Loading...
HomeMy WebLinkAbout20182730.tiffDEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 29, 2019 To: Board of County Commissioners From: Toby Taylor Subject: Weld County Administration Remodel — Change Order (Bid #B1800134) The remodel of 1150 was performed as a design -build where a contingency of 3% was identified and held. The remodel did not use all of the contingency funds. Therefore, $8,430.19 is remaining in the contingency fund. To correct the contract documents so the project can be closed, a change order for the credit in the amount of $8,430.19 is needed. Therefore, Buildings & Grounds is recommending approval of the change order to credit the contract $8,430.19. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Ltoa,Ce-r 146 L -r -r/5& GP) iab13 -A7 D TCC Corporation PO Box 567 609Gyrfalcon Ct, Unit D Windsor, CO 80550 TITLE: Change Order to remove the Contingency from the contract and charge for RFC #4 (Fire Extinguisher Cabinets). PROJECT: Weld County Admin Bldg TO: Toby Taylor Weld County Government 1150 O Street Greeley, CO 80631 DESCRIPTION OF REQUEST REQUEST FOR CHANGE No. 2 Phone: 970-460-0583 Fax: 970-460-0871 DATE: 04/02/2019 JOB: 1823 CONTRACT NO: Change Order to remove the Contingency from the contract and charge for RFC #4 (Fire Extinguisher Cabinets). Description Change Order to remove the Contingency from the contract and charge for RFC #4 (Fire Extinguisher Cabinets). Amount ($8,430.19) Total ($8,430.19) APPROVAL: By: Date: Digitally signed by Brian Brian Crownover Crownover Date: 2019.04.24 11:31:45 -06'00' By: Mike Freeman, Chair Pro-Tem Brian Crownover Board of County Commissioners MAY ©12019 Date: 4/24/19 0t0 /r- 02 7..3O 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 March 25, 2019 To: Board of County Commissioners From: Toby Taylor Subject: Weld County Administration Remodel — Change Order (Bid #B1800134) During the final inspection of the remodel, the Greeley Fire Department inspectors mandated the installation of additional exit signs. The amount of the work is $1,374.85 and is captured in the attached change order Buildings & Grounds is recommending approval. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director e-1- Ce: Pi.eleerAeg/e-P) -a7_ ow/ ' 3 9 (%Cr-r/sue) 020/l-.,750 TCC Corporation PO Box 567 609 Gyrfalcon Ct, Unit D Windsor, CO 80550 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 1 TITLE: Change Order for the installation andrelocation of required exit signs noted during the final fire walk with the City of Greeley Fire Department. PROJECT: Weld County Admin Bldg TO: Toby Taylor Weld County Government 1150 O Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: 03/22/2019 JOB: 1823 CONTRACT NO: Change Order for the installation and relocation of required exit signs noted during the final fire walk with the City of Greeley Fire Department. Description Materials and Labor to install (3) new exit signs and relocate (1) one exit sign. General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee Amount $949.22 $271.00 $3.42 $5.91 $34.37 $110.93 Total $1,374.861 APPROVAL: By: arbara Kirkmey`' Chair �-e�-- Weld County Board of County Commissioners Date: 3 S - 6O1`1 By: Brian Crownover Date: 3-Z O,2O/g- o� 7 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 13, 2018 To: Board of County Commissioners From: Toby Taylor Subject: Weld County Administration Remodel — Change Order 1 (Bid #B1800134) Weld County awarded the design -build bid for the remodel of portions of the 1150 Administration building to TCC Corporation. The design phase is complete. To proceed with the construction phase, a change order is warranted. The guaranteed maximum price (GMP) for the construction phase has been reviewed and is $439,930. Buildings & Grounds is recommending approval of this change order for $439,930 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Phe, (i-r/L5 0,01 2•-a'73b R6OOcQO gi Change Order Document G701 T"' - 2017 PROJECT: (name and address) Weld County Admin Bldg Remodel 1150 0 Street OWNER: (name and address) Weld County 1150 0 Street Greeley, CO 80631 CONTRACT INFORMATION: Contract For: Date: ARCHITECT: (name and address) Cairn Design, LLC 1805 Sheely Drive Fort Collins, CO 80526 CHANGE ORDER INFORMATION: Change Order Number: 001 Date: 12/12/18 CONTRACTOR: (name and address) TCC Corporation 561 East Garden Drive, Unit D Windsor, CO 80550 THE CONTRACT IS CHANGED AS FOLLOWS: (Insert a detailed description of the change and, if applicable, attach or reference specific exhibits. Also include agreed upon adjustments attributable to executed Construction Change Directives.) Change Order for construction costs to complete the Weld County Admin Building Remodel. See attached for detailed breakdown of costs. Change Order includes work associated with the FIR Office. See attached Scope Letter dated December 12, 2018 for description of work. The original Contrac')(Guaranteed Nwas The net change by previously authorized Change Orders The ( ontract Su t (Guaranteed Ivprior to this Change Order was The Contract Sum (Guaranteed Nwill be ncrease ' (by this Change Order in the amount of The new ontract Sup) (Guaranteed N', including this Change Order, will be The Contract Time will be ncrease.P (thy ( Q a ) days. The new date of Substantial Completion will be MAR.043(12_019 $ Hod 000 $ O 1‘1 000 $ (1131(130 $ fl3 115(12.. NOTE: This Change Order does not include adjustments to the Contract Sum or Guaranteed Maximum Price, or the Contract Time, that have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. ARCHITECT (Firm name) SIGNATURE PRINTED NAME AND TITLE Board of Weld County Commi sioners R (Firm name) SIGNATURE NATURE ekiAv C&OL&UJCVCL, VIC pasausr Barbara Kirkmeyer, Pro-Tem PRINTED NAME AND TITLE PRINTED NAME AND TITLE 12h2/1g DEC 1 7 2018 DATE DATE DATE AIA Document G701 TM - 2017. Copyright © 1979, 1987, 2000, 2001 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was created on 12/12/2018 19:10:20 under the terms of AIA Documents-on-DemandT"' Order No. 2010133918 , and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. 0.20/? -0Z730 EXHIBIT A TCC Corporation P. O. Box 567 Windsor, CO 80550 Phone: 970-460-0583 Fax: 970-460-0871 Change Order No: 00001 TITLE: PROJECT: TO: Weld County Admin - Construction Weld County Admin Buiding Attn: Toby Taylor Weld County Government 1150 O Street Greeley, CO 80631 DATE: JOB: CONTRACT NO: Description Change Weld County Admin - Construction Change Order for the construction costs to complete the Weld County Admin Buiding Remodel located at 1150 O Street. See attached for detailed breakdown of costs. Change Order includes the work associated with the HR Off ce. See attached Scope Letter dated December 12, 2018 for the description of work. The New Substantial Completion Date is: March 31, 2019 12/12/2018 1823 Item Description Net Amount 1 Weld County Admin - Construction Costs 2 Weld County Admin - HR Office The New Substantial Completion Date is: March 31, 2019 The Original Contract sum was Net Change by Previously Authorized Requests and Changes The Contract Sum Prior to This Change order was The Contract Sum will be changed The New Contract Sum Including This Change Order Total The Contract Time will not be changed .................. The Date of Substantial Completion as of this Change Order Therefore is 410, 430.00 13,500.00 423,930.00 16,000.00 16,000.00 423,930.00 439,930.00 ACCEPTED: , Weld, ount Gover ent TCC Co) r ion B t / Lt-- By: Brian Crownover Date: iz ` z ld Date: DEC 7 7 2013 c2c18-oz 7 a° EXHIBIT A QUALifY' IYTEGRIfl' ' OEDENDA6NiYILA" CORPORATION GENERAL SUMMARY GMP Pricing PROJECT: Weld County Admin Bid Remodel LOCATION: 1150 0 Street BID DATE: 5,000 sf DIV ITEM TOTAL 1 GENERAL CONDITIONS $40,993 2 DEMOLITION $11,285 2 UTILITIES $0 5 STEEL $4,750 6 CARPENTRY $8,942 8 DOORS $30,279 8 GLASS $10,860 9 DRYWALL $76,770 9 ACOUSTICAL $17,500 9 FLOORING $0 9 PAINTING $24,227 10 SPECIALTIES $4,927 15 FIRE SPRINKLER/ALARM $19,806 15 PLUMBING $0 15 HVAC $52,500 16 ELECTRICAL $76,320 SUB TOTAL $379,159 GENERAL LIABILITY INSURANCE $1,087 BUILDER'S RISK INSURANCE $493 BOND 1.55% per proposal $6,362 Contingency 3% $11.375 SUB TOTAL $398,476 _OH & PROFIT @ 3% $11,954 $410,430 TOTAL Price for small project in HR Office TOTAL PRICE OF PROJECTS $13,500 $423,930 per bid proposal per bid documents per bid proposal $6,362 Bond 1.55% per bid i PRoJECT. Weld County Admin Bld Remodel GENERAL CONDITIONS --- LOCATION: 1150 O Street BID DATE. 1/0/1900 5,000 sf SEC DESCRIPTION QUANTI UNI1 UNIT MAT. UNIT EQ/SUB. UNIT LABOR TOTAL PERSONNEL 0 0 0 0 1232 Superintendent 3 MO 0 0 6000 18000 18000 1231 Project Manager 1 MO I 0 I 0 5500 5500 5500 Off Hour Work - 1231 Project Coordinator 0.5 MO 0 0 3666 1833 1833 Potentially 1233 Engineer / Survey 0 MO 0 3750 0 0 0 1233 Subsistence 0 LS 500 0 0 0 0 VEHICLE o 0 0 0 1040 Truck 3 MO 0 400 1200 0 1200 1041 Gas 3 MO 500 1500 0 0 1500 FIELD OFFICE 0 0 0 0 1590 Office Trailer 0 MO 0 300 0 0 0 Storage Trailer 0 MO 0 100 0 (? 0 Trailer Freight/Set-up 0 LS 50 0 875 0 200 0 0 1230 Office computer/fax 0 MO 0 50 0 0 0 Telephone Installation 0 LS 0 150 0 0 0 Print Reproduction 0 LS 25 0 01 25 0 0 Telephone mo. Billing 3 MO 0 100 300 0 300 1420 Utility Notification 0 LS 0 150 0 0 0 1511 Temp. Power 0 MO 0 300 0 0 0 1510 Temp. Water 0 MO 0 25 0 0 0 1511 Temp. Lighting 0 LS 0 500 0 0 0 1531 Temp. Heating 0 MO 200 0 0 100 0� 0 Drinking Water 0 MO 0 25 0 0 0 Temp Fencing 0 LF 0 7 0 0 0 0 1516 Temp. Toilets 0 MO 0 200 0 0 0 MAINTENANCE 0 0 0 0 1501 Weekly Cleanup 0 WKS 0 0 50 0 0 1710 Final Cleanup 0 SF 0 0.15 0 0 0 Project Signage 0 LS 465 0 0.2 0 100 0 0 Winter Conditions 0 LS 0 500 0 500 0 0 1042 Equipment Rental 0 LS 0 500 1043 Small Took 0 LS 0 250 1505 Dumpster 0 EA 0 500 01 0 0 1030 First Aid 0 LS 0 300 0 0 0 Fire Protection 0 LS 0 25 0 0 0 Safety 0 LS 0 500 0 0 0 CLOSEOUT 0 0 0 0 O&M Manuals 1 LS 100 100 0 200 200 300 Punch List 1 LS 250 250 0 250 250 500 Project Warranty 0 LS 0 0 250 0 0 Project Photos 0 LS 0, 0 50 0 0 0 75 0 0 0 0 0 0 0 SUBTOTAL 1850 1500 25783 $ 29,133 [PAYROLL TAXES 0.46 � I 11860.181 $ 11.860 r TOTAL 1850 1500 37643.18 $ 40,993 DEMOLITION Project `PVC Admin Building Bidder Bid Date: 8/24/2018 Phone: Addendums: 0 Contact: TCC Budget Work Descrption Demolition Qty_ Unit Whirs., . _ - 1. Demo carpets 4900 sf 28 $1,820.00 Demo rubber base 475 5 LF 6 $390.00 Remove ex door & frame 1 ea 2 $130.00 _ Cut opening into ex wall for new door 21 sf 3 $195.00 _ Cut opening into ex wal for new window 12 LF 6 5390.00 Remove sound panels - relocate 28 LF I 2 $130.00 - Remove ex monitor and brackets 1 ea 2 $130.00 Dumpster for demo 1 ea $500.00 .. _ - Plastic barrier for work area 1 LS $500.00 Saw to cut opening in wall 2 days $500.00 _ Support for new openings 1 LS $250.00 Temp Toilets 3 months $600.00 Clean up 15 wks $3,000.00 Small Tools 1 LS $250.00 Dumpsters 3 ea $1,500.00 . - Misc 1 LS $1,000.00 Demo Permit NA -.-- , .- . TOTAL: $11,285.00 $0.00 $0.00 $0.00 $0 00 a $0.00 $0.00 $0.00 STEEL Project: WC Admin Building Bidder: Golden Railings Big 40 Front Range DBE Bid Date: i 8/24/2018 Phone: 303-279-5807 970-390-5164 970-568-9002 970-392-9800 Addendums: 0' Contact: GRI Clint Shad Jason TCC Budget Not Bidding Not Bidding Work Description: Steel Qtv: �'Original �1Ar1�tt'� Did f railings Shop Drawings Inspection of steel Railing: brushed handrails ► metal w/ 12 LF $3,500.00 $3,300.00 $3,800.00 riveted assemblyr — Bolts to floor attach to 1 LS $50.00 $50.00 X Manufacture (Shop Time) - ' 1 LS X $620.00 X Wood backi 1 LS ; $250.00 $250.00 $250.00 i - Labor to install 11' LS it 4 $380.00 $380.00 $850.00 • Freight to site 1; LS X $150.00 $195.00 • 1 L ip- _____, i Taxes - - TOTAL: $4,180.00 $4,750.00 $5.095.00 $0.00 $0.00 $0.00 $0.00 $0.00 CARPENTRY Project: WC Adrnin Building Bidder: Ballinger Pacific Phillips Bid Date: 8/24/2018 Phone: 970-534-0695 970-622-0134 970-221-5808 Addendums: 0 Contact: Wes Steve Pat TCC Budget Not Bidding Not Bidding Work Description: Carpentry Qty: Unit Mnhrs 11' ramp: 5' landing,.6' raTp 2x6 15" OC 11 LF $1,500.00 $952.00 2x4 Nailer, ancor to ex slab 2 ea _ X X ___ 314" OSB subfloor screw to 2x6 wl 55 sf .__ _ - X X `' 2 1/2" deck anchors on edge & 6" on center 1 LS X $600.00 .. Drill anchors to concrete floor 1 LS $250.00 $250.00 Chair rail - 2 part csolid oak, 314"x5 1/4" oak wl cap 315 LF $3,500.00 $4,940.00 Backing for chair rail 315 LF * $850.00 $1,200.00 �` Labor to install (off hours) 1 LS X $1,000.00 ... _ -. .. - - --- - - --•- q- Taxes • I TOTAL: Y $6,100.00 $8,942.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 _ . DOORS Project: Admin Building Bidder: Entry Collins Brothers J.WC Bid Date: 8/24/2018 Phone: 303-298-8702 970-221-2396 970-532-2299 Addendums: 0 Contact: Jerry Kelly Brent TCC Budget Work Description: Doors Qty: Unit Mnhrs _ • - install a lite in ex door #158N 1 ea I $450.00 $450.00 X $450.00 FE -1 HM frame wl Sidelite 19 ea i $4,180.00 $8,094.00 , $7,748.00 $20229.00 FE-2 HM frame _ 5 ea ! $950.00 $1,015.00 -- X X ` Glass for sidelites 19 ea $2,850.00 incl in glass incl in lass incl in glass `� _ D-1 3/4" thick solid core flush WD door 20' ea . $4,000.00 $5,500.00 $5,960.00 X D-4 3/4" thick solid core flush WD door 3 ea $1,350.00 $1,389.00 X X — ---.. wl 8"x3` lite X X incl in glass ind in glass D-5 3/4" thick solid core flush WD door 1 ea $220.00 $373.00 r X X w/ 8x1-8 Me X is X incl in glass incl in glass Hardware: satin chrome, stanley best ;_ 24 ea $8,400.00 $5,524.00 ' $7,470.00 X _ Provide Von Duprin Exit Device 1 ea $850.00 X X X Provide 9400-630 Electric Strike 1 _ ea $650 00 X X X Labor to install (off hours) 24 ea $9,600.00 $9,600.00 $9,600.00 $9,600.00 TOTAL: $33,500.00 $31,945.00 $30,778.00 $30,279.00 $0.00 $0.00 $0.00 $0.00 GLASS Project: WC Admin Building Bidder: , I Moffit Slade Glass Dr. Entry Home Depot p t Bid Date: 8/24/2018 Phone: 970-673-4274 303-776-3400 970-616-3100 303-298-8702 970-506-6400 ■ Addendums: 0 Contact: Gary Jesica Brett Jerry Zach T TCC Budget 9 Not Bidding � Not Bidding Work Descri � Lion: Glass Cam, Unit Mnhrs ..__. New window: 12' w x 4' - match ex window, alum frame with sliding windows at ends. 1 ea $3,500.00 r $8,385.00 $9,200.00 Frame for window FE -5 1 ea - $2,000.00 $1,175.00 $1,175.00 2040 Slidder windows 2 ea $1, 500.00 �' $1,300.00 $1,300.QO $1,300.00 -1 Labor to install (off hours) 1 LSD 6 $390.00 - --- X sidelite Mass 19. ea ' $2,850.00 $225.00 ' ` X X 8"x 3' door lite _ 3 ea X X 8" x 1'-8" door lite 1 ea $50.00 _ X X Labor to install (off hours) ) 1. LS 10 $650.00 X X ,- - - .-- - • -- ---- - ,� • . - . ._. . -. s4. - TOTAL: $11,165.00 $0.00 $10,860.00 $0.00 $11,675.00 $1,300.00 $0.00 $0.00 DRYWALL Project: ' WC Admin Building Bidder: Pitner Copper Springs Holsinger Triple H L&S JS Drywall 4K Drywall Bid Date: 8/24/2018. Phone 970-566-6358 970-282-9103 970-498-9080 970-4934326 720 472-1933 720-379-3304 970484-8362 Addendums: 0 Contact: Art Jim Bart I Jon Luis Edgar Josh TCC Budget Not Bidding Not Bidding Not Bidding Labor only Not Bidding Not Bidding Work Description: Drywall Qty: Unit Mnhrs Booked to 5/1 no off hours - Blocking in walls for monitors 7 ea $1,500.00 $75,770.00 $53,850.00 Patch wall from monitor removeal 1 ea , $350.00 X X I Wall A 318 LF $42,000.00 X - X WaII B 295 LF X X � x --- Wall C 12 LF X X A-- - . X Bulk Head 4- LF X XX _ Material: 3 5/8 steel stud 10' 290 ea $1.595.00 X $1,595.00 3 5/8 steel track 10' 134 ea $719.31 X $719.31 3 5/8 steel stud 13' 243_ ea $1,397.25 X $1,397.25 5/8 gyp bd 4x10 412 ea $6,592.00 X $6,592.00 �-- _ 2 1/2 steel stud 13' 10 ea $55.00 X $55.00 2 1/2 steel track 12' 3 ea $16.20 X _ $16.20 5 1/2 " steel track 13' _ . 10 ea $115.00 X $115.00 _ 5 1/2" steel track '12' 3 ea $34.50 X $34.50 - framing screws 4 ea $220.00 X - _- 50 $ .00 ramset nails/bullets 1 LS $150.00 X $150.00 _ Joint compound 174 ea $1,974 90 X ,974. $1,974.90 -� Tape/Cornerbead 1 ! LS$200.00 X - $2oo.ao Drywall Screws 4 ea $215.84 X $215.84 BATT insulation 3835 sf $2,000.00 $2,000.00 $2,000.00 Labor (off hours 1 LS X $7,635.00 _ Taxes .� $0.00 $0.00 TOTAL: $59.135.00 $77.770.00 $0.00 $76,770 00 $0.00 $0.00 ACOUSTICAL Project: WC Admin Building Bidder: Based on Ace Acoustic & Inter All Area Act Above All Acost L&S Pioneer Bid Date: 8/24/2018 Phone: pricing from 970-484-9305 970-493-3660 303-447-2559 303-644-4677 720-472-1933 970-344-1708 Addendums: 0 Contact WC 1401 Rollin Jim Bill Jmock Luis Melissa TCC Budget Not bidding Working on Not Bidding Working on Labor only Material only Work Description: Acoustical jka M _ " Personal issue Per Toby I $8.016.94 New tile & grid in new space 5000 sf $17,500.00 _ X ,21x 4' Armstrong Commercial 5000 sf _I X X 15/16" grid 1i LS _ X- s X Tie wires t o LS i X - T i • _ T I p-- Labor to install (off hours) 1 LS 40 X I $9,500 00 $9,500,00 - -4. - - 4 . _ . --r - - L Per Specs Trim ex ceilinc,grid & tiles ' provide new ____� matching grid to support ceiling alon ---: new walls. 