piping shows it going through the SOI is this correct? Answer: Refer plans and develop field solutions as needed per code. This is a turn -key project. 17. Plans call for waste & vent to be all cast iron no hub above & below grade. Is this correct? Answer: Refer plans and develop field solutions as needed per code. This is a turn -key project. What is the piping material for the air lines? Answer: Copper 18. Mechanical drawings show EWH-1 but it is not listed with fixtures. Is it part of the scope? Answer: Yes, it is required. 19. Do you want liner panel on the Plow Shed wall at gridline F? Answer: Yes 20. Drawings call for Rubber Base in office and restroom. Do you want it with the FRP? Answer: Yes 21. Is FRP on all walls in office and restroom? Answer: Yes 22. Drawing A100 calls for a mezzanine above office/restroom. Is this correct? Is there detail for mezzanine? Answer: Mezzanine provided are in the respect of allowing placement mechanical equipment, as needed. Not a full mezzanine for other types of storage. 23. Note says 1000 g Septic Tank but the drawings show 1500 gal. Which is correct? Answer: 1,500 -gallon tank requirec . 24. Please provide original PDF Files for all documents. The Scanned permit set does not have the resolution for accurate takeoffs. Answer: The winning bidder will be provided the permit set. 25. Please verify that all pages are provided, the bid packages were split up, and the cover page doesn't line up with each set. Answer: this is a known condition where the original firm did not finish the project. Please deal with the misalignment. 26. Civil drawings show a cattle guard, will this be included as part of the owner completed curb cut? Answer: Cattle guard will be part of owner's responsibility. 27 Please provide a direction or narrative for foundation design. Answer: Plan provided on woo site. The bid is intendec to allow various manufacturers to be used to complete this project (example: Butler, Behlen, Chief, etc.). Therefore, the bidders shall include which type of building they intend to provide to fulfill the needs for this facility. Manufacturer's requirements for the foundation design will take precedence. Cost for these shall be included in the bid lump sum price. 28. Please provide slab thicknesses and reinforcement requirements for each building interior. Structural and architectural defer to each other. Answer: 6 -inch (minimum) thick slab (sealed) witn 6" by 6" 10 gage wire rnesn. 29. Please provide specific Structual details on the stem wall and foundation at the salt/sand shed. Answer: The bid is intendec to allow various manufacturers to be used to complete this project (example: Butler, Behlen, Chief, etc.). Therefore, the bidders shall include which type of building they intend to provide to fulfill the needs for this facility. Manufacturer's requirements for the foundation design will take precedence. Costs for these shall be included in the bid lump sum price. 30. Please provide Structual clarification on apron requirements (thickness, rebar, etc) Answer: Apron shall be 6 -inch (minimum) thick slab with 6" by 6" 10 gage wire mesh. 31. Please confirm if owner is to provide and install fuel tank. Answer: Contractor will provide the pad and three conduits to the pad. One for powering the fuel tank pumps, one for data and one for future use. 32. Please confirm concrete thickness and details at fuel tank island. Answer: Fuel tank thickness shall be 6..inc i (minimum) thick slab with 6" mesh. 33. Confirm this job is tax exempt. Answer: Yes, this job is tax exempt. 34. Confirm this job does not require Davis Bacon wages. Answer: Davis Bacon wages is NOT required. y 6" 10 gage wire 35. Please confirm NDL warranty doesn't apply on the shown roof. Answer: The bid is intended to allow various manufacturers to be used to complete this project (example: Butler, Behlen, Chief, etc,.). Therefore, the bidders shall include which type of building they intend to provide to fulfill the needs for this facility. Manufacturer's warranty shall apply. 36. Are the tanks required to be traffic rated? Answer: Yes. 37. The 36" wainscot on the grader shed and plow shed: this material is unclear, please provide information on specific requirements. Answer: Same material steel material as the other sidewalls, just different color. 38. Are the mezzanines shown in the grader shed and plow shed to be wood framed self -supportive? Answer: Mezzanine provided are in the respect of allowing placement mechanical equipment, as needed. Not a full mezzanine for other types of storage. 39. Sand/salt shed- are columns start at the 5' and to be supported by stem wall? Answer. Yes 40. Sand/salt shed- South elevation shows open building? A300 Answer: Correct 41. Sand/salt shed= This will be a non -heated structure? Answer: Correct 42. Sand/salt shed- Are there galvanized or paint requirements for the steel due to exposure to elements and salt storage? Answer: No 43. What is the eave height on the grader shed and plow shed? Narrative differs from the plans. Answer: It must be 18 feet for all buildings. 44. Will at vehicle exhaust evacuation system be required at any of the buildings. Answer. Yes 45. MB -100 , 1.3 references , d. factory mutual (fm) wind classification rating system. - Are there factory mutual requirements? Answer: The bid is intended to allow various manufacturers to be used to complete this project (example: Butler, Behlen, Chief, etc.). Therefore, the bidders shall include which type of building they intend to provide to fulfill the needs for this facility, that meets requirements, and building codes. 