5000 sf 20 $1,900 00 Wall B to deck 309 LF Wall A 6" above grid 318 LF New grid 15/16'(wall B + 20%) 370 LF $3.250.00 New tile 24x48" (10%) 500 sf X } Labor to install (off hours) 1 LS 20 $1,900.00 TOTAL: $7,050.00 $17,500.00 ' $0 00 $0.00 - -. $0.00 $0 00 $9,500 00 $17,516 94 $0.00 $0.00 PAINTING Project: WC Admin Building Bidder: Southwest Bid 40 Fresh Coat Painting Innovat Craftsman Molecular Bid Date: 8/24/2018 Phone: 720-300-2121 970-390-5164 720-724-7894 970-825-9893 970-356-0895 970-278-5470 Addendums: 0 Contact: Phil Clint Laird Andres Mike Jim TCC Budget g Not Bidding Not bidding Not Bidding Work Description: Painting Qty: n. � Mnhrs -- Paint frames 26 ea $1,690.00 $24.749.00 � - $19,250.00 $1,560.00 _ Paint sidelites 19 ea $760.00 X X $760.00 Paint HM window frame 12'x4' 1 ea $100.00 X X $240.00 Touch up walls 1 LS $850.00 X • X X ,,Paint new wails (1485') 13,365 sf $16,706.25 X r X $13,097.00 some accent walls ,..__ Paint chair rail - clear Coate _ 315 LF $945.00 X _ $1, 250 00 $1,280.00 Labor (for off hours) 1. LS $2,500.00 X $4,000.00 $7,290.00 - _ .- _ --r - - = - -- ,..- - -S_ - r- TOTAL: $23,551.25 $24,749.00 $24,500.00 $0.00 $0.00 $0.00 $24,227.00 $0.00 SPECIALTIES Project: WC Adrnin Building Bidder: Schlosser Davinci Fastsigns Bid Date: 8/24/2018 Phone: 970-593-1334 970-223-9292 970-352-7446 Addendums: 0 Contact: Bobby Ed Jordan TCC Budget Work Description. Specialties ! n1 Mnhrs Vim room signs 24 ea $4,500.00 $4,632.00 $6,000.00 $4,242.00 _ 10" wide x 9 1/4" high. w/curved top - removable name plate . 4 - - Shipping 1 LS • X X _ X $60.00 - -a Labor to install (off hours) 1 LSD 12 $780.00 X X $780.00 —a. .- Reinstall sound panels 1 LS 3 $195.00 $195.00 $195.00 $195.00 - - brackets to hand sound panels 1 LS $100.00 $100.00 $100.00 $100.00 - -- - -- -- - - - - - -- - -1 a- 1 - - -.---a.: f---ili--- . - _- .. -.-- - • - .. - -, • -- TOTAL: $5,575.00 $4,927.00 r $6,295 00 $5377.00 $0.00 $0.00 $0.00 $0.00 FIRE SPRINKLER Project: WC Admin Building Bidder: Flow Fire Fire Inspections American Sprinkler Kobobel Ottem Electronics Bid Date: Addendums: 8/24/2018 0 Phone Contact: 970-494-1817 Tony 720-360-8880 Jim 303-383-5021 Justin 970-587-7071 970-381-1911 Jeremy Dave Work Description: Fire Sprinkler Qty: Unit Mnhrs TCC Budget Not Bidding Existing systems - modify Des!n new layout Provide and install new sprinkler heads 50001 sf I $12,500.00 1 LS 1 X 1 LS X Labor to install (off hours) Homs/strobe ceiling mount Sensor Sys ceiling mount strobe _ Fire airam power supply Monitor module for power supply Tile bridge, 4 -square box, mud rink Permit -fire dept. Wire, connectors, misc material LS 1 ea ea 1 ea Labor (off hours) X $390.00 $65.00 $600.00 1 ea 7 ea r 1 LS 5300.00 1 LS LS I 6 • $570.00 Taxes 'TOTAL: $17,500.00 X X X $402.00 $43.00 $508.00 $64.00 $133.00 $149.00 $95.00 $912.00 $13,300.00 X X $4,600.00 $402.00 $43.00 $508.00 $64.00 $133.00 $149.00 $95.00 $912.00 per Toby 12/5 ITB $18,500.00 X X X $402.00 $43.00 $508.00 $64.00 $402.00 $43.00 $508.00 $64.00 $133.00 $149.00 $95.00 $133.00 $149 00 $95.00 $912.00 $912.00 $14.425.00 $19,806.00 $0.00 $20,206.00 $20,806.00 $2,306.00 $0.00 $0.00 HVAC Project: WC Adrian Building Bidder. Maddison Reliant Kuck Air Comfort PV Air Comfort by Nature Greeley Furance Air Experts Quailty Comfort Wyco MD Bid Date: 8/24/2018 Phone: 720-231-9936 720-272-1009 970-461-3553 970-497-4853 970-493-2050 970-353-3685 970-356-0121 970-515-5768 970-576-1446 303-947-3461 970-515-5768 Addendums: , 0 Contact. Matt Radek + Emily Jeremy Steve Beth Scott Tom David RI Mike TeC Budget Not Bidding Not Bidding Not bidding Not Bidding Not Bidding Not Bidding Not Bidding Not bidding Not Biddinj Work Description t-NAC lit% Can't do Can't do T Can't do ,�tY; off hours off hours f i off hours Balance & Testing of system in the two areas 1 LS -t-- $2.500.00 __� EX VAV to be removed and reused 2 ea $50,000.00 Remove ex HVAC ductwork,;nlles, registers- & diffusers -SALVAGE 1 LS X Cap & seal air tight all openings 1'— LS X -"-'" Balance ex VAVbox to scheduled flows 3, ea X r .� -- -• ---- Reoorgure(lx VAV, balbance diffusers r --- balance box to schdules 5 ea X - � , New VAV boot, balance 5 ea Ex VAV to be relocated new ductowrk, conirQls & difs users, b818nei 2' ea Balance ex return _ duct branch flow to 2520 CFM 1 ea X - Congested ceiling area. flex duct may be used 1 LS 1 Labor toff hours) .. 1 LS X _ ----�• _ _ • .. r - , - - Taxes t TOTAL: I $52,500 00 WOO $0 00 $0:00 SO 00 $0 00 � $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 ELECTRICAL Waynes Roberts Eggers Elect Hanna Elect Delaney Acton Northern Encore Project: WC Admin Building Bidder: Gregory Bid Date: 8/24/2018 Phone: 970-669-7609 303-659-7481 720-879-7114 970-669-1883 970-482-3289 970-834-1715 970-402 4443 970-302-4000 970-221-3311 Addendums: 0 Contact: Will Youl Luke Brent Clint Tom Derek Curtis Zach TCC Budget Not Bidding Yes Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Work Description: Electrical Qty: Unit Mnhrs ` Can't do off_ Can't do hours off hours Permit 1 LS $45,000 00 $76,320.00 $65,900.00 --.^ 4 New 100A4- wire feeder 1 ea X X X New 100A 3- wire feeder 1 ea X X X ' Fixtures A 2x2 LED troffer 10 ea AE 2x2 LED Troffer 4 ea X X _ X 8 2x4 Psrabiolic 8 ea X X X • !• EX Exit'l€ght 5 ea X X X "`_' OS 22 ea J X X X EM/EX signs connected ahead of al cotn ols i 1, LS X X X - 0 , Conn Connect corridor lighting_ circuit via telly 1 LS } X X X panel. Connect each HR to breakers in panel LN 1 7 ea ' X X X T Connect each HR to brkeader in Panel12\12 4 ea l X X X VAV box, neutral for box 5! ea X X X _provide Install Monitor connection - per detail 1 ea X X X Relocate devices for new opening 2 ea X X X Provide and install new receptacles & data outlets (data run by owner" 1 LS X X _ X " ensure receptacles on column 2 ea X X X Provide channel frame bolted to floor for new XFMR to be stacked at ex XFMR 1, ea X X X Provide & install S& F 9 ea X X )( Labor (off hours) 1 LS X X $25.000.00 Taxes TOTAL: $45,000 00 $76,320.00 $0.00 - $90,900.00 $0 00 $0.00 $0 00 $0.00 $0.00 60 00 91",vtir QUA UTY DEPENDABiLiTY 1111tot/ CORPORATION Scope Letter Weld County Administration Building 1150 O Street Greeley, CO December 12, 2018 Attn: Toby Taylor TCC Corporation would like to provide you pricing for the small project at the Weld County Administration Building, 1150 O Street. The scope is based on a site visit with Toby Taylor on Wednesday, November 21, 2018. Scope consist of a new wall, new frame, door and hardware, new countertop, wall will have a 52"x6' opening for a new storefront glass. There will be an additional 52"x8'-2" storefront glass installed in an existing opening. The chair rail will be modified with new wall, painting, relocating of two lights and one new light fixtured. There will be some acoustical ceiling work around new wall (to deck). General Conditions: TCC anticipates the scope of work will be done during the Weld County Admin Building remodel. Includes insurance requirements for scope of work. Carpentry: • Provide and install a new countertop with wood edge • Modify and patch the existing chair rail. • Countertop will match existing, as close as possible. Doors: • Provide and install a Hollow Metal frame. • Provide and install a Wood Door with full lite, similar to existing door. • Provide and install hardware; hinge, lockset, closer and wall stop. • Lockset will match Best. Glass: • Provide and install two Aluminum Storefronts, with 6" opening at top and bottom of opening. Drywall: • Provide and install new steel stud framed wall (to deck) • Provide and install 5/8" drywall, tape and texture. Acoustical: • Modify and patch acoustical tile and grid as needed around new wall. Flooring: • Provide and install 4" rubber base at new wall. Painting: • Paint all new wall. • Paint Hollow Metal Frame. • Touch up walls at new wall. Electrical: • Relocate two existing light fixtures. • Provide and install new light fixture. Price for above scope of work $131500.00 Exclusions: • Permit • Sales Tax • HVAC work • Any work not listed above. • Unforeseen conditions. Thank you for the opportunity to provide pricing for your project. Please feel free to contact TCC Corporation with any questions you may have on the pricing. Resriectfuuv Submitted Brian Crownover Vice President RE: CHANGE ORDER #1 (BID #B1800134) - TCC CORPORATION APPROVED AS.. TO SUBSTANCE: Elected official or Department Head APPROVED AS TO FUNDING: Controller AP' ROVED ' S TO FORM: County Attorney TCC Corporation PO Box 567 561 E Garden Drive, Unit D Windsor, CO 80550 PROJECT: Weld County Admin Bldg- Design TO: Weld County Government 1150 O Street Greeley, CO 80631 Attn: Toby Taylor ATTN: WE ARE SENDING: SUBMITTED FOR: ACTION TAKEN: El Submittal RI For Approval O Approved As Submitted El Request For Proposal O For Your Use ❑ Approved As Noted ❑ Request For Change El As Requested O Revise And Resubmit ❑ Request For Information RI For Review O Rejected ❑ Shop Drawings O RI Submit m Other El ❑ Returned RI Other El Other SENT VIA: RI Attached ❑ Separate Cover Via: Phone: 970-460-0583 Fax: 970-460-0871 DATE: 10/05/2018 REF: Design Contract Transmittal No.: 2 Please review attached and sign. CC: SIGNED: Latoe-rie/pr) art-iet 0,4),vd,e (6&) /0 -0.1014( 2&/? -027 6&oea TsAIA Document A101TM - 2017 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Init. AGREEMENT made as of the 18 in the year 2018 (In words, indicate day, month and year.) day of September BETWEEN the Owner: (Name, legal status, address and other information) Weld County 1150 O Street Greeley, CO 80631 and the Contractor: (Name, legal status, address and other information) TCC Corporation P.O. Box 567 Windsor, CO 80550 for the following Project: (Name, location and detailed description) Weld County Admin Building 1150 O Street, Greeley, CO 80631 For Design and Preconstruction Fees for the Weld County Administration Building Remodel The Architect: (Name, legal status, address and other information) Cairn Design, LLC 1805 Sheely Drive Fort Collins, CO 80526 The Owner and Contractor agree as follows. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. The parties should complete A101 T 4-2017, Exhibit A, Insurance and Bonds, contemporaneously with this Agreement. AIA Document A201 Tm-2017, General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general conditions unless this document is modified. AIA Document A101T" - 2017. Copyright ® 1915. 1918, 1925, 1937, 1951. 1958. 1961, 1963. 1967, 1974, 1977. 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved, WAatNlNG Thie,Ak ." Dacumerk is proteatod by U.S.Copyrlgght taw end MAsrnelisrwl Trrwtles. Unwgw►iesd reproduction or distrib on of tires AlA Decumeat, or any portion of *ittiy result la saver* civil and orininit penal** and will be prosecuted to the maximum *Neat pceel$ a wader the law This document was created on 09/18/2010 11.54.25 under the terms of AIA Documents on Demand' Order No. 2009998138 , and is not for resale. This document is licensed by The American Institute of Architects for one -lime use only, and may not be reproduced prior to its completion. TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 CONTRACT SUM 5 PAYMENTS 6 DISPUTE RESOLUTION 7 TERMINATION OR SUSPENSION 8 MISCELLANEOUS PROVISIONS 9 ENUMERATION OF CONTRACT DOCUMENTS EXHIBIT A INSURANCE AND BONDS ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary, and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement, and Modifications issued after execution of this Agreement, all of which form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations, or agreements, either written or oral. An enumeration of the Contract Documents, other than a Modification, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents, except as specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION § 3.1 The date of commencement of the Work shall be: (Check one of the following boxes.) The date of this Agreement. A date set forth in a notice to proceed issued by the Owner. Established as follows: (Insert a date or a means to determine the date of commencement of the Work) If a date of commencement of the Work is not selected, then the date of commencement shall be the date of this Agreement. § 3.2 The Contract Time shall be measured from the date of commencement of the Work. init. AIA Document A101 T" —2017. Copyright iD 1915. 1918, 1925, 1937, 1951, 1958, 1981, 1963, 1967. 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. Ali rights reserved. IMKINg4ti Thin ALA" Docyrnent Is pruescied by U:3 Copyright law and tntor ratiorwi•Treaties. Unauthorized redraduction or distribution of 4$ds Air Doasitneat, or any portion of II may result in severe civil and cfln$r el penalties, and will be pieon Demand' Orde'No t ptietable e undr tht law. This document was created on 09/18/2018 11 54:25 under the terms of AIA Documents 09998138 , and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. § 3.3 Substantial Completion § 3.3.1 Subject to adjustments of the Contract Time as provided in the Contract Documents, the Contractor shall achieve Substantial Completion of the entire Work: (Check one of the following boxes and complete the necessary information.) Init. z Not later than January 14, 2019 the date of commencement of the Work. By the following date: ) calendar days from § 3.3.2 Subject to adjustments of the Contract Time as provided in the Contract Documents, if portions of the Work are to be completed prior to Substantial Completion of the entire Work, the Contractor shall achieve Substantial Completion of such portions by the following dates: Portion of Work Substantial Completion Date § 3.3.3 If the Contractor fails to achieve Substantial Completion as provided in this Section 3.3, liquidated damages, if any, shall be assessed as set forth in Section 4.5. ARTICLE 4 CONTRACT SUM § 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract. The Contract Sum shall be Sixteen Thousand Dollars (S 16,000.00 1, subject to additions and deductions as provided in the Contract Documents. § 4.2 Alternates § 42.1 Alternates, if any, included in the Contract Sum: Item Price § 4.2.2 Subject to the conditions noted below, the following alternates may be accepted by the Owner following execution of this Agreement. Upon acceptance, the Owner shall issue a Modification to this Agreement. (Insert below each alternate and the conditions that must be met for the Owner to accept the alternate.) Item Price Conditions for Acceptance AIA Document A101"' -2017. Copyright m 1915, 1918. 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. Ail fights reserve& "JAPING: This AIA Document Is protected by tl 8. Copyright LOW and itltsrtp ieifit't s. lli lauthbdud r�e roduddon or dis n Of this Adl Doi unseat, or any potlion,of ii Wray result is severe ct'v arld dtir'nNM1 pewit es, anrawIll be prosecuted to the meaanttOn eenniit possible under its. Mlw. This document was created on 09118/2018 11:54:25 under the terms of AlA Documents on Demand' Order No. 2009998138 . and is not for resale. This document a licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. § 4.3 Allowances, if any, included in the Contract Sum: (Ident fy each allowance.) Rem Price § 4.4 Unit prices, if any: (Identify the item and state the unit price and quantity limitations, if any, to which the unit price will be applicable.) Init. Item § 4.5 Liquidated damages, if any: (Insert terms and conditions for liquidated damages, if any.) Units and Limitations Price per Unit ($0.00) § 4.6 Other: (Insert provisions for bonus or other incentives, if any, that might result in a change to the Contract Sum.) ARTICLE 5 PAYMENTS § 5.1 Progress Payments § 5.1.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. § 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: § 5.1.3 Provided that an Application for Payment is received by the Architect not later than the 1st day of a month, the Owner shall make payment of the amount certified to the Contractor not later than the 10th day of the same month. If an Application for Payment is received by the Architect after the application date fixed above, payment of the amount certified shall be made by the Owner not later than Ten ( 10 ) days after the Architect receives the Application for Payment. (Federal, state or local laws may require payment within a certain period of time.) MA Document A101TM' - 2017. Copyright® 1915, 1918, 1925, 1937, 1951, 1958, 1981, 1983, 1967. 