46. MB -100 , 1.5 system description , b. 7. collateral loads , b.8. rainfall intensity per hour - please provide (collateral loads and rainfall intensity per hour) Answer: The bid is intended to allow various manufacturers to be used to complete this project (example: Butler, Behlen, Chief, etc.). Therefore, the bidders shall include which type of building they intend to provide to fulfill the needs for this facility, that meets requirements, and building codes. 47. MB -100, 1.10 warranty, (1-5) Metal building 3 years , Warranty NDL for 3 years, Roof weather tightness 10 years - this no dollar limit is not provided by Nucor. They will not provide a no dollar limit warranty. Can provide standard warranties. Answer: The bid is intended to allow various manufacturers to be used to complete this project (example: Butler, Benlen, Chief, etc.). Therefore, the oidders shall include which type of building they intend to provide to fulfill the needs for this facility, that meets requirements, and building codes. 48. 13000-2.1 manufacturers, a. open to all Nucor metal building manufacturer(s). Answer: The bid is intended to allow various manufacturers to be used to complete this project (example: Butler, Behlen, Chief, etc.). Therefore, the bidders shall include which type of building they intend to provide to fulfill the needs for this facility, that meets requirements, and ouilding coces, 49. What is the wainscot material? Answer: Steel panel same as rest of building but different color from standard color selection. 50. Will CHI be an allowed overhead door supplier on this project? Answer: The bid is intended to allow various manufacturers to be used to complete this project (example: Butler, Behlen, Chief, etc.). Therefore, the bidders shall include which type of building they intend to provide to fulfill the needs for this facility, that meets requirements, and building codes 51. Will you allow CBC to be an approved vendor for supplying the steel building materials? Answer: The bid is intended to allow various manufacturers to be used to complete this project (example: Butler, Behlen, Chief, etc.). Therefore, the oioders snail include which type of building they intend to provide to fulfill the needs for this facility, that meets recuirements, and building codes. 52. Are we using a standing seam roof with thermal blocks or a PBR screw down roof panels without thermal blocks? Answer: `BR is acceptable as long as it meets current building codes. 53. Are we using a standing seam roof and weather tightness warranty or PBR and no WTW? Answer: PBR is acceptable as long as it meets current building coces. 54. If you do go with a standing seam roof with a Weather Tightness Warranty, is it necessary on the Salt and Sand building (one whole wall is open so doesn't seem logical)? If no WTW, can we use a PBR roof panel on this building? Answer: PBR is acceptable as long as it meets current building codes. 55. If you do go to a standing seam roof aren't we going to need more insulation to fill in the full girt cavity and the clip height so we don't have an air gap? Answer: Construction must meet current building codes. If a conflict exists with drawings anti codes, Current code must be met. Check with Weld County Planning department on current codes. 56. Can the 6" R-19 wall insulation be compressed between the wall sheets and the girts? Answer: Construction must meet current building codes. if a conflict exists with drawings and codes. Current code must be met. Check with Weld County Planning department on current codes. 57. If we can't compress the insulation should we be doing an 8" in the walls to fill the full girt cavity so there is no airgap between the fiberglass and the vapor barrier? Answer: Construction must meet current building codes. If a conflict exists with drawings and codes. Current code must be met. Check with Weld County Planning department on current codes, 58. The drawings say the frames have to have an epoxy coating applied to them. The specs say use a manufacturer's standard primer. Which one do we use? Answer: Standard primer is acceptable. 59. For the salt sand building the drawings indicate that the steel panels and wainscot will cover the S'concrete wall which is an unusual condition. It would be more typical for the concrete wall to be exposed and the wainscot to start at the top of the concrete wall. Please confirm sheets stop at top of concrete wall instead of going over the concrete wall. Answer: Sheet on top of concrete wall. Sleepers may be embedded in stern wall to provide an attach point. 60. Are we using the PBR panel with exposed fasteners or are you going to a sheeting that has concealed fasteners? Answer: PBR is acceptable. 61. We cannot use a beam system or smoke detectors for the Fire Alarm as the vehicle exhaust will trigger the system. Will alternate systems like heat detectors be acceptable for the fire alarm system? Answer: Fire system is to be designed and installed by the GC. The system must be operational and meet current requirements to include the issue described in your question. 62. Will there be liquidated damages? Answer: No 63. GC handle surveying? Answer: Correct 64. Is the interior columns getting painted? Answer: No 65. Drawing index on all three plan sets reference civil drawings C1.0 -- C12.0. Can you please provide these? Answer: These were added to the web site. 66. Is sheet 12 and 13 of the Request for bid our bid form? Answer: Yes, provide your lump sum to build this project and signature. 67. Request for Bid, Part 4, Evaluation of Bids mentions the submission of a subcontractor list and associated experience statement with pertinent information on similar projects, etc... Is this required? Answer: No 68. Sheets S0.1 reference Sheet S2.0. Please provide sheet S2.0. Answer: S2.0 was deleted. Disregard any reference to it. 69. Sheet S0.1 references control joints in the slab. What is the spacing you want for these control joints? Answer: Will be discussed during construction. 70. Do you want slab control joints caulked? Answer: Not required 71. Please provide a full specification for the generator. Answer: Generator size is defined. The County is open to any manufacture that meets this requirement. 72. Collateral load for each building? Answer: The bid is intended to allow various manufacturers to be used to complete this project (example: Butler, Behien, Chief, etc.). Therefore, the bidders shall include which type of building they intenc to' provide to fulfill the needs for this facility, that meets requirements, and building codes 73. Are there any suspended point loads required for radiant heating or GFU's? Answer: The bid is intended to allow various manufacturers to be used to complete this project (example: Butler, Behlen, Chief, etc.). Therefore, the bidders shall include which type of building they intend to provide to fulfill the needs for this facility, that meets requirements, and building codes. 74. Is there a grout pack required under the columns, if so, how much? Answer: The bid is intended to allow various manufacturers to be used to complete this project (example: Butler, Behlen, Chief, etc.). Therefore, the bidders shall include which type of building they intenc to provide to fulfill the needs for this facility, that meets requirements, and building codes. 75. Confirm Wainscot is a different color 26gauge wall panel, same profile as the common wall panels above. Answer: Correct 76. Drawing IF -200 on the wall schedule symbol SW -1, please clarify where this occurs. Answer: The stem wall is only in the sand salt shed. 77. Please confirm liner panels, roof panels and wall panels are all 26gauge. Answer: Correct 78. Is there a floor plan drawing for the Plow Shed? Answer: Refer to plans. 79. Is there a North/South Elevation drawing for the Plow Shed? Answer: Refer to plans. 80. Reference section 1/A500 of the Grader Shed drawings set: the roof assembly calls for a "R3.5 Thermal Blocks". Reference section 25 Roof Covering System on drawing MB -100 of the same Grader Shed drawings which describes a standard ribbed ("R -Panel") style roof system. It is not possible to use thermal blocks over purlins, under an ribbed R -panel roof system. If thermal blocks are required, the roof system would need to be a standing seam roof system. This same contradiction exists in the Plow Shed set of drawings as well and needs to be clarified. Answer: PBR is acceptable as long as it meets current building codes. 81. The top of the foundation wall on three sides of the Sand Shed is at elevation 105'-0" per 2/S101. There architectural elevations show metal wall panel extending down to elevation 100'- 0" on these three sides. There is also an accent wainscot shown with a transition at elevation 103'-0". There must be a steel or treated wood member cast into the foundation wall to allow for the metal wall panel to be fastened to the concrete foundation wall. There is not a colored fastener that would work to fasten direct to the metal panel to the concrete foundation wall. Reference the sand shed on the Nunn project that was built a couple years back. Answer: Sheet on top of concrete wall. Sleepers may be embedded in stem wall to provide an attach point. 82. If a detail for the building is not identified on the sheets, what assumptions are we to make? Answer: Some bidders seem to be overthinking this one. The bid is intended to allow various manufacturers to be used to complete this project (example: Butler, Behlen, Chief, etc). Therefore, the bidders shall include which type of building they intend to provide to fulfill the needs for this facility, that meets requirements, and building codes. Building quotes shall be provided as a lump sum to complete the building as needed. If items are found to be deficient on the plans, the contractor is responsible for correcting all of items within their submitted lump sum bid price. 83. When will any additional questions be due? Answer: Any additional questions are due April 14, 2o2o. 84. Is there a budget for this project? Answer: Yes. This project is expected to be awarded and constructed. 85. Can you publish the pre bid attendance list please? Answer: Purchasing is compiling the listing and will publish. 86. Is this a prevailing wage project? Davis Beacon? Answer: This is NOT a Davis-Bacon/prevailing wage project. 87. Why wasn't the project awarded during the last bid solicitation? Answer: When bidders had a hard time with understanding the scope due to drawing deficiencies the architectural team of record was non -responsive and would not provide corrections to drawings. Therefore, those corrections were made by another team to provide the needed clarifications. The goal of this project is to provide buildings from various manufacturers that can to be used to complete this project (example: Butler, Behien, Chief, etc.). And to provide a turn -key solution within the contractor's lump sum price regardless of if there are still minor oversights on the plans. Therefore, the bicders shall include which type of building they intend to provide to fulfill the needs for this facility, that meets requirements, and building codes. Building quotes shall be provided as a lump sum to complete the building as needed to be functional. If items are found to still be deficient on the plans, the contractor is responsible for correcting all of items within their submitted lump sum bid price, 88. What jurisdiction will be permitting the project and performing the Construction inspections? Answer: Inspections will be permitted through Weld County Planning Department. 