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved: WAfttliffd: This .AlA' Document *Protected by U.S. Copyright law end international Treaties, Unauthorized reproduction or distdbldien of This AlA° Document, or any Portion of it, may result in severs civil and crindnel penalties, and will be prosecuted to the merriment silent possible under the leer. This document was created on 09/16/2018 11 54:25 under the terms of MA Documents on Demand' Order No. 2009998138 , and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion: § 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form, and supported by such data to substantiate its accuracy, as the Architect may require. This schedule of values shall be used as a basis for reviewing the Contractor's Applications for Payment. § 5.1.5 Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. § 5.1.6 In accordance with AIA Document A201 Tr`M-2017, General Conditions of the Contract for Construction, and subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: § 5.1.6.1 The amount of each progress payment shall first include: .1 That portion of the Contract Sum properly allocable to completed Work; .2 That portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction, or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing; and .3 That portion of Construction Change Directives that the Architect determines, in the Architect's professional judgment, to be reasonably justified. § 5.1.6.2 The amount of each progress payment shall then be reduced by: .1 The aggregate of any amounts previously paid by the Owner; .2 The amount, if any, for Work that remains uncorrected and for which the Architect has previously withheld a Certificate for Payment as provided in Article 9 of AIA Document A201-2017; .3 Any amount for which the Contractor does not intend to pay a Subcontractor or material supplier, unless the Work has been performed by others the Contractor intends to pay; .4 For Work performed or defects discovered since the last payment application, any amount for which the Architect may withhold payment, or nullify a Certificate of Payment in whole or in part, as provided in Article 9 of AIA Document A201-2017; and .5 Retainage withheld pursuant to Section 5.1.7. § 5.1.7 Retainage § 5.1.7.1 For each progress payment made prior to Substantial Completion of the Work, the Owner may withhold the following amount, as retainage, from the payment otherwise due: (Insert a percentage or amount to be withheld as retainage from each Application for Payment. The amount of retainage may be limited by governing law) § 5.1.7.1.1 The following items are not subject to retainage: (Insert any items not subject to the withholding of retainage, such as general conditions, insurance, etc.) Init. AIA Document A101" — 2017. Copyright uD 1915. 1918, 1925. 1937, 1951, 1958, 1961, 1963. 1967. 1974, 1977, 1987, 1991, 1997, 2407 and 2017 by The American Institute of Architects. MI rights reserved. WArRlHNG This AIA' Docutwsent is Prebcted y U.S. tiopylrihl Lew sad MOODI ..mt Treatise Unauthorized niproduettob or dlistribebos 01 thit-AIA Doeehrettit, or any pbtlion or 4, may result in severe civil said orirnteat ansitskee, and will tie prosecuted to the' oidnrl s1 Indent! under list law This document was created on 09/18/2018 11:54:25 under the terms of AIA Documents on Demand. Order No. 2009998138 , and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. § 5.1.7.2 Reduction or limitation of retainage, if any, shall be as follows: (If the retainage established in Section 5.1, 7.1 is to be modified prior to Substantial Completion of the entire Work, including modifications for Substantial Completion ofportions of the Work as provided in Section 3,3 2, insert provisions for such modifications.) § 5.1.7.3 Except as set forth in this Section 5.1.7.3, upon Substantial Completion of the Work, the Contractor may submit an Application for Payment that includes the retainage withheld from prior Applications for Payment pursuant to this Section 5.1.7. The Application for Payment submitted at Substantial Completion shall not include retainage as follows: (Insert any other conditions for release of retainage upon Substantial Completion.) § 5.1.8 If final completion of the Work is materially delayed through no fault of the Contractor, the Owner shall pay the Contractor any additional amounts in accordance with Article 9 of AIA Document A201-2017. § 5.1.9 Except with the Owner's prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. § 5.2 Final Payment § 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when .1 the Contractor has fully performed the Contract except for the Contractor's responsibility to correct Work as provided in Article 12 of AIA Document A201-2017, and to satisfy other requirements, if any, which extend beyond final payment; and .2 a final Certificate for Payment has been issued by the Architect. § 5.2.2 The Owner's final payment to the Contractor shall be made no later than 30 days after the issuance of the Architect's final Certificate for Payment, or as follows: § 5.3 Interest Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, 11 -any) ARTICLE 6 DISPUTE RESOLUTION § 6.1 Initial Decision Maker The Architect will serve as the Initial Decision Maker pursuant to Article 15 of AIA Document A201-2017, unless the parties appoint below another individual, not a party to this Agreement, to serve as the Initial Decision Maker. (If the parties mutually agree, insert the name, address and other contact information of the Initial Decision Maker, if other than the Architect.) Init. AIA Document A101*" — 2017. Copyright C 1915. 1918. 1925. 1937. 1951. 1958, 1961, 1963, 1987. 1974. 1977, 1987, 1991, 1997. 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This MA' Document is proetted.by'tf.S. Copyright Law end international Treatiria. Unwihe*taed reprod rcdon or distribution of tins Al DocenI nt , or any portent of it, ms i rest*in sever.. civil and tri :ihat penalties, and wilt be prosecuted to M+"s"inesNMani extent'Owllt° Wader the ledr. This document was created on 09/18/2018 1154:25 under the terms of AIA Documents on Demand° Order No. 2009998138 , and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. § 6.2 Binding Dispute Resolution For any Claim subject to, but not resolved by, mediation pursuant to Article 15 of AlA Document A201-2017, the method of binding dispute resolution shall be as follows: (Check the appropriate box.) Init. Arbitration pursuant to Section 15.4 of AIA Document A201-2017 Litigation in a court of competent jurisdiction Other (Specify) If the Owner and Contractor do not select a method of binding dispute resolution, or do not subsequently agree in writing to a binding dispute resolution method other than litigation, Claims will be resolved by litigation in a court of competent jurisdiction. ARTICLE 7 TERMINATION OR SUSPENSION § 7.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A201-2017. § 7.1.1 If the Contract is terminated for the Owner's convenience in accordance with Article 14 of AIA Document A201-2017, then the Owner shall pay the Contractor a termination fee as follows: (Insert the amount of or method for determining, the fee, if any, payable to the Contractor following a termination for the Owner's convenience.) § 7.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A201-2017. ARTICLE 8 MISCELLANEOUS PROVISIONS § 8.1 Where reference is made in this Agreement to a provision of AIA Document A201-2017 or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. § 8.2 The Owner's representative: (Name, address, email address, and other information) Toby Taylor 1150 H Street Greeley, CO 80631 AIA Document A101"' —2017. Copyright o 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1987, 1974, 1977, 1987, 1991, 1997. 2007 and 2017 by The American Institute of Architects. All rights reserved. WA qN� unauthorized reprodueuoa or dietr Of tide Al* ^! en*, AIA Doorawnaant Is rot* mat* 11:8. ere c1v4 a Law hI ns$tsrrrattlea.t: iMwdhls. boatmen*, it any peMMoa of it rot* gsbil in severe eivit artd crfallnal penaN[es, atria will Ma prasutd to the maaimartsextent 'piN stir Under the IsV. This document was created on 09/18/2018 11'54;25 under the terms of AlA Documents on Demand* Order No. 2009998138 , and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. § 8.3 The Contractor's representative: (Name, address, email address, and other information) Ernie Crownover 561 E Garden Drive, Unit D Windsor, CO 80550 § 8.4 Neither the Owner's nor the Contractor's representative shall be changed without ten days' prior notice to the other party. § 8.5 Insurance and Bonds § 8.5.1 The Owner and the Contractor shall purchase and maintain insurance as set forth in AIA Document A101TM_ 2017, Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum, Exhibit A, Insurance and Bonds, and elsewhere in the Contract Documents. § 8.5.2 The Contractor shall provide bonds as set forth in AIA Document A 101 T^_2017 Exhibit A, and elsewhere in the Contract Documents. § 8.6 Notice in electronic format, pursuant to Article 1 of AIA Document A201-2017, may be given in accordance with AIA Document E203Ti"-2013, Building Information Modeling and Digital Data Exhibit, if completed, or as otherwise set forth below: (If other than in accordance with AIA Document E203-2013, insert requirements for delivering notice in electronic format such as name, title, and email address of the recipient and whether and how the system will be required to generate a read receipt for the transmission) § 8.7 Other provisions: ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS § 9.1 This Agreement is comprised of the following documents: .1 AIA Document A 10 I T"L2017, Standard Form of Agreement Between Owner and Contractor .2 AIA Document A10111"-2017, Exhibit A, Insurance and Bonds .3 AIA Document A201Tm-2017, General Conditions of the Contract for Construction .4 AIA Document E203T"L2013, Building Information Modeling and Digital Data Exhibit, dated as indicated below: (Insert the date of the E203-2013 incorporated into this Agreement.) AIA Document A101"" — 2017. Copyright ID 1915. 1918. 1925, 1937, 1951, 1958. 1961, 1963, 1957, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The Init. American Institute of Architects. All rights reserved. bWitttt t. This AlA' Document f protev sd by 11 4. Copyright Law and Intetnatlonal treaties. threpthorizeiteProdiratinti of distfibgturn, of ttdri. AlY1, D Patent Pr arty pwiiob of fit h+a'y result in severe Civil and criminal end will be prosecuted to me manintwin extent proles**under *plow. This document was created on 09/18/2018 11:54:25 under the terms of AlA Documents on Demand' Order No. 2009998138 , and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. .5 Drawings Number .6 Specifications Title Date Section Title .7 Addenda, if any: Number N/A Date Pages Date Pages Portions of Addenda relating to bidding or proposal requirements are not part of the Contract Documents unless the bidding or proposal requirements are also enumerated in this Article 9. .8 Other Exhibits: (Check all boxes that apply and include appropriate information identifying the exhibit where required) I I AIA Document E204Ts'L2017, Sustainable Projects Exhibit, dated as indicated below: (Insert the date of the E204-2017 incorporated into this Agreement) The Sustainability Plan: Title Date Pages Init. American Institute of Architects. All rights reserved. WARNING: This AIA® Document, is-prote`ctad by U S, 1977, r987. 1991, 1997, 2007 and l Treat*. ti The AIA Document AIOITM — 2017, Copyright @ 1915. 1918, 1925, 1937. 1951 1958, 1961, 1953. 1967. 1974. by g � 4tipyrigM f.aW i�nd (ri>lsrhanal Treati$e. tM'asMiilrrtxed rgpcoduetkm:or a h' of this Ate Docusrrw& or any gartion of it, 'may result in severe anvil and" c 4ml tal ilen*Rius, wet 4410 be t prosestRud to the most tne'ntextern hose** under the taw. This document was created on 09/18/2018 11-54.25 under the terms of AIA Documents on Demon Order No. 2009998138 , and is not for resale. This document is licensed by The American institute of Architects for one-time use only, and may not be reproduced prior to its completion. Supplementary and other Conditions of the Contract: Document Title Date Pages .9 Other documents, if any, listed below: (List here any additional documents that are intended to form part of the Contract Documents. AM Document A201 T" _2017 provides that the advertisement or invitation to bid, Instructions to Bidders, sample forms, the Contractor's bid or proposal, portions ofAddenda relating to bidding or proposal requirements, and other information furnished by the Owner in anticipation of receiving bids or proposals, are not part of the Contract Documents unless enumerated in this Agreement. Any such documents should be listed here only if intended to be part of the Contract Documents.) Exhibit B- Weld County Request for Bid Exhibit C- TCC Corporation Design Remodel Proposal Exhibit D- Weld County Governmental Clauses This Agreement entered into as of the day and year first written above. OWNER (Signature) Steve Moreno, Chair CONTRACTOR (Signature) Board of Weld County Commissioners Ernie Crownover President (Printed name and title) 2018 (Printed name and title) OCT 2 2 MA Document A101'm - 2017. Copyright O 1815, 1918, 1925, 1937. 1951. 1958, 1961, 1863, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved.'WARMMfG: This AMA.. Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized repredtiotoh or distribution of this AteDocvhwnt, or wry portion bf it, may result in severe civil• and criminal penalties, and WIN be 10 prosecuted to the rnaximum extent possible tbider the bra. This document was created on 09/18/2018 11:54 25 under the terms of AIA Documents on Demand7° Order No. 2009998138 . and is not for resale. This document is licensed by The American Institute of Architects for one-time �� use only, and may not be reproduced prior to its completion. p1-49 ;2 e s � 4�� Document A101 TM - 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the 1 g day of September in the year 2018 (In words, indicate day, month and year.) Init. for the following PROJECT: (Name and location or address) Weld County Admin Building 1150 O Street, Greeley, CO 80631 THE OWNER: (Name, legal status and address) Weld County 1150 O Street Greeley, CO 80631 THE CONTRACTOR: (Name, legal status and address) TCC Corporation P.O. Box 567 Windsor, CO 80550 TABLE OF ARTICLES A.1 GENERAL A.2 OWNER'S INSURANCE A.3 CONTRACTOR'S INSURANCE AND BONDS A.4 SPECIAL TERMS AND CONDITIONS This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. This document is intended to be used in conjunction with AIA Document A201 TM -2017, General Conditions of the Contract for Construction. Article 11 of A201 T^^-2017 contains additional insurance provisions. ARTICLE Al GENERAL The Owner and Contractor shall purchase and maintain insurance, and provide bonds, as set forth in this Exhibit. As used in this Exhibit, the term General Conditions refers to AIA Document A201 T"L2017, General Conditions of the Contract for Construction. ARTICLE A.2 OWNER'S INSURANCE § A.2.1 General Prior to commencement of the Work, the Owner shall secure the insurance, and provide evidence of the coverage, required under this Article A.2 and, upon the Contractor's request, provide a copy of the property insurance policy or policies required by Section A.2.3. The copy of the policy or policies provided shall contain all applicable conditions, definitions, exclusions, and endorsements. § A.2.2 Liability Insurance The Owner shall be responsible for purchasing and maintaining the Owner's usual general liability insurance. AIA Document A1o1"— 2017 Exhibit A. Copyright ® 2017 by The American Institute of Architects. All rights reserved.WARNll*: This At05 Document is protected by a U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AlA5 Doswash6 or any portion of it may renal in store evil and criminal penalties, and wilt tie prosecuted to the nte#irn um natant psssibbt-if der "die few. This document was created on 09/18/2018 11:54:25 under the terms of AIA Documents on Demande Order No. 2009998138 , and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. § A.2.3 Required Property Insurance § A.2.3.1 Unless this obligation is placed on the Contractor pursuant to Section A.3.3.2.I, the Owner shall purchase and maintain, from an insurance company or insurance companies lawfully authorized to issue insurance in the jurisdiction where the Project is located, property insurance written on a builder's risk "all-risks" completed value or equivalent policy form and sufficient to cover the total value of the entire Project on a replacement cost basis. The Owner's property insurance coverage shall be no less than the amount of the initial Contract Sum, plus the value of subsequent Modifications and labor performed and materials or equipment supplied by others. The property insurance shall be maintained until Substantial Completion and thereafter as provided in Section A.2.3.1.3, unless otherwise provided in the Contract Documents or otherwise agreed in writing by the parties to this Agreement. This