89. Will there be a permit fee the GC is responsible for paying? • Answer: Only the permit fees through Weld County Planning Department will be waived if coordinated prior to submission. Weld County will pay any tap and water fees to the water district direct. All other fees associated with construction of the project shall be included in the lump sum price. 90. Are there any named suppliers? Answer: Weld County wishes to remain competitive and provide various vendors the ability to bid this project. Therefore, suitable substitutions that meet the intent will be considered. 91. In the Request for Bids, paragraph 4 Award and Execution of Contract. The text references an "Experience Statement". Is there a county form for this document or are we supposed to supply one of our own? Are any specific pre qualifications required? Answer: This detailed statement is not needed for submission. Competitive vendors will be asked to provide references on similar projects. 92. Which energy code are you want for the wall and roof system designs? Answer: Verify with the Weld County Planning Department on current codes that will be required. 93. Is the county designing and permitting the septic systems? Answer: The general contractor is required to design, permit and install the septic system. 94. What is to be done with the large pile of material currently on the site? Answer: Any pile of material in the vicinity of the construction location will be relocated to another area of the site. 95. Is the existing silt fence to be removed or used and added to? Answer: Either method can be uses as long as requirements are met. The contractor is fully responsible for stormwater management program and appropriate state permitting and compliance. Contractor will be fully responsible for any fees/penalties for any failure to comply with the requirements. 96. What inspections will be needed and who's is paying for them? Answer: Normal building, water, septic inspections will be required and the GC is responsible for them. A thiro-party materials tester is being contracted and paid for by Weld County. 97. IS there a storm water management plan for this project or is need to pe designed and secured with the State? Answer: The contractor is fully responsible for stormwater management program and appropriate state permitting and compliance. Contractor will be fully responsible for any fees/penalties for any failure to comply with the requirements. 98. What about electrical or mechanical designs? Answer: Refer to plans. 99. DO you have details for the mezzanines? Answer: Refer to answers above. 100. What is the MC12" x channel W/6 Embed for? Answer: Refer to plans and answers above. 101. What is the depth of class 6 road base around the buildings? Answer: 4 -inches minimum. Follow on site work will be performed in-house. 102. Is Davis Bacon or Prevailing Wage required? Answer: See answers above. 103. 2. Are there any Preliminary foundation drawings? Answer: See answers above. 104. 3. Bid Invitation states that the existing fuel tank is a 6,000 galleon split tank. The drawings indicate Answer: See answers above. 105. that this tank is 10K gallon. What is the size of the existing fuel tank to be relocated? Answer: See answers above. 106. 4. Drawing E0.1 shows the Emergency shut off to far from the tank and does not meet code. Answer: Installation must meet code. Contractor is responsible for installation of conduits to allow for appropriate installations. 107. ESO has to be at least 25' from the dispenser but not more than 100' from the dispenser. It appears that the ESO is located ^'150' from the tank pad. Please confirm that the ESO is to be relocated within code specified distances or stipulate an additional emergency shutoff. Answer: Installation must meet code. Contractor is responsible for installation of conduits to allow for appropriate installations. 108. 5. Please provide specifications for fuel system regarding pumps, dispensers, leak detection, fuel management system, remote fill, or any other required tank components —gauge, vents etc. Answer: The tank will be purchased separately by the County. This system has not been fully scoped yet. 109. Main gas line size is not noted for Plow Shed plans. 11/4" Branches are only noted. Please provide the size of the main gas line. Answer: The size must meet current mechanical codes. 110. Plow shed water service looks like 1" but schedule notes 3/" for RBFP-1. Should this be 1" for the RBFP-1 for the Plow shed? Also need to note size of water line after RBFP-1 to first branch. Answer: The water line should be 5/8" from the street. The 5/8 -line size shall be maintained throughout the buildings as well. The mechanical engineer of record is publishing a memorandum identifying the corrections. This letter will be available to the winning bidder. 111. The plans (P0) call for Cast Iron for the underground can we use PVC in place of the cast iron? Answer: °VC is permitted. 112. On the Plow Shed Plumbing plans P0.2 shows the gas Isometric serving Six IRW-1 and on P2.0 it only show to run gas to five IRW-1 location. Please clarify. Ans‘iver: Refer to plans. 113. Plans show the restroom waste flowing through the SOI. Is this the design intent? Answer: Installation must meet current codes. 114. Is the Fire-Lite fire alarm system associated with the fuel tank? Answer: Fire-Lite is the fire alarm system for the enclosed structures to meet fire department requirements. 115. Please provide sheet E02.1 Site Plan, Underground Details, One -Line, Panel Details, and Locations. Answer: Refer to web site. 116. Is there a detail on the road base that is to be imported and placed? How thick is the base? Is there subgrade prep work needed (over dig)? Answer: See answers above. 117. Reference section 1/A500 of the Grader Shed drawings set: the roof assembly calls for a "R3.5 Thermal Blocks" Reference section 25 Roof Covering System on drawing MB -100 of the same Grader Shed drawings which describes a standard ribbed ("R -Panel") style roof system. It is not possible to use thermal blocks over purlins, under an ribbed R -panel roof system. If thermal blocks are required, the roof system would need to be a standing seam roof system. This same contradiction exists in the Plow Shed set of drawings as well and needs to be clarified. Answer: See answers above 118. The top of the foundation wall on three sides of the Sand Shed is at elevation 105'-0" per 2/S101. There architectural elevations show metal wall panel extending down to elevation 100°- 0" on these three sides. There is also an accent wainscot shown with a transition at elevation 103'-0". There must be a steel or treated wood member cast into the foundation wall to allow for the metal wall panel to be fastened to the concrete foundation wall. There is not a colored fastener that would work to fasten direct to the metal panel to the concrete foundation wall. Reference the sand shed on the Nunn project that was built a couple years back. Answer: See answers above. MEAD GRADER SHED CONSTRUCTION B2000109 Questions & Answers No. 2 April 16, 2020 1. Is a vapor barrier and/or an aggregate base course anticipated to be under the slab -on -grade? If so, please provide a thickness for each. If not, is the intent to have the slab -on -grade be placed directly on the prepared subgrade? Answer: Refer to Geotechnical Engineering report page #5. And all applicable codes must be met. 2. Is the Pre -Engineered Metal Building Systems matrix that is shown on sheet A0.2.2 intended to be an approved (or closed) list of vendors or will other PEMB manufacturers be acceptable? Answer: The bid is intended to allow various manufacturers to be used to complete the project. Therefore, the bidders shall include which type of building they intend to provide to fulfill the needs of this facility. 3. Please confirm that the asphalt entry drive and culvert work as well as all staking, grading and prep work for this area will be contracted by others and should not be included in the General Contractor's bid. Answer: Responsibility of General Contractor. 4. Will any site grading or placement of the road base be done by Weld County? Answer: No, Responsibility of General Contractor. 5. Should any temporary irrigation be figured at the seeded areas or will this be watered and maintained by Weld County upon placement? Answer: No 6. Please confirm that all fuel systems, including all piping and electrical/fuel monitoring systems work will be contracted by others and should not be included in the General Contractor's bid. Answer: Confirmed; However, contractor shall provide conduits from the inside of the building to the fuel tank location which include power, emergency stop, plus two data lines. 7. Will 2" rigid insulation be required at the stem wall surface areas below grade? The specifications call for insulation at these areas, but it does not appear on any of the wall section details. Please clarify. Answer: Construction shall meet current code. 8. Is the interior framing at the restrooms and offices to be metal or wood studs? Do these walls need to be framed to the roof deck? If not, please specify a top -of -wall height. ;,nsw- •r: See reissued plans for detail IF -200. 9. Please confirm that all primary feeders and connections from existing overhead power lines to the ATS, will be completed by United Power. Answer: Power to the Meter is provided by utility company. Fees for the utility company will be paid for direct by the County. However, General Contractor will be expected to coordinate the service. The meter (with appropriate setup) to the building is provided by GC. 10. Will the use of flexible metal conduit be acceptable? If so, please designate at what locations it is acceptable for use. Answer: No 11. Are we to assume that the stockpile of recycled asphalt that is currently on -site is to be removed prior to construction start? Answer: Yes, by owner. 12. What are the anticipated coupler sizes for the compressed air system? Answer: 3/8 inch 13. Will there be a filter regulator at the end of the compressed air line? If so, please provide product information. Answer: Not required by GC. 14. Please confirm that the air compressors will be furnished and installed by others and should not be included within the General Contractor's bid. Answer: Compressor's provided & installed by owner. 