insurance shall include the interests of the Owner, Contractor, Subcontractors, and Sub -subcontractors in the Project as insureds. This insurance shall include the interests of mortgagees as loss payees. § A.2.3.1.1 Causes of Loss. The insurance required by this Section A.2.3.1 shall provide coverage for direct physical loss or damage, and shall not exclude the risks of fire, explosion, theft, vandalism, malicious mischief, collapse, earthquake, flood, or windstorm. The insurance shall also provide coverage for ensuing loss or resulting damage from error, omission, or deficiency in construction methods, design, specifications, workmanship, or materials. Sub -limits, if any, are as follows: (Indicate below the cause of loss and any applicable sub -limit.) Cause of Loss Sub -Limit § A.2.3.1.2 Specific Required Coverages. The insurance required by this Section A.2.3.1 shall provide coverage for loss or damage to falsework and other temporary structures, and to building systems from testing and startup. The insurance shall also cover debris removal, including demolition occasioned by enforcement of any applicable legal requirements, and reasonable compensation for the Architect's and Contractor's services and expenses required as a result of such insured loss, including claim preparation expenses. Sub -limits, if any, are as follows: (Indicate below type of coverage and any applicable sub -limit for specific required coverages.) Coverage Sub -Limit § A.2.3.1.3 Unless the parties agree otherwise, upon Substantial Completion, the Owner shall continue the insurance required by Section A.2.3.1 or, if necessary, replace the insurance policy required under Section A.2.3.1 with property insurance written for the total value of the Project that shall remain in effect until expiration of the period for correction of the Work set forth in Section 12.2.2 of the General Conditions. § A.2.3.1.4 Deductibles and Self -Insured Retentions. If the insurance required by this Section A.2.3 is subject to deductibles or self -insured retentions, the Owner shall be responsible for all loss not covered because of such deductibles or retentions. § A.2.3.2 Occupancy or Use Prior to Substantial Completion. The Owner's occupancy or use of any completed or partially completed portion of the Work prior to Substantial Completion shall not commence until the insurance company or companies providing the insurance under Section A.2.3.1 have consented in writing to the continuance of coverage. The Init. AIA Document A101^" - 2017 Exhibit A. Copyright ® 2017 by The American Institute of Architects. All rights reserved. WARNING: This AlA® Document is protected _ by U.S. Copyright Law and International Treaties. Unauthorized reproduction,or distribution of this Ale Document, or any portlotn of it. may result in Severe clvd'andetim+nal penal ties, and edit be proeeeuted to dte maximum extentpossibfe under the a* This document was created on 09/18/2018 11:54:25 under the terms of AIA Documents on Demand° Order No. 2009998138 , and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. Owner and the Contractor shall take no action with respect to partial occupancy or use that would cause cancellation, lapse, or reduction of insurance, unless they agree otherwise in writing. § A.2.3.3 Insurance for Existing Structures If the Work involves remodeling an existing structure or constructing an addition to an existing structure, the Owner shall purchase and maintain, until the expiration of the period for correction of Work as set forth in Section 12.2.2 of the General Conditions, "all-risks" property insurance, on a replacement cost basis, protecting the existing structure against direct physical loss or damage from the causes of loss identified in Section A.2.3.1, notwithstanding the undertaking of the Work. The Owner shall be responsible for all co-insurance penalties. § A.2.4 Optional Extended Property Insurance. The Owner shall purchase and maintain the insurance selected and described below. (Select the types of insurance the Owner is required to purchase and maintain by placing an X in the box(es) next to the description(s) of selected insurance. For each type of insurance selected, indicate applicable limits of coverage or other conditions in the fill point below the selected item.) § A.2.4.1 Loss of Use, Business Interruption, and Delay in Completion Insurance, to reimburse the Owner for loss of use of the Owner's property, or the inability to conduct normal operations due to a covered cause of loss. Init. ❑ CI CI § A.2.4.2 Ordinance or Law Insurance, for the reasonable and necessary costs to satisfy the minimum requirements of the enforcement of any law or ordinance regulating the demolition, construction, repair, replacement or use of the Project. § A.2.4.3 Expediting Cost Insurance, for the reasonable and necessary costs for the temporary repair of damage to insured property, and to expedite the permanent repair or replacement of the damaged property. § A.2.4.4 Extra Expense Insurance, to provide reimbursement of the reasonable and necessary excess costs incurred during the period of restoration or repair of the damaged property that are over and above the total costs that would normally have been incurred during the same period of time had no loss or damage occurred. § A.2.4.5 Civil Authority Insurance, for losses or costs arising from an order of a civil authority prohibiting access to the Project, provided such order is the direct result of physical damage covered under the required property insurance. AIA Document A101 T'" - 2017 Exhibit A. Copyright O 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIA° Document is protected ¢y U.S. Copyright Law and. International Treaties. Unauthorl;ed reproduction or distribution of this AlA® Document, or any portion of it, may result in severe: civil and crirrdrrrl piaewliias, and will bs.prosecutsd to the maximum extant possible owlet the taw. This document was created on 09/18/2018 11:54:25 under the terms of AIA Documents on Demand® Order No. 2009998138 , and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. § A.2.4.6 Ingress/Egress Insurance, for loss due to the necessary interruption of the insured's business due to physical prevention of ingress to, or egress from, the Project as a direct result of physical damage. § A.2.4.7 Soft Costs Insurance, to reimburse the Owner for costs due to the delay of completion of the Work, arising out of physical loss or damage covered by the required property insurance: including construction loan fees; leasing and marketing expenses; additional fees, including those of architects, engineers, consultants, attorneys and accountants, needed for the completion of the construction, repairs, or reconstruction; and carrying costs such as property taxes, building permits, additional interest on loans, realty taxes, and insurance premiums over and above normal expenses. § A.2.5 Other Optional Insurance. The Owner shall purchase and maintain the insurance selected below. (Select the types of insurance the Owner is required to purchase and maintain by placing an X in the box(es) next to the description(s) of selected insurance.) n § A.2.5.1 Cyber Security Insurance for loss to the Owner due to data security and privacy breach, including costs of investigating a potential or actual breach of confidential or private information. (Indicate applicable limits of coverage or other conditions in the fill point below.) § A.2.5.2 Other Insurance (List below any other insurance coverage to be provided by the Owner and any applicable limits.) Coverage Limits ARTICLE A.3 CONTRACTOR'S INSURANCE AND BONDS § A.3.1 General § A.3.1.1 Certificates of Insurance. The Contractor shall provide certificates of insurance acceptable to the Owner evidencing compliance with the requirements in this Article A.3 at the following times: (1) prior to commencement of the Work; (2) upon renewal or replacement of each required policy of insurance; and (3) upon the Owner's written request. An additional certificate evidencing continuation of commercial liability coverage, including coverage for completed operations, shall be submitted with the final Application for Payment and thereafter upon renewal or replacement of such coverage until the expiration of the periods required by Section A.3.2.1 and Section A.3.3.1. The certificates will show the Owner as an additional insured on the Contractor's Commercial General Liability and excess or umbrella liability policy or policies. § A.3.1.2 Deductibles and Self -Insured Retentions. The Contractor shall disclose to the Owner any deductible or self - insured retentions applicable to any insurance required to be provided by the Contractor. AIA Document A1011M - 2017 Exhibit A. Copyright ® 2017 by The American Institute of Architects. All rights reserved. WARNING: This AteInit. Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any Wilton of It. may=,result in saver. eon and crNninwit psnediies, and sellbe prosecuted to tine maxi woo silent possible under the km, This document / was created on 09/18/2018 11:54:25 under the terms of AIA Documents on Demand* Order No. 2009988138 , and Is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. § A.3.1.3 Additional Insured Obligations. To the fullest extent permitted by law, the Contractor shall cause the commercial general liability coverage to include (1) the Owner, the Architect, and the Architect's consultants as additional insureds for claims caused in whole or in part by the Contractor's negligent acts or omissions during the Contractor's operations; and (2) the Owner as an additional insured for claims caused in whole or in part by the Contractor's negligent acts or omissions for which loss occurs during completed operations. The additional insured coverage shall be primary and non-contributory to any of the Owner's general liability insurance policies and shall apply to both ongoing and completed operations. To the extent commercially available, the additional insured coverage shall be no less than that provided by Insurance Services Office, Inc. (ISO) forms CG 20 10 07 04, CG 20 37 07 04, and, with respect to the Architect and the Architect's consultants, CG 20 32 07 04. § A.3.2 Contractor's Required Insurance Coverage § A.3.2.1 The Contractor shall purchase and maintain the following types and limits of insurance from an insurance company or insurance companies lawfully authorized to issue insurance in the jurisdiction where the Project is located. The Contractor shall maintain the required insurance until the expiration of the period for correction of Work as set forth in Section 12.2.2 of the General Conditions, unless a different duration is stated below: (If the Contractor is required to maintain insurance for a duration other than the expiration of the period for correction of Work, state the duration.) § A.3.2.2 Commercial General Liability § A.3.2.2.1 Commercial General Liability insurance for the Project written on an occurrence form with policy limits of not less than ($ 1,000,000 ) each occurrence, ($ 2,000,000 ) general aggregate, and ($ 2,000,000 ) aggregate for products - completed operations hazard, providing coverage for claims including .1 damages because of bodily injury, sickness or disease, including occupational sickness or disease, and death of any person; .2 personal injury and advertising injury; .3 damages because of physical damage to or destruction of tangible property, including the loss of use of such property; .4 bodily injury or property damage arising out of completed operations; and .5 the Contractor's indemnity obligations under Section 3.18 of the General Conditions. § A.3.2.2.2 The Contractor's Commercial General Liability policy under this Section A.3.2.2 shall not contain an exclusion or restriction of coverage for the following: .1 Claims by one insured against another insured, if the exclusion or restriction is based solely on the fact that the claimant is an insured, and there would otherwise be coverage for the claim. .2 Claims for property damage to the Contractor's Work arising out of the products -completed operations hazard where the damaged Work or the Work out of which the damage arises was performed by a Subcontractor. .3 Claims for bodily injury other than to employees of the insured. .4 Claims for indemnity under Section 3.18 of the General Conditions arising out of injury to employees of the insured. .5 Claims or loss excluded under a prior work endorsement or other similar exclusionary language. .6 Claims or loss due to physical damage under a prior injury endorsement or similar exclusionary language. .7 Claims related to residential, multi -family, or other habitational projects, if the Work is to be performed on such a project. .8 Claims related to roofing, if the Work involves roofing. .9 Claims related to exterior insulation finish systems (EIFS), synthetic stucco or similar exterior coatings or surfaces, if the Work involves such coatings or surfaces. .10 Claims related to earth subsidence or movement, where the Work involves such hazards. .11 Claims related to explosion, collapse and underground hazards, where the Work involves such hazards. § A.3.2.3 Automobile Liability covering vehicles owned, and non -owned vehicles used, by the Contractor, with policy limits of not less than Combined Single Limit of ($ 1,000,000 ) per accident, for bodily injury, death of any person, and property damage arising out of the ownership, maintenance and use of those motor vehicles along with any other statutorily required automobile coverage. Init. AIA Document A101"— 2017 Exhibit A. Copyright © 2017 by The American Institute of Architects. All rights reserved. WARNING: This AlA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AlA® Document, or any mutton at it may result m severe civil and ethernet tweaking, and will be prosecuted to the meahnurnentent eesstblertneler the taw. This document was created on 09/19/2018 11:54:25 under the terms of AIA Documents on Demand® Order No. 2009998138 , and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. § A.3.2.4 The Contractor may achieve the required limits and coverage for Commercial General Liability and Automobile Liability through a combination of primary and excess or umbrella liability insurance, provided such primary and excess or umbrella insurance policies result in the same or greater coverage as the coverages required under Section A.3.2.2 and A.3.2.3, and in no event shall any excess or umbrella liability insurance provide narrower coverage than the primary policy. The excess policy shall not require the exhaustion of the underlying limits only through the actual payment by the underlying insurers. § A.3.2.5 Workers' Compensation at statutory limits. Init. § A.3.2.6 Employers' Liability with policy limits not less than accident, ($ 500,000 ) each employee, and ($ 500,000 ) policy limit. ($ 500,000 ) each § A.3.2.7 Jones Act, and the Longshore & Harbor Workers' Compensation Act, as required, if the Work involves hazards arising from work on or near navigable waterways, including vessels and docks § A.3.2.8 If the Contractor is required to furnish professional services as part of the Work, the Contractor shall procure Professional Liability insurance covering performance of the professional services, with policy limits of not less than ($ ) per claim and ($ ) in the aggregate. § A.3.2.9 If the Work involves the transport, dissemination, use, or release of pollutants, the Contractor shall procure Pollution Liability insurance, with policy limits of not less than ($ ) per claim and ($ ) in the aggregate. § A.3.2.10 Coverage under Sections A.3.2.8 and A.3.2.9 may be procured through a Combined Professional Liability and Pollution Liability insurance policy, with combined policy limits of not less than ($ ) per claim and ($ ) in the aggregate. § A.3.2.11 Insurance for maritime liability risks associated with the operation of a vessel, if the Work requires such activities, with policy limits of not less than ($ ) per claim and ($ ) in the aggregate. § A.3.2.12 Insurance for the use or operation of manned or unmanned aircraft, if the Work requires such activities, with policy limits of not less than ($ ) in the aggregate. ($ ) per claim and § A.3.3 Contractor's Other Insurance Coverage § A.3.3.1 Insurance selected and described in this Section A.3.3 shall be purchased from an insurance company or insurance companies lawfully authorized to issue insurance in the jurisdiction where the Project is located. The Contractor shall maintain the required insurance until the expiration of the period for correction of Work as set forth in Section 12.2.2 of the General Conditions, unless a different duration is stated below: (If the Contractor is required to maintain any of the types of