15. Please provide a design for the vehicle exhaust evacuation system. Answer: No "vehicle" exhaust system is planned for this project. However, a carbon monoxide supply, and return system must ae installed to meet codes. Any design/installation is the responsibility of the GC. 16. Can WCR 34 be closed to install the fire hydrant and water service, since it will cross the whole road? Answer: Yes, GC must coordinate closure with Weld County Public Works. 17. What are the dimensions of the column footers for the Sand/Salt Shed? Answer: Refer to reissued plans. 18. The geotechnical report mentions under slab gravel. Plans are not clear as to what is required under the slab. Please clarify type of material and what thickness is required. Answer: Refer to Geotechnical Engineering report page #5. 19. Is a vapor barrier required under the slab? Answer: Must meet current code. 20. Is rigid insulation required at the unheated sand / salt shed? Answer: No 21. The door schedule calls out for timely frames which are prefinished. Note #7 on sheet IF 100 calls to paint the door frames P2. Please clarify if we need to paint these frames. Answer: Refer to reissued plans. 22. Door schedule states a 24 ga overhead door. The specification stated a 26 ga door. Please clarify what ga door you want. Answer: Refer to reissued plans. 23. What type of insulation do you want in the overhead doors polystyrene or polyurethane? Answer: Refer to reissued plans. 24. What type of track is required for the overhead doors - Standard lift track, lift clearance track or vertical lift track? Answer: Refer to reissued plans. 25. Delden manufacturing is list in the specified for the Overhead doors. According to the salesman at Delden they don't sell in this area but Amarr is the door they would use. Is Amarr an acceptable overhead door? Answer: Refer to reissued plans. 26. What is the height of the framed walls for the bathroom and office? Answer: Refer to reissued plans IF -200. 27. Do you want FRP on the wall behind the toilet and sink? Finish plans doesn't indicate this. Answer: Refer to reissued plans. 28. Do you want FRP in the office? Answer: Refer to reissued plans. 29. The front wall to the office with the door is called out as a "4". Should this be a "2"? Answer: Refer to reissued plans. 30. Are there any bathroom accessories needed? If so please provide what's required. Answer: Bathroom accessories provided by owner. 31. Plan E0.2 shows no circuit listings on panel LP -d for the fuel pumps? Answer: Contractor is responsible to provide the power conduit 2" to the fuel tank location. 32. Plan E0.2 shows both panel LP -B and LP -C feeders to be (3) 250 kcmil aluminum. Should it be (4) 250 kcmil aluminum instead? Answer: installation must meet code. 33. Is the contractor to supply and install the generator? If so, there doesn't appear to be any product information in the documents. Please provide. Answer: the i ians. Contractor shall install generator that meets the sizing requirements on 34. Will the generator require diesel fuel or LP gas? If diesel, will the county supply a fuel tank? Answer: Contractor shall install generator that meets the sizing requirements on the plans. If diesel is chosen then a tank with 24 hour capacity shall be provided by the GC. 35. Will the ATS switch be automatic or manual? Answer: Automatic 36. What are the specification requirements for the generator control panels? Answer: Contractor shall install generator that meets the sizing requirements on the plans. 37. Is the liner panel (LP -8) to be flat sheet or corrugated? Answer: White colored PBR style is acceptable.. 38. If flat, would a 24 gauge pre -finished "bone white" steel sheet be acceptable? Answer: White colored PBR style is acceptable. 39. Please confirm that the interior liner panel is to overlap each other with stainless steel fasteners to secure to walls with butyl rubber sealant tape to run over the overlapping seals and fasteners.. Answer: Standard white colored PBR style is acceptable. The interior liner panel does not need stainless 'fasteners or rubber sealant. 40. What grade of asphalt is required and if recycled asphalt is allowed in the mix for patching across WCR34? Answer: Coordinate road requirements with Weld County Public Works. 41. Foundation Depth: Structural plans don't show any specific depth on the foundations. Should assume 36" depth? Answer: All applicable codes must be met. 42. Bollard foundations not specified on the plans. Should I assume 18" or 24" Dia and 36" depth? Answer: See bollard detail A1.0. 43. Can we please be provided with a drawing of the desired fuel slab? Answer: Slab is described in plans. 14' x 33' 6" thick with 6x6 wire mesh, 44. Will there need to be a containment wall & sump pit? Answer: No, double walled fuel tank provided by Weld County. Exhibit B 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 Certificate of Occupancy Construction End March 25, 2020 March 25, 2020 April 7, 2020 April 21, 2020 May 6, 2020 May 13, 2020 May 14, 2020 November 20, 2020 November 30, 2020 PRICING Provide lump sum pricing for this construction. LUMP SUM PRICE FOR WORK $ t � G2 851°" A pre -bid conference will be held on April 7. 2020 at 2:00 PM via a Skype Conference call. See Addendum #1 for conference call Information. Bids will be received up to, but not later than April 21, 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). See Addendum #1 for conference call Information and bid submittal requirements. 'e )c J -61,U1 4(\0 St4Aco NtliixnC ' cet At1dlcic STkc(rt5 2k —t.1 uteI(5 doic oiAo35 wt -e( cadtVUL B2000109 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. #B2000109. 