insurance selected below for a duration other than the expiration of the period for correction of Work, state the duration.) § A.3.3.2 The Contractor shall purchase and maintain the following types and limits of insurance in accordance with Section A.3.3.1. (Select the types of insurance the Contractor is required to purchase and maintain by placing an X in the box(es) next to the description(s) of selected insurance. Where policy limits are provided, include the policy limit in the appropriate fill point.) § A.3.3.2.1 Property insurance of the same type and scope satisfying the requirements identified in Section A.2.3, which, if selected in this section A.3.3.2.1, relieves the Owner of the responsibility to purchase and maintain such insurance except insurance required by Section A.2.3.1.3 and Section A.2.3.3. The Contractor shall comply with all obligations of the Owner under Section A.2.3 except to the extent provided below. The Contractor shall disclose to the Owner the amount of any deductible, AIA Document A101 TM - 2017 Exhibit A. Copyright © 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is prptected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any pe fllun at tt, Moot Nixon h'i aevens tiivll aild''040 al peuaties acid will be prraseouteit to the maximum exte* possible alder tits law. This document was created on 09/18/2018 11:54:25 under the terms of AIA Documents on DemandeOrder No, 2009998138 , and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. and the Owner shall be responsible for losses within the deductible. Upon request, the Contractor shall provide the Owner with a copy of the property insurance policy or policies required. The Owner shall adjust and settle the loss with the insurer and be the trustee of the proceeds of the property insurance in accordance with Article 1 I of the General Conditions unless otherwise set forth below: (Where the Contractor's obligation to provide property insurance dyers from the Owner's obligations as described under Section A.2.3, indicate such differences in the space below. Additionally, if a party other than the Owner will be responsible for adjusting and settling a loss with the insurer and acting as the trustee of the proceeds of property insurance in accordance with Article 11 of the General Conditions, indicate the responsible party below.) § A.3.3.2.2 Railroad Protective Liability Insurance, with policy limits of not less than ($ ) per claim and ($ ) in the aggregate, for Work within fifty (50) feet of railroad property. § A.3.3.2.3 Asbestos Abatement Liability Insurance, with policy limits of not less than ($ ) per claim and (5 ) in the aggregate, for liability arising from the encapsulation, removal, handling, storage, transportation, and disposal of asbestos -containing materials. El § A.3.3.2.4 Insurance for physical damage to property while it is in storage and in transit to the construction site on an "all-risks" completed value form. § A.3.3.2.5 Property insurance on an "all-risks" completed value form, covering property owned by the Contractor and used on the Project, including scaffolding and other equipment. § A.3.3.2.6 Other Insurance (List below any other insurance coverage to be provided by the Contractor and any applicable limits.) Coverage Limits § A.3.4 Performance Bond and Payment Bond The Contractor shall provide surety bonds, from a company or companies lawfully authorized to issue surety bonds in the jurisdiction where the Project is located, as follows: (Specify type and penal sum of bonds.) Type Payment Bond Performance Bond Penal Sum ($0.00) Payment and Performance Bonds shall be AIA Document A3 12T", Payment Bond and Performance Bond, or contain provisions identical to AIA Document A3 12T", current as of the date of this Agreement. init.AIA Document A101 TM— 2017 Exhibit A. Copyright® 2017 by The American Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this Ale Document, or any Wien of It, may resti* In severe civil and criminal penalties, and wilt be prosecuted, to die maximum extent pesetble under the law. This document was created on 09/18/2018 11:54:25 under the terms of AIA Documents on DemandOrder No. 2009998138 , and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. ARTICLE A.4 SPECIAL TERMS AND CONDITIONS Special terms and conditions that modify this Insurance and Bonds Exhibit, if any, are as follows: init. AIA Document A10111" — 2017 Exhibit A. Copyright ® 2017 by The American Institute of Architects. All rights reserved. WARNING: This AlA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AlAe Document, or any portion of Ii, may rest* in severe etvil'end'sNmiral paisa , and wilt t}fi prosecuted, to the maximum extent possible under the law. This document was created on 09/1812018 11:54:25 under the terms of AIA Documents on Demand Order No. 2009998130 , and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. i TCC CORPORATION Weld County Administration Building —1150 Remodel ...... ........ ..... Design Remodel Proposal B1800134 August 24, 2018 ='. 11 f a a, I`' : /CITY f 1LX/ CORPORATION Page I1 CORPORATION A. Firm's Information: see attachment 1, Document A305 1. TCC Corporation 561 E. Garden Drive, Unit D Windsor, CO 80550 2. Please see Staffing Chart: attachment 2. 3. Proposed firms for Design Team Architectural Mechanical Engineering Electrical Engineering 4. Resumes of personnel: see attachment 3. 5. No changes to project personnel unless agreed to by Weld County. 6. Financial Statement of Firm: see envelope marked attachment 4 . Bank references are included in Document A305. 7. Certificate of Insurance: see attachment 5. 8. Pending Lawsuits: None 9. Bonding Limitations: 2 million, see attachment 6. B. Firm's Experience: (1,2,3 & 4) John Elway Chevrolet Enterprise-Lehow 5200 South Broadway Englewood, CO 80113 Change Orders: 0 by G.C., 5% by owner added scope Owner: JFMT Properties LLC 561 E. Garden Drive, Unit D, Windsor, CO 80550 *ph: 970-460-0583 *fx: 970-460-0871 Page 12 Type of Project: Design build remodel, including Architectural, Civil, Structural and MEP Engineering to design per owner's request. Contact: Todd Maul, 303-875-9069 Contract: General Contractor, design build and construction management. South Sherman Flex Building 711 S. Sherman Street Longmont, CO 80501 Change Orders: 0 by G.C., 3" by owner added scope Owner: 600 Diagonal LLC Type of Project: Design build, ground up including Architectural, Civil, Structural, Landscape and MEP Engineering to design per owner's request. Contact: Keith Kanemoto, 303-447-222 Contract: General Contractor, design build and construction management. FMH Material Handling 5165 N. Vasquez Blvd. Denver, CO 80216 Change Orders: 0 by G.C., 5% by owner added scope Owner: John Faulkner, 303-887-3953 Type of Project: Design remodel of existing building, including Architectural, Structural, MEP Engineering to design per owner's request. Contact: John Faulkner, 303-887-3953 Contract: General Contractor, design build and construction management. Puritan Way 3777 Puritan Way Frederick, CO 80530 Change Orders: 0 by G.C., 3% by owner added scope Owner: DDW Properties LLC Type of Project: Design Tenant Finish of existing building, North and Side sides, Including Architectural, Structural, MEP Engineering to design per owner's request. Contact: Doug Weibel, 720-939-0380 Contract: General Contractor, design build and construction management. Poudre Learning Center 8313 West F Street Greeley, CO 80634 Change Orders: 0 by G.C., 10% by owner, added scope. Owner: Poudre Learning Center Foundation 561 E. Garden Drive, Unit D, Windsor, CO 80550 *ph: 970-460-0583 *fx: 970-460-0871 Page I3 Type of Project: Design build, ground up for building design only, including Architectural, Structural, MEP Engineering. Another GC handled the Civil scope. Contact: Ray Tschillard, 970-352-1267 Contract: Co -General Contractor, design build of building and management of building Construction. Duran Excavating General Contractor for exterior scope. C. Project Understanding: The project consist of a design build team, Architectural and MEP Engineering companies chosen by TCC Corporation. TCC will manage every aspect of the design process. From the initial design meeting to the completion of the construction project. TCC will set up a design schedule with deadlines for drawings for the design team. TCC ensures the design team is meeting the owners request, City/County guidelines for Construction. TCC takes pride in our design build/remodel projects. Our goal is to have a design team that provides the owner what they want and coming in on budget. Ensuring we as a team are looking for value engineering throughout the project. TCC will ensure that we have drawings ready for permit that meet the guidelines and move quickly through the permit process. TCC works side by side with the design team and the owner, ensuring everyone is informed and understands the project. TCC takes pride that during the design phase we ensure everything is covered in the drawings, so we do not have change orders during the project. The only change orders we do are ones initiated by owner due to adding scope. Once we have the drawings 50% complete we will send the project out to bid and get an idea of the cost of the project. Feedback from subcontractors helps us revise the drawings to ensure the scope is clear. TCC would work with owner on pricing and see if they want to make any changes due to budgetary numbers coming in for project. Once we finalize scope we can get the final drawings done and a permit set ready. TCC will send the project back out to bid with the permit set. TCC will have at least 3 subcontractors bidding each trade. While project is out to bid we will submit for permit Since we have already been in contact with the City/County and know their guidelines comments should be minimal on the project. During this time TCC will have the Project Manager put together the schedule for construction. So that once we have permit, pricing back and approved by owner we are ready to begin construction. The design phase for this project should be fairly quick. Construction the challenge will be the scheduling and making sure we work around the employees in the building. TCC is currently working on a project the Weld County 1401 Remodel, in which the building is still occupied. TCC communicates with the owner and team to ensure we are not in the way or causing any disruption to their daily activities. Communication is the key to a successful project in which a building is occupied. 561 E. Garden Drive, Unit D, Windsor, CO 80550 *ph: 970-460-0583 *fx: 970-460-0871 Page 4 TCC's goal is to ensure the project is done on time, on budget and the owner has an end product that meets their expectations. D. Current Workload: Rodarte Vestibule & Ramp 920 A Street Greeley, CO 80631 Contact: Joe Marcisofsky, City of Greeley, 970-336-4121 New vestibule, ADA ramp and exterior patio, sidewalk. Project Completion: October 2018 Weld County 1401 Remodel 1401 17th Ave Greeley, CO 80631 Contact: Toby Taylor, Weld County, 970-356-4000 Remodel of existing building, new office, finishes throughout building. Project Completion: November 2018 FMH Remodel 4755 E. 46th Ave Denver, CO 80216 Contact: John Falkner, 303-887-3953 Tenant Finish of existing office space. Project Completion: September 10, 2018 Puritan Way Tenant Finish 3777 Puritan Way Frederick, CO 80516 Contact: Doug Weibel, 720-939-0380 Design and build of a new office space in existing building. Project Completion: October 15, 2018 Sunrise Open Office (Monfort Clinic) 3001 8th Ave Evans, CO 80620 Contact: Debra Scott, 970-350-4608 Design of open office space, 5000 sf, MEP Engineering, pricing for project to owner. Project is in for permit currently. Construction to start this fall. Project Completion: TBD 561 E. Garden Drive, Unit D, Windsor, CC 80550 *ph: 970-460-0583 *fx: 970-460-0871 Page 15 Loveland Ford Dealership Design Hwy 34 & Boyd Lake Rd. Loveland, CO Contact: Jay Weibel 970-215-1574 Design team for project includes Architectural, Civil, Structural, Landscape and MEP Engineering. Project Completion: TBD United Methodist Church 520 Maple Ave Julesburg, CO Contact: Barbara Hodger 970-520-7676 Install a new lift in the church (3 stops), new entrance, finishes. Project Completion: November 5, 2018 LW Dairy 22168 WCR 61 Kersey, CO 80644 Contact: Clint Wolfe, 970-302-6372 Design a new addition to his dairy barn and remodel the existing portion of the barn, Architectural, Structural and Electrical Engineering. Project Completion: TBD City of Longmont On Call Service 300 Kimbark St. Longmont, CO 80501 Contact: Kerry Sheaham, Procurement Specialist, 303-651-8349 On call for emergency work, board ups. Have TCC provide pricing for smaller projects with the City. E. Services: 1. Yes, TCC Corporation provided five design build projects we have worked on in the past four years. We have two current projects that are a design build/remodel in our work loads. 2. None, scope covered in Section 3. 561 E. Garden Drive, Unit D, Windsor, CO 80550 *ph: 970-460-0583 *fx: 970-460-0871 Page 16 F Construction Methods TCC Corporation will handle most demo of a project, install of door frames, doors and Hardware TCC does some steel stud framing and hanging of drywall 561 E Garden Drive, Unit D, Windsor, CO 80550 *ph 970-460-0583 *fx 970-460-0871 FEE PROPOSAL A. Bidder Assumptions 1. Construction Duration Estimated # of Months 3 months % B. Bid Breakout 1. Pre Construction 2. Design Fee 3. General Conditions 4. Construction 3 Management Fee 5 Bonds (Attach schedule) N/A N/A N/A OA Or Lump Sum $ 4,100 $ 11,900 $ 40,993 $ NA 1.55 % $ NA 6. Other (describe on NA additional sheet) $ NA A mandatory pre -bid conference will be held on Friday. August 10th, 2018 at 10:00 AM, at the Weld County Administration Building, located at 1150 "O" Street, Greeley, CO, 80631 Bids will be received up to, but not later than Friday, August 24th, 2018 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). NOTE: Winning contractor will be expected to enter into a standard AIA contract (provided by contractor and reviewed/approved by County) for this design build. 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. #B1800134. 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 r BID NO #81800134 Page 17 (Please print) , BUSINESS ADDRESS 561 E Garden Drive, Unit D CITY, STATE, ZIP CODE Windsor, CO 80550 TELEPHONE NO 970-460-0583 SIGNATURE 2! - DATE August 24, 2018 FAX 970-460-0871 TAX ID # 84-0964449 E-MAIL ecrownover@tcccorp.net **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-0351-0000. DO NOT NEED TO SEND BACK PAGES 1 11. BID NO #B1800134 Page 18 Attachment 1 . Document A305 Contractors Qualification Statement The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading SUBMITTED TO Weld County ADDRESS' 1150 O Street, Greeley, CO 80631 SUBMITTED BY TCC Corporation NAME Ernie Crownover ADDRESS* 561 E Garden Drive, Unit D, Windsor, CO 80550 PRINCIPAL OFFICE: [ X ] Corporation [ ] Partnership ] Individual ] Joint Venture ] Other NAME OF PROJECT Of applicable) TYPE OF WORK (file separate form for each Classification of Work) [ X ] General Construction ] HVAC ] Electrical ] Plumbing ] Other (please specify) § 1 ORGANIZATION § 1.1 How many years has your organization been in business as a Contractor? 