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 BY Ernie Crownover BUSINESS ADDRESS 609Gyrfalcon Court, Unit D (Please print) DATE 5/5/2020 CITY, STATE, ZIP CODE _ Windsor, CO 80550 TELEPHONE NO 970-460-0583 FAX 970-460-0871 TAX ID # 84-0964449 SIGNATURE �!----- E-MAIL ecrownover@tcccorp.net **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. DO NOT NEED TO SEND BACK PAGES 1 -10. ATTEST-�Q J 4 Weld County Clerk to the Board e � Oa(r Deputy Clerk to the Board Mike Freeman, Chair BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO AIN 1 2020 B2000109 13 02002o b - /0// ADDENDUM#1 BID REQUEST `20001 09 MEAD G= DER SHED CONSTRUCTION BID Due to the recent events surrounding the Coronavirus (COVID-19) 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 bidsweldcov.com. If your bid exceeds 25MB please upload your bid to https://wwwbidnetdirect.conni. The maximum file size to upload to Bidnet is 500 MB. PDF format is required. 4. Pre -Bid meetings and Bid Openings will now be held via a Skype Conference call. See call information below: PRE -BID CONFERENCE: APRIL 7, 2020 @ 2:00PM — VIA A SKYPE CONFERENCE CALL: To join call: PHONE NUMBER: + 1 (720) 439-5261 CONFERENCE ID: 944783081 BID OPENING: APRIL 21, 2020 @ 10:00AM - VIA A SKYPE CONFERENCE CALL: To join call: PHONE NUMBER: + 1 (720) 439-5261 CONFERENCE ID: 112208564 "'We need signed copy on file. Thank You!*** Addendum received by: - TCC Corporation FIRM 609 Gyrfalcon Court, Unit D ADDRESS Windsor, CO 80550 CITY AND STATE Ernie Crownover BY ecrownover@tcccorpinet EMAIL MARCH 25, 2020 ADDENDUM#2 BID REQUEST NO. 82000109 MEAD GRADER S ED CONSTRUCT! T• ID Buildings & Grounds Dept. Please review and use reissued building plans titled: 4.9.2020 -Reissued Grader Shed #100 4.9.2020 -Reissued Plow Shed #200 4.9.2020 -Reissued Sand -Salt #300 These reissued plans replace the plans posted on 03/25/2020. Addendum received by: April 9, 2020 ***We need signed copy on file. ,Thank You!*** TCC Corporation PIS - 609 Gyrfalcon Court, Unit D ADDRESS Windsor, CO 80550 CITY AND STATE Ernie Crownover BY ecrownover a tcccorp. net EMAIL ADDE NDUM#3 BID REQUEST NO. B2000109 MEAD GRADER SHED CONSTRUCTION BI Buildings & Grounds Dept. Due to the updated plan set not being posted until April 9, 2020, the bid submission date will be extended to May 5, 2020. Therefore, amend the following on page 1: Bids for the above stated merchandise, equipment, and/or services will be received until 10:00 AM on May 5, 2020 (Weld County Purchasing Time Clock). **PI1F:ASF. NOTE: Due to the recent events surrounding the Coronavirus (COVID-19) pandemic, the Weld County Government lobbies are now closed to the public, therefore, the pre -bid conference and hid opening will both be held via a Skype conference call. See Addendum #g for Skype Conference Call information. Skype conference call phone number and conference ID will remain the same. ** ***We need signed copy on file. Thank You!*** Addendum received by: TCC Corporation FIRM 609 Gyrfalcon Court, Unit D ADDRESS Windsor, CO 80550 CITY AND STATE Ernie Crownover BY zr. ecrownover aQtcccorp. net EMAIL April 10, 2020 ADDENDUM#4. BID REQUEST NOD B2000109 MEAD GRADER SHED CONSTRUCTION BID Buildings & Grounds Dept. The following is required: The General Contractor is required to have Builder's Risk insurance for this project ***we need signed cop ° on file. Thank You!*** �M1wWw.rwiWriMMFW .NY4r J.NfNM41M4W(W4wxwwN. YuuIYW Wr��.ux.. ... •• Addendum received by: TCC Corporation FIRM 609 Gyrfalcon Court, Unit P ADDRESS Windsor, Co 80550 CITY AND STATE Ernie Crownover BY ecrownover@tcccornet . . EMAIL April 21, 2020 • ADDENDUM#5 BID REQUEST NO. B2000109 MEAD GRADER SHED CONSTRUCTION BID Buildings & Grounds Dept. Amend with the following: The General Contractor is NOT required to carry pollution liability insurance on this project. , a 2 I * **We need signed copy on file. Thank You!*** Addendum received by: TCC Corporation April 22, 2020 FIRM 609 Gyrfalcon Court, Unit D ADDRESS Windsor, CO 80550 CITY AND STATE Ernie Crownover z- fill=mulaimautliamema BY ecrownover@tcccorp.net EMAIL Form (Rev, October 2018) Department of the Treasury Internal Revenue Seruic*i Request for Taxpayer Identification Number and Certification ► Go to www.irs gov/ForenW9 for instructions and the lat::;st information. Give Form to the requester. Do not send to the IRS. 434 v co t Name (as shown on your income tax r torn), Name is required on this line; do not wave this line Wank. TCC Corporation 2 Business name/disregarded entity name. if diftannit from above. w"' :.....w<...+..,.w-..+•w•.+..n www<.»wv»w..»nrv.<.-•..,�......+ro xA44/eMeenn•Mh<w»%,farmmwrw.+;w.•.u.»;t+ananmuwnww.V.M.w9,74,07anox.XW614a<•uvn.n.wawaaa+mxrvwta..nw<wesswn:.14.0x+mw».nwu.<..•gn..+H.,..,.... ., •• • ••. w....e,rt... m.».v. sy... 44$. a....«usaw..s.u:..v.» .nwa:wv,.wu•w..0 .:«<��...� ,r.F 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entities, not individuals; see instructions an page 3); l • Individual/sole proprietor or single -member LLC • C Corporation U S Corporation ❑ Partnership t Trust/estate Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P -Partnership) " (dote:; Check the appropriate box in €he line above for the tax classification of the single -member owner. Do not check LI,C if the Is classified ti a single -member LLC that ie disregarded from the Cwm--r unless the owner of the LLC i another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -Member LLC that is disregarded from the owner should check the appropriate box fur the tax classification of its owner. r i Other (sea instructions) ► : Address (number, street. and apt, or suite no) See instructions, 609 Gyrfalcon Court, Unit D 5 City, state, and ZIP code Windsor, CO 80550 Ter-Yrn0.••••%010,17•V .. �,. . w.. 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Exempt payee code (if any) Exemption from FATCA reporting code (if any) (ilppfles to accounts maintained outailo (ha U 5) Requesters name and address (optional) 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 TIN, later Note; If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Part Ii or j Social _ security number .-...._a..,............_.........,0201.a...-._~.. I Employer identification number a 4 0 a 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 identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the internal Revenue Service (IRS) That I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 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. Certification Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently eiAbje0t to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, tater. Sign I Siignatusre of ,,„ie Here U.S. person General Instructions v4G..�. ..� - ., ,._ _-... Section references are to the Internal Revenue Code unless othervvise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. e Form 1099-I NT (interest earned or paid) .. • Form 1099-DIV (dividends, including those from stocks or mutual funds) ia Form 1099 -MI SC (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) O Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) O 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 tilt' -9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231 X Form W-9 (Rev. 10.2018) $ew Contract Request nforinabon . - Entity Name TCC CORPORATION Contra Name MEAD GRADER SHFD Contract Status TB REVIEW E ti @00034361 Contract :Description CONSTRUCTION OF THE MEAD GRADER SHED COMPLEX Contract Description. Contract T CONTRACT Amount '. $1,462,851.00 Renewable* NO Automat a Grant EGA 4 Department uUIL DINGS AND ( RuuraOS `E. Department Email CM- uiId gGroundsemeldi v_co Department Head Emai CM-BuildineGrounds- Deptilead ( weI d ov. cJ County Attorney GENERAL COUNTY A I C RME/ EMAIL ourFt Attorney Email CM- COUNTYA I I ORN::E (WIELD GOV_ O1' If this is a renewal enter previous Contract ID If this is part of a MSA enter MS . Contract ID Note: the Previous Corn Contract is 3-661 Contract Lead lc SGEESAMAN 1New Eri Parent Contract ► D Requires Board .Approval YES Contract Lead Email Department Project sgeesaman@co_wel.co.us Requested ROCC Agenda Date Jr 06/0312020 Due DECtP 05130/20 zi3 Will a work session with BocC be required?* Does - :Contract require Purchasing De t.. to be included? ran Number and Master Services, Agreement Number should be left blank if those contracts cts are not in nBase Dates. Effective Date Termination oflce Period Review Date* 01/04/2021 Renewal Date Committed Delivery Date Expiration Date 01/0412021 Contact information Contact Ufa Contact Name Purchasing Purchaing Apprcfle ppova Process Department Head TORY TAYLOR DH Approved Date final Approval ROCC Approved CC Signed Date aocc Agenda. Date Nil 5/20 0 • Originator SGEESAMAN bmit Legal Counsel BOB CHOATE tega Counsel Approved Date 06109/2020 Contact Type Contact Email Finance Approver BARB CONNOLLY Conrad. Phone I Conrad Phone 2 Purchasing Approved Date finance Approved Date 06/09/2020 Tyler Re 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: Mead Grader Shed Construction - #B2000109 As advertised this bid is to construct the new Mead Grader Shed located at 5698 WCR 34 Mead, CO. The low bid from TCC Corporation meets specifications. Therefore, Buildings & Grounds is recommending awarding to TCC Corporation in the amount of $1,462,851.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 2o4o-1315 8&co2 2 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpeters(c�weldoov.com E-mail: rturf@weldgov.com E-mail: reverettc weldgov.com Phone: (970) 400-4223, 4216 or 4222 DATE OF BID: MAY 5, 2020 REQUEST FOR: MEAD GRADER SHED CONSTRUCTION DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000109 PRESENT DATE: MAY 6, 2020 APPROVAL DATE: MAY 20, 2020 VENDOR TOTAL TCC CORPORATION 609 GYRFALCON CT, UNIT D WINDSOR, CO 80550 ROCHE CONSTRUCTORS, INC. 361 71ST AVE GREELEY, CO 80634 RHINOTRAX CONSTRUCTION 1035 COFFMAN ST LONGMONT, CO 80501 AMERICAN CONSTRUCTION SERVICES, LLC 1905 W 8TH ST, STE 215 LOVELAND, CO 80537 SAGE DESIGN BUILD LLC 4811 LONETREE DR LOVELAND, CO 80537 GROWLING BEAR CO INC 2330 4TH AVE GREELEY, CO 80631 MCCAULEY CONSTRUCTORS 650 INNOVATION CIRCLE WINDSOR, CO 80550 BUILDINGS BY DESIGN 18163 MCR 26 BRUSH, CO 80723 CMC GROUP, INC. 2000 S COLORADO BLVD, #10500 DENVER, CO 80222 $1,462,851.00 $1,485,700.00 $1,491,000.00 $1,508,936.00 $1,608,000.00 $1,664,677.00 $1,668,500.00 $1,697,817.00 $1,721,912.00 -/3/ PAGE 2 REQUEST FOR: MEAD GRADER SHED CONSTRUCTION DEPARTMENT: BUILDINGS & GROUNDS BID NO: #62000109 VENDOR DOHN CONSTRUCTION, INC. 2642 MIDPOINT DR FORT COLLINS, CO 80525 HARRIS CONSTRUCTORS, INC. PO BOX 336751 GREELEY, CO 80633 ALLIANCE CONSTRUCTION SOLUTIONS 12789 EMERSON ST THORNTON, CO 80241 SAMPSON CONSTRUCTION CO, INC. 4508 ENDEAVOR DR JOHNSTOWN, CO 80534 EDMAN BUILDERS, LLC 6604 1ST AVE W WILLISTON, ND 58801 TOTAL $1,792,270.00 $1,878,467.76 $1,916,901.00 $1,923,000.00 $2,049,880.00 RAPID RESTORATION AND CONSTRUCTION, INC $2,108,156.00 6250 W 55TH AVE ARVADA, CO 80002 DSRW ENTERPRISES, INC DBA CALAHAN CONSTRUCTION SERVICES 1661 WADSWORTH BLVD LAKEWOOD, CO 80214 $3,147,000.00 THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS.
Hello