39 § 1 2 How many years has your organization been in business under its present business name? 10 years § 1.2 1 Under what other or former names has your organization operated? Thissen Construction Corporation Thissen Construction § 1 3 If your organization is a corporation, answer the following § 1 3 1 Date of incorporation 8/16/1984 § 1 3 2 State of incorporation Colorado § 1 3.3 President's name Ernie Crownover 1 § 1 3 4 Vice-president's name(s) Brian Crownover § 1.3.5 Secretary's name 1 § 1 3.6 Treasurer's name § 1 4 If your organization is a partnership, answer the following § 1 4 1 Date of organization § 1.4.2 Type of partnership (if applicable) § 1 4 3 Name(s) of general partner(s) § 1 5 If your organization is individually owned, answer the following § 1 5 1 Date of organization § 1.5 2 Name of owner § 1 6 If the form of your organization is other than those listed above, describe it and name the pnncipals § 2 LICENSING § 2.1 List junsdictions and trade categories in which your organization is legally qualified to do business, and indicate registration or license numbers, if applicable Greeley 018191 Fort Collins B-401 Denver 21050 Evans 50792 Frederick 1751 Longmont B01003075 § 2 2 List jurisdictions in which your organization's partnership or trade name is filed Colorado § 3. EXPERIENCE § 3.1 List the categories of work that your organization normally performs with its own forces Demolition, Carpentry, Building Specialties § 3 2 Claims and Suits (If the answer to any of the questions below is yes, please attach details ) § 3.2 1 Has your organization ever failed to complete any work awarded to it? No § 3 2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No § 3 2 3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No r_ § 3 3 Within the last five years, has any officer or principal of your organization ever been an officer or pnncipal of another organization when it failed to complete a construction contract'? (If the answer is yes, please attach details ) No § 3 4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect, contract amount, percent complete and scheduled completion date See Attachment § 3 4 1 State total worth of work in progress and under contract $1,883,234 § 3 5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect, contract amount, date of completion and percentage of the cost of the work performed with your own forces See Attachment § 3 5 1 State average annual amount of construction work performed during the past five years See Attachment § 3 6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization See Attached § 4. REFERENCES § 41 Trade References LPR Construction, Inc 1171 Des Moines Ave Loveland, CO 80537 Mike Charley Phone 970-663-2233 Total Plumbing 4701 North Colorado Blvd Denver, CO 80216 Shawn Kennedy Phone 303-393-7271 Martin Marietta Materials 925 N 35th Ave Greeley, CO 80531 Bernie Lucero Phone 970-396-3402 3 - § 4 2 Bank References Advantage Bank 4532 McMurry Ave, Ste 100 Fort Collins, CO 80525 Ben Gates, Branch President 970-204-0942 § 4.3 Surety § 4 3 1 Name of bonding company Holmes Murphy 7600 East Orchard Road, Suite 330 South Greenwood Village, CO 80111 Todd Bengford, Director of Surety 800-247-7756 § 4 3 2 Name and address of agent § 5 FINANCING § 5 1 Financial Statement *** Attached*** § 5 1 1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items Current Assets (e g , cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses), Net Fixed Assets, Other Assets, Current Liabilities (e g , accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes), Other Liabilities (e g , capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings) § 5 1 2 Name and address of firm preparing attached financial statement, and date thereof Financial Statement — Available Upon Request § 5.1 3 Is the attached financial statement for the identical organization named on page one? Yes § 5 1 4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e g , parent -subsidiary) § 5 2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? Yes 4 § 6 SIGNATURE § 6 1 Dated at this 24 day of August, 2018 Name of Organization TCC Corporation By ZGT--� Ernie Crownover Title President §62 Mr Ernie Crownover being duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading Subscribed and sworn before me this;e4'day of/lig 20 /1 Notary Public My Commission Expires J0)9 CARRIE A TOW NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20174040236 MY COMMISSION EXPIRES 9-27-2021 5 Attachment Project Team Organization Chart Project Executive Operation oversight, team, financial and processes Project Manager Plans project, negotiates pricing with subcontractors, reviews budget, change orders, meetings, supervises support team, Project Coordinator and Accounting Project Superintendent Manage project daily, scheduling, quality control, safety, sub- contractors and general laborers, status reporting and meetings Estimator Handles pricing for additional scope of work for project Project Coordinator Prepares contracts, Handles submittals and O&M Manuals Accounting Accounts payable, AIA forms, Subcontractors lien releases and Insurance Project Executive Ernie Crownover I Project Manager Brian Crownover i v Project Coordinator Aashtin Miller Accounting Carrie Tow v Project Superintendent Loyal Gallatin General Laborers Jc Subcontractors Project Estimator Steph McCormack tta es :_M mes of ers QUALITY! t 1`GR(rr • DEPENDABILITY CORPORATION TCC Corporation, 561 E. Garden drive, Unit d, Windsor, CO 80550 Ernie Crownover President/Project Executive With over 25 years of experience in Construction Management Ernie will help to ensure the project team meets client goals and objectives. Ernie brings experience, leadership, and job knowledge to the TCC team and our clients. He oversees every aspect of the construction administration and development of a strong team that provides exceptional service and product to our clients. Duties: • Provide operation oversight, financial, client relations and process issues. • Oversees Subcontractor performance issues. Manpower issues. • Meetings with owners • Oversees Legal and Liability issues. • Manages Risk Analysis and Mitigation. • Review of performance of Construction Operations: schedule, safety, administration and profitability. • Review and approve project, all documents • Assist the Project Manager and Superintendents with resolution of issues. • Manages overall Company documentation and reports. Project Experience South Sherman Flex Building Puritan Way Building Evans Fire Station Remodel Poudre Learning Center Platteville Senior Center Loveland Ford Design Education Valparaiso University — Valparaiso, IN Longmont, CO Frederick, CO Evans, CO Greeley, CO Platteville, CO Loveland, CO Contractor Licenses Colorado, California, Arizona, Wyoming CT -15-29201 Longmont B00000218, Loveland B00004181 illrAer QU L/Ws/ TEGWtWY • D POOMI IY 111tX, CORPORATION TCC Corporation, 561 E. Garden drive, Unit d, Windsor, CO 80550 Brian Crownover Vice- President/Project Manager Brian's degree in Architecture and Design is very helpful on construction projects and with his job as Project Manager. Brian applies his skills to make sure the projects are on time and within budget. His 10+ years of experience allow him to run every project smoothly and safely to ensure a top of the line outcome. Duties: • Work with owner, Engineer and Architect to ensure project is built to standard. • Manage project team from preconstruction to project completion. • Reviews budgets. • Review schedules • Handles Change Orders for scope of work. • Meetings with owners, subcontractors. • Supervises Superintendents, ensure quality control of project. • Follows up on site activities with Superintendents. • Reviews safety guidelines. Project Experience John Elway Service Building Evans Fire Station Remodel Poudre Learning Center Puritan Way Tenant Finish Platteville Senior Center Weld County Motor Pool Weld County 1401 Remodel Rodarte Vestibule & Ramp Greeley, CO Evans, CO Greeley, CO Frederick, CO Platteville, CO Greeley, CO Greeley, CO Greeley, CO Education University of Colorado — Boulder, CO Bachelor of Environmental Design — Emphasis Architecture Certificates Colorado Safety Association, Scaffold Training, Suspended Access and Rigging Safety, Training for Construction Site Supervision, Troubleshooting Concrete Construction, CDOT Transportation Erosion Control Supervisor (TECS) rain QUALITY' VERITY OtENOABILITY CORPORATION TCC Corporation, 561 E. Garden drive, Unit d, Windsor, CO 80550 Loyal Gallatin Project Superintendent Loyal brings more than 20 years of construction experience to TCC. Loyal's ability to effectively lead his teams to produce quality products that exceed project expectations. Loyal's strong construction skillset and attention to detail play a huge role in each projects success. Loyal's construction background enable him to communicate, manage and build relationships with subcontractors. Duties: • Work with owner, Engineer and Architect to ensure project is built to standard. • Update and maintain project schedule throughout. • Manages subcontractors on site on a daily basis. • Weekly meetings on site. • Quality Control. • Safety Management • Manage project to ensure budget is met • Daily Logs for project • Assist Project Manager & Project Coordinator with project through completion • Project Close -Out procedures • Coordinate Site testings' & Inspections Project Experience Weld County Soil Lab Remodel Evans Fire Station Public Works Building Poudre Learning Center Platteville Senior Center Weld County Motor Pool Weld County 1401 Remodel Rodarte Vestibule & Ramp Greeley, CO Evans, CO Longmont, CO Greeley, CO Platteville, CO Greeley, Co Greeley, CO Greeley, CO Education University of Northern Colorado -- Greeley, CO Certificates CDL License • Ql uni RYofitriDAMJIY Act, CORPORATION TCC Corporation, 561 E. Garden drive, Unit d, Windsor, CO 80550 Steph McCormack Estimator Steph has 20 years' experience in management. Working with a variety of teams to meet company goals. Steph has exceptional customer service skills which allow her to build relationships with subcontractors and provide a client with a quality team. Strong communication skills, providing clear direction on a project. Steph's attention to detail and problem solving skills ensure the client receives the most efficient budget and a successful project. Duties: • Prepare work to be estimated. • Gathers documents, drawings, specifications and other related documents for the project. • Identifies qualified subcontractors to provide pricing for the project. • Takeoff of drawings, computes cost for material, labor and time. • Analyzed subcontractors pricing to ensure scope is covered. Negotiate price for scope. • Prepares estimate, listing scope of work and cost associated with it. Maintains the cost data base. • Presents cost estimate to client/owner for their review. • Works with municipalities to get a project through Planning and Permit process. Project Experience John Elway Service Building Evans Fire Station Remodel Puritan Way Tenant Finish Weld County Motor Pool Platteville Senior Center Weld County 1401 Remodel Rodarte Vestibule & Ramp Greeley, CO Evans, CO Frederick, CO Greeley, CO Platteville, CO Greeley, CO Greeley, CO Education University of Northern Colorado - Greeley, CO Training Green Roof Design & Installation Illeinert j rte QUACIYw INTEGRITY OEPENUan CORPORATION TCC Corporation, 561 E. Garden drive, Unit d, Windsor, CO 80550 Aashtin Kern Project Coordinator Aashtin has been with TCC as a Project Coordinator since November, 2015. Working closely with Project Manager, Superintendent and subcontractors on a day to day basis, Aashtin builds and establishes professional relationships with subcontractors allowing for smooth and successful projects. Aashtin's communication skills, time management & attention to detail produces a smooth process for everyone. Aashtin's ability to maintain customer satisfaction continues to contribute to company success. Duties: • Attends start up meeting for project • Assembles contracts to sends out to subcontractors for job start-up. • Requests appropriate documentation from subcontractors to perform their scope of work • Works with Architects & Engineers on submittals to guarantee quality work. • Gathers close-out information for O&M Binders to present to owners. • Supports the Project Manager for duration of project • Coordinates project with Superintendent to eliminate unnecessary obstacles throughout project. • Administrative duties Project Experience South Sherman Flex Building FMH Material Handling Solutions Evans Fire Station Remodel Poudre Learning Center Puritan Way Tenant Finish Platteville Senior Center Weld County Motor Pool Weld County 1401 Remodel Rodarte Vestibule & Ramp Education Valley High School — Gilcrest, CO Longmont, CO Denver, CO Evans, CO Greeley, CO Frederick, CO Platteville, CO Greeley, CO Greeley, CO Greeley, CO "'Orr QUALITY ' INTEGPI1Y • OEPENOABRI I CORPORATION TCC Corporation, 561 E. Garden drive, Unit d, Windsor, CO 80550 Carrie Tow Head of Accounting Carrie joined TCC's team in March 2017. Carrie brings with her 16 years' experience in accounting. Carrie is well organized, reliable and keeps the accounting department running efficiently. She is extremely adaptable and able to handle the changes that arise within the company. Carrie has built strong relationships with our clients, subcontractors and team. Carrie has an openness to learning and maintains high standards with her work. Duties: • Accounts Payable • Balance vendor statements + Process AIA billings for subcontractors. • Process lien releases for projects. • Manages Insurance/W9's • Manages Taxes • Payrollfor staff. • Follow up calls/emails with subcontractors and vendors for required information. • Handles billings and accounts received for Dairy Division for TCC Dairy Services. • Manages the inventory and orders for the Dairy Division for TCC Dairy Services. • Administrative duties Skills: • Excel, Microsoft • Expedition • Foundation • Customer Service • Time Management • Communication • Problem Solving Education The proposed design team for this project is a joint venture between Cairn Design, LLC and Fry Engineering, Inc , with Cairn Design, LLC as the prime Cairn Design, LLC will provide the architectural, electrical engineering, and telecommunications design Fry Engineering, Inc will provide the mechanical engineering design Cairn Design, LLC, located in Fort Collins, Colorado provides architectural and engineering services to the Colorado Front Range As a woman -owned small business, we specialize in commercial, higher education, federal and local government, space planning, tenant fit -out, and telecommunications projects We work to integrate high performance, sustainable principles in every design With more than 50 years, combined, in the business, the owners of Cairn Design, LLC in Fort Collins, Colorado offer expert in-house Architectural and Electrical Engineering services The principals collaborated on projects for more than twenty years, prior to forming the firm We are licensed in several states throughout the country, and are qualified to add more as needed Primary areas of expertise include telecommunications, sustainable design, and commercial, higher education, and federal and local government projects We have broad experience in both new construction and renovation projects, especially Design -Build Contracts Fry Engineering, Inc is a Colorado based mechanical engineering firm We provide HVAC and Plumbing engineering, design and consulting services for our clients Our firm covers a wide variety of commercial and industrial projects Some of our project types include restaurants, retail spaces, commercial kitchens, offices, schools, hospitals and manufacturing facilities Fry Engineering Inc's background includes a 25 -year combination of engineering, design, consulting, project commissioning, air -balancing and mechanical contracting This engineering experience enables us to provide high quality design work that meets client, project and code requirements The time spent as a mechanical contractor gives us the ability to assess feasibility, cost and ease of implementation from a contractor's perspective The result is a superior design that meets our clients' expectations K. Tori Ligon, RA, the owner of Cairn Design, LLC, is a licensed architect who has championed sustainable design since her earliest college days She was in the forefront of the movement and has been a long-time LEED AP BD+C(Leadership in Energy and Environmental Design, Building Design and Construction) professional- After graduating from architecture school, Ton spent many years working in the leading design firm in Winston-Salem, North Carolina There, she became the founding Sustainable Design Director and worked on numerous downtown revitalization, commercial, and higher education projects She gained extensive experience in both new construction and renovation projects She also spent time working in Romania, leading a team of Romanian architects in the development of construction documents for a 100,000 sf research building and parking garage, now constructed in Winston-Salem Later in her career, she worked for a design firm in Washington, DC, where she designed high - end restaurants and contributed to the design of a Smithsonian National Zoo habitat Also in Washington, DC, she was the Senior Planner and Architect at The George Washington University, which gave her unique and valuable experience in terms of working on the Owners' side of a design team In that position, she provided Owner review and comments for GWU projects Additionally, she developed the University Design Standards, which all current and future construction projects must meet Over the years, Ton has also been a self-employed architect, providing design solutions for a variety of small to medium-sized projects, as well as a Sustainable Design Consultant Ken Caudle, PE, the Engineering Principal of Cairn Design, LLC, is an expert Electrical Engineer, as well as an RCDD (Registered Communications Distribution Designer) and LEED (Leadership in Energy and Environmental Design) accredited professional His career began in North Carolina with an 11 year run in Washington, DC In the late 1980's , he was installing, testing, and managing the computer networks for the employers on top of his engineering duties Having this background led him to develop his telecommunications design skills and obtain his RCDD Ken has an extensive background in designing electrical and telecommunications systems for public safety buildings, data centers, industrial, and educational facilities His tenure in Washington, DC gave him the opportunity to design hangars, research and development labs, and medical facilities for the federal government With his extensive knowledge of electrical and telecommunications systems, he was chosen to lead the committee to rewrite the Medium -Voltage, Electrical, Telecommunications, and SCADA System sections of the Design Requirements Manual (DRM) for the National Institutes of Health (NIH) The DRM is the construction standard for all NIH labs and is used by many other entities as well Throughout his career, Ken has also managed many multi -million dollar construction project from pre -design through construction Bobby Shane Fry, PE, Owner of Fry Engineering, Inc , is a Colorado Licensed Professional Engineer with a National Balancing Institute certification Shane is a designer of high performance and energy efficient HVAC systems for a wide range of commercial, industrial and institutional clients His design experience ranges from complex multi -zone systems to simple single rooftop unit (RTU) systems His expertise is in multiple type of air systems includes precision DOAS (Dedicated Outdoor Air System) units, variable speed compressors, Demand Control Ventilation systems, Commercial Kitchen Ventilation Systems (Hood Systems), comfort heating and cooling systems, walk-in cooler and freezers, process ventilation, and building management systems for HVAC control His projects include new construction, remodels, repair and alteration As an engineering consultant he has provided services ranging from feasibility studies to existing building evaluations and defect investigations In addition to engineering project design, Shane also provides construction supervision and construction management for mechanical projects Cairn Design, LLC and Fry Engineering, Inc have not, and currently do not have any lawsuits pending or being threatened Our current insurance limits are as follows CEkTIFICATE NUMBER REVISION YUMHER t E1j ,S ,0 CEJ2T ' 7`1.1r Tr E P "1. t [E] ^,..1f. h5(.0 '.CE - s'E.v I E I. r4 rut .a. SUN r„,.,E.J 1: TLrE r.3x.,4E 0 `04,'.0 419. ,E ;..P tot' ct t .y i roco i40n'ATE6 'A£r(!. 'r+s 4hGi`±, Ahl '4r;..,rtEI,E1.i '60`.1 co CNGI1 C. v' �',r L.CNTPr,.1 L,P 37 iEA C A i.vc• r +N1, rEsPeL' ro N1-.411 THIS LanT1rCA'E L1nr BE 46u0) -,k HAY m, -.L1. YrE .^-,_k..'.t.E vugpLE0 ?Y I C PC�x, Fa C.....)4...ii tCii'f0Rfi', .$ •UWECr To ALL Ev1C TER! IS GxCLUst ',S.Vt0C0`d;T'L \:_F LCH%tt CIES 71'*s 9'C,,_`,1 MP.' 11 v1E LEEN 0.;I CEO 91 i..AO CL`dt� NAT-- , PL UI NS,KA>2,,�___ —_ 1raOac uaN� `+'vUt ,�u1Kh—_—'POt.tY Er! rPC('GY LAP 1--- _ 1 .l ruaTAM �4 M']),.� V4'^/vYt re. Lille( i ..1. A e 0 'LC 4 fA.. Al ( l4�. Will AL .' W I I .� , r+, /.l 1 1 000,000 , LA ..il I ^] �a PSB000,25. 09. ;,2011 77,1 i ]01 4 : '< t l� , 1 000'00 _�� tI 1.1f J.. , , ,,, , 1 10,000 ,+ , ,,c_,. rai A L 1- • '�' . _,. , 41 CA L I , 2 000-0-0 t 2 000 000 L 1 , 1 . . " '� L- µ H , ,._ . c_t. — 1.. , 1 • t A 4J1r,Y(8 LL. ANA T r., A,_ i v,,,./.l, X I 041-. ��; / r .. ., .'*., t I PSE1000725a 1 1091" 2017 J011 1201E r,4.. '. n Vu 1 000 000 A,... 1.____ ,..a „ ,, r, .r( < ,., i h x .+ . . er'r i r,.1r .AA,u —I •—-...w.W,- F. . _ +�L r. } } ����--j ,.YDA PLL...' LI 1 LAt.r aO. d ` .. , /,... I At' II1 1 . 1 Iii, I .L II' A,f I A A(,tl$LM,C upL45A1CN X 1 , - I 17o" " ANC t:'PLvY' A5. A4. I Y N r , s. , PSW000�1050 091114201' 0911!_018 y �� 1000.000 ti . dma Y 0�l„ I's Aii _ , ,. v".c' ,' i 1_ 1 000 000 on, >n - - 4 ,—. . f � 4 � r ter. e e., as S 1,000 000 A Pro(osslonalLLab RUP0030212 09'11'2047 00 112018 Ea Clam Aggragata 1 000 000 2 000 000 The current workload for Cairn Design, LLC and Fry Engineering, Inc is as follows Cairn Design, LLC DMVA - Buckley AFB Hangar Obstruction Lighting Replacement - 95% Design under review by owner and Buckley AFB POC Miklos F Berecz, Assoc AIA, NCARB Dept of Military & Veterans Affairs, COARNG-CFMO 6848 S Revere Pkwy, Centennial CO 80112 Office 720 250 1382 Multiple Projects are in construction and require approximately 12-16 hours per week Cairn Design, LLC and Fry Engineering, Inc. The Egg and I restaurant equipment replacement - Pre -Design phase has just begun Jason Lathem - jl@facilityintegratedsolutions corn Fry Engineering, Inc. Avant Garde Aleworks Estes Park - Permit Drawings 85% Complete Steve Lane - steve@bast s corn Livermore Fire Protection District - Permit Drawings 50% Complete Chuck Mayhugh - crm1architect@gmail corn Additional architectural and engineering services will be billed at $150 00 per hour, unless a lump sum fee is agreed upon prior to the commencement of work Cairn Design, LLC is very familiar with the space and has assisted Weld County in the production of the preliminary space planning documents Ken Caudle, PE has previous engineering experience with the County on three emergency generator projects Cairn Design, LLC and Fry Engineering, Inc will provide design and construction administration services to include • A design and review schedule for the project • A conceptual design showing the proposed layout of offices and conference rooms for review • Weekly design meetings to discuss the proposed designs • A design development package incorporating comments from the County • Quality Control reviews prior to issuance of construction documents • Provide full and complete construction documents as approved by the County with the required revisions due to any plan review comments • Value Engineering, as necessary, to meet all budgets • Construction administration during the construction phase, including weekly construction meetings • Submittal and shop drawing review for compliance to the contract documents Site specific design items for this project include new partitions, ceilings, lighting, power, telecommunications, fire alarm, sprinkler and HVAC The new partitions will include metal stud and drywall walls to above the ceiling The main demising wall between the new offices and the large meeting room (Banquet Area) will terminate above the ceiling at the deck The other partitions will stop above the ceiling The existing ceilings will be removed as necessary for the new construction New grid and ceiling tile will be provided for the new layouts Existing lighting fixtures will be relocated as much as possible for the new construction with matching fixtures provided for the remainder of the spaces Lighting controls will consist of manual and automatic occupancy controls per energy code requirements Power and telecommunications outlets will be provided in all offices and conference rooms to meet the requirements of the County and industry standards Fire alarm and sprinkler designs will be provided by the corresponding subcontractors as shop drawings HVAC design will incorporate the existing VAV boxes (approximately eight) The zoning will provide separate controls for the perimeter offices, interior offices and conference rooms The existing thermostats will be relocated to spaces within the zones they control Three offices, adjacent to the smaller of the two spaces, are currently fed from one the VAV boxes in the affected area The air distribution and controls will be revised as necessary as part of this project to ensure occupant comfort in these areas Exhibit C 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 However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County, (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment, and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work County shall be entitled to the use of all material generated pursuant to this Agreement upon termination Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient, and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE " 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 Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County Examination of Records To the extent required by law, the Contractor agrees that any 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 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 Fund Availability. Financial obligations of the County payable after the current fiscal year are Exhibit C 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 Employee Financial Interest/Conflict of Interest - C R.S §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver 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 Contract Professional's services and Contract Professional shall not employ any person having such known interests During the term of this Agreement, Contract Professional 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 Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional Public Contracts for Services C.R S. §8-17 5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an Illegal alien who will perform work under this contract Contract Professional 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) Contract Professional 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 Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement Contract Professional 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 Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional 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 Contract Professional 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 Contract Professional 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 Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional 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 Contract Professional 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 Contract Professional 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, Contract Professional 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 Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that Exhibit C 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 Contract Professional 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 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 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 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 Contractor or subcontractor is exempt under Colorado Workers' Compensation Act , AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form Commercial General Liability Insurance written on ISO occurrence form CG 00 01 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, and liability assumed under an insured contract $1,000,000 each occurrence, $2,000,000 general aggregate, $2,000,000 products and completed operations aggregate, $50,000 any one fire, and $5,000 Medical payment one person 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 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 Exhibit C 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 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 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, or on account of or in consequence of neglect of the Contractor 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 Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement Public Contracts for Services C R S §8-17-101 For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JULY 27, 2018 BID NUMBER: B1800134 DESCRIPTION: 1150 REMODEL MANDATORY PRE -BID CONFERENCE DATE: AUGUST 10, 2018 BID OPENING DATE: AUGUST 24, 2018 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: WELD COUNTY ADMINISTRATION BUILDING - 1150 REMODEL A mandatory pre -bid conference will be held at 10:00 AM, on Friday, August 10th, 2018, at the Weld County Administration Building, located at 1150 "O" Street, Greeley, CO, 80631, to respond to written and oral questions and to provide any needed additional instruction to Architectural, Engineering and General Contracting firms on the submission of bids. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids for the above stated merchandise, equipment, and/or services will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 1150 "O" Street, Room #107, Greeley, CO 80631, until 10:00 AM on Friday, August 24th, 2018 (Weld County Purchasing Time Clock). PAGES 1 - 11 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 11 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 11. 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 at two locations: On the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasing/index.html located under "Current Requests". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County — 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com. 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. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107, Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by 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 ce 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." E ids 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 Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Terms Defined: Terms used in these instructions to Bidders and elsewhere throughout the Contract Documents are defined in the General Provisions, CDOT, Standard Specification for Road and Bridge Construction, Section 101 Qualification of Bidders: Qualification statements. attached with this document, are required to be completed by Bidders. If requested by Weld County, a Statement of Qualifications will be completed for the Subcontractors listed by the Contractor within 72 hours of the request. Failure to submit qualifications may be cause for rejection of Bids. Tie Owner shall consider the following criteria in evaluating the Bidder's qualifications following the opering of Bids: Experience and performance records on similar work. Ability to complete the Work within the Contract Time. Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Woek 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 Ly 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, BID NO #B1800134 Page 2 and copies of each Addendum will be mailed or delivered to each Contract Document holder of record Unless approved by the Controller/Purchasing Director, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda 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 Modification or Withdrawal of Bid Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened The Controbr/FUrchasng Dredor may at her sole discretion, release any Bid at any time 4 AWARD AND EXECUTION OF CONTRACT Basis of Award Only firm Bids will be considered The award of the Contract, if it is awarded, will be to the lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids Weld County intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests The County reserves the right to waive informalities and/or irregularities and to reject any or all bids Evaluation of Bids The evaluation of Bids will include consideration of Subcontractors and suppliers All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid The experience statement with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perform work on the project The use of Subcontractors listed by the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the Work All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms Contract Execution The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award The Certificate of Insurance shall name Weld County as additional insured Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the County may reject all Bids or call for other Bids The County, within ten (10) days of receipt 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 contract date being the date of formal acceptance of the bid by Weld County The County may require a separate contract, which if required, has been made a part of this RFP BID NO #j Page 3 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities forperforming the Work, which o c are applicable p q, . app cab e at the time Bids are opened and which are not specified to be obtained by the County, shall be included 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. Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, gas, to ephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Bidder shall include in his Bid such sums as he deems proper for overhead costs and profits on account of cash allowances named in the Bid Documents. 7. SITE CONDITIONS Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: Nature and location of the site where the Work is to be performed. Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered. Character of construction equipment and facilities needed for performance of the Work. General local conditions. Availability of lands as set forth in the General Conditions. Access to the Site: The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed. The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract BID NO #B1800134 Page 4 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 n otice. 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, u ndertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3). if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24- 76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder o perates 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 o ne 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. 9. GENERAL PROVISIONS A. Fund Availability: Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent BID NO ttB1800134 Page 5 contractor and not as an employee He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or 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 E Compliance with Law The successful bidder shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices F Choice of Law Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void G No Third -Party Beneficiary Enforcement It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract 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 incidental beneficiary only H Attorney's Fees/Legal Costs In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder Disadvantaged Business Enterprises Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award J Procurement and Performance The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project The successful bidder shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent contractors performing construction services of a similar nature to those described in this Agreement The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement K Term The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid L Termination County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement BID NO #O1_ a _ ' ,, Page 6 M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, The successful bidder's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty_ Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project. P. Non -Assignment. The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 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. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or BID NO #B1800134 Page 7 in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Compliance with Davis -Bacon Wage Rates. The successful bidder understands and agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis -Bacon Wage Rates. V. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners. W. Compensation Amount. Upon the successful bidder's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the 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 Company as "A" VIII or better. Each policy shall contain a valid provision o r 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 n ot relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to o btain 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 BID NO #B1800134 Page 8 n ecessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, o missions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its construction methods o r 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. Types of Insurance: The successful bidder/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) Statutory 500,000 500,000 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured owners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations" and the minimum limits must be as follows: BID NO #B1800134 Page 9 $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury $50,000 any one fire; and $500 000 errors and omissions. $5,000 Medical payments one person Automobile Liability: Successful bidder/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person. $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. S uccessful bidders/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. S roof 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 sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine. Successful bidder/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder/Contract Professional's insurer shall waive subrogation rights against County. S ubcontractors: All subcontractors, subcontractors. independent contractors, sub -vendors. suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder/Contract Professional. S uccessful 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. S uccessful Bidders Pollution Liability: Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions (including asbestos) that may arise from the operations of the successful bidder described in the Successful bidder's scope of services. Policy shall cover the successful bidder's completed operations. Coverage shall apply to sudden and gradual pollution BID NO #B1800134 Page 10 conditions resulting from the escape of release of smoke, vapors, fumes, acids. alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the successful bidder warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. The policy shall be endorsed to include the following as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations". Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID NO #B1800134 Page 11 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: BUILDING/CONSTRUCTION OVERVIEW The current building, which is located at 1150 "O" Street, Greeley, Colorado 80631, consists of slab on grade commercial construction with metal -framed walls, brick veneer and ground mounted mechanical systems. The building has existing finishes and is occupied. The majority of the work will need to be performed after hours to permit the buildings daytime function to remain. The normal building's operational hours are 8 AM until 5:30 PM; Monday through Friday. The project consists of interior remodel to an existing structure which includes but is not limited to the following: 1. The remodel space is roughly 5,000 square feet at two separate locations within building 2. Carpet/flooring and wall base removal. 3. Internal partition, suspended acoustical grid and finish modifications. 4. Modification of fire alarm and fire sprinkler systems will be required. 5. New carpet installation by Owner. 6. All other new finishes by Contractor. 7. The remodel will require new demising walls creating offices and conference rooms. 8. Mechanical and Electrical system modifications. 9. Hollow Metal welded door frames, solid -core wood doors to match existing, locksets that accept Stanley Best interchangeable cores. 10. Demolition of existing interior walls, electrical and plumbing, HVAC and data connections. 11. The County will be responsible for the building permit fee. 12. All work for building must be completed by June 1, 2019. 13. New HVAC will be VFD design with reheat capability along with appropriate/multiple zoning and will operate on the County's control system for this building which is Johnsons Controls. 14. The selected firm will be responsible to attend weekly design meeting and on -site meetings through the duration of the construction period. 15. Contractor will provide constructability concerns & assistance with cost analysis during the design phase. The programming and design phase could require extended time with multiple revisions. 16. Contractor will provide cost estimating and value -engineering as needed. 17. Building must meet compliance with American's with Disability Act standards as applicable for this particular building's use. 18. Conference and office spaces need to meet data and audio needs. PRELIMINARY SCHEDULE Date of this Bid Pre -bid Walk Bids Are Due Present Contract Award Notice Executed Contract Design Kickoff Design Development (50% CD's) Construction Documents 90% For Permit Set Out for Bid Permit Ready Set Construction Start Substantial Completion Final Completion July 27, 2018 August 10, 2018 August 24, 2018 August 27, 2018 September 10, 2018 September 10, 2018 September 10, 2018 October 31, 2018 December 15, 2018 January 2, 2019 January 2, 2019 January 14, 2019 February 1, 2019 May 15, 2019 June 1,2019 BID NO #B1800134 Page 12 The successful Bidder will be required to furnish, as part of the Contract Documents, an insurance certificate in the amount specified in the Contract Documents, a Performance Bond and Labor & Materials Payment Bond, each in an amount equal to 100% of its Contract price including Force Account items, said bonds to be issued by a responsible corporate surety approved by the Board of County Commissioners and shall guarantee the faithful performance of the Contract and the terms and conditions therein contained and shall guarantee the prompt payment of all materials and labor and protect and save harmless the County from claims and damages of any kind caused by the operations of the Contractor. The Board of Weld County Commissioners reserves the right to reject any or all bids, to waive any degree of formality in bids, and to accept the bid that, in the opinion of the Board, is in the best interests of the Board and of the County of Weld, State of Colorado. SCOPE OF SERVICES The intent of this section is to highlight in general terms the nature and scope of the work to be performed. 1. DESIGN SERVICES a. Provide a conceptual design for the project. b. Provide structural design, as required. c. Prepare submittals to governing agencies for approval. d. Provide a design development package. e. Provide full and complete construction documents. f. Provide construction administration. g. Attend weekly design and construction meetings. h. Prepare building permit submittal and assist in obtaining the permits. Make Building Department requested revisions. i. Provide an estimate of "reimbursables" that would be required for this project. j. Provide hourly rates for "additional services." k. Provide a design schedule I. Include all costs for architectural design services, programming, civil engineering, structural engineering, mechanical engineering, electrical engineering, and all other "consultant" fees in the proposal. The Design Build Team must demonstrate the ability to perform a project of this scope and provide examples of such that were completed in the past five (5) years. As construction documents are completed, the firm will be expected to provide a construction budget including a Guaranteed Maximum Price ("GMP") at the conclusion of design. The County believes it is crucial that the firm be an interactive member of the project team and participate with the Architect and sub -consultants in the design process. 2. PRE -CONSTRUCTION SERVICES: a. Project Development Schedule established that includes the applicable regulatory, agency, outside entity, project team and County activities. Construction Schedule developed which includes all critical design/engineering and construction activities and identifies delivery issues. Advise the County of a plan to manage such delivery issues. b. Continually review (prepare reports, recommendations, etc.) all design document deliverable milestones in regard to budget, constructability, completeness and coordination. c. Monitor budget and schedule throughout the design phase and advise the County when corrective action is required related to both design progress and costs. d. Provide value engineering during design studies. e. Evaluate the availability and supply of labor and advise the County of potential impacts. BID NO #B1800134 Page 13 f. Develop proposal request packaging/phasing strategy including outreach program for work by trade contractors. g. Develop procedures for issuing proposal requests and prepare documents/scopes for the County Review. h. Conduct pre -proposal conferences. i. Develop management reporting procedures to be used during construction, (costs/schedules, etc.). j. Establish job site survey controls prior to mobilization. Coordinate surveys, geotechnical investigations and other pre —mobilization activities. k. Provide any other Pre -construction services as may be required by Weld County. I. Contractor will provide programming services during the design phase. The programming and design phase could require extended time with multiple plan revisions. 3. CONSTRUCTION PHASE: The Design Build Team will manage and coordinate all construction activities, obtain ccmpetitive subcontract and material bids and have the opportunity to competitively bid portions of the work the contractor is qualified to self -perform. During this phase, the Design Build Team will provide without limitation, the following services: A. Design Build Team 1. Monitor costs and prepare monthly project cost reports. 2. Quality control. 3. Coordination of all on -site activities including commercial contractors, subcontractors, utility companies and coordination of all work related to, in close proximity to or adjacent to the site which may impact the work on this project. 4. Vendor drawing administration. 5. Change Order management 6. Preparation of monthly payment applications. 7. Preparation and coordination of infrastructure acceptance submittals. 8. Close out documentation Notice of Final Settlement process for all sub -contractors 9. Any other construction services as may be required by Weld County. B. General Condition Services 1. Complete field staff and support, temporary facilities. 2. Equipment and support not in direct cost. 3. Manage permits held by Owner. 4. Issue and manage agreements for testing and inspection services, surveying, etc. 5. Coordination with utility companies. 6. Support design team. 7. Performance, labor, material & payment bond will be required. PROPOSAL DOCUMENTS Submit four (4) original hard copies AND one (1) electronic copy of your proposal signed by a person authorized to bind the party. The proposals shall be organized as outlined below: A. Firm(s) Information: 1. Identify which office (Contact Office) will be responsible for the project. 2. Provide a staffing chart showing proposed organization for this project. 3. Provide a list of proposed firms to be used in design services for the following: Architectural, Civil, Structural, Mechanical, Electrical and Plumbing. BID NO #B1800134 Page 14 4. Provide resumes of personnel who will be involved on the project. Weld County reserves the right to interview designated project personnel. 5. No changes in the approved project personnel will be granted unless agreed to by Weld County. 6. Provide a detailed financial statement of the Firm, including a bank reference and credit available and furnish any other information that may be required by the County. If Firm does not wish its financial information to be a public record, please place in an envelope and label as "Confidential". Failure to do so may result in said financial information being publicly disclosed. 7. Provide copy of certificate of insurance and limits of public liability under insurance. 8. Provide any and all information regarding any lawsuits pending or threatened against, you, your firm or any of the principals or joint ventures. 9. Provide your company's bonding limitations. B. Firm's Experience: 1. Provide a brief summary of like work your firm has undertaken as a Design Build Contractor for correctional institutions. 2. Provide data on the number of change orders that were accepted by the Owner and what percentage of change (+/-) they affected base contract. 3. List the owner, type of project, address and contact name for references and telephone numbers. 4. Indicate whether your contract was a prime or involved a joint venture with another firm and whether construction management, general contracting, design build, or a combination or other services were involved. C. Project Understanding: Provide a narrative that consolidates the required services for this project and specifically illustrate your firm's understanding of what is required. Include your firm's approach to programming and project deliverables in a Design Build contracted project. D. Current Workload: Provide a list of current project commitments by your proposed team including designers and the status of such projects. Identify the owner's representative, address and phone number for each project. E. Services: 1. Indicate if your firm has provided Design Build projects. 2. In addition to the activities listed under "Scope of Services", section "3. Construction Phase" above, provide a list of any additional construction management, general condition and/or coordination services you believe will be necessary to successfully complete this project. F. Construction Methods: Indicate which elements of work or other services your firm is capable of performing with its own forces. Please note Weld County reserves the authority and right to require the Design Build Contractor to bid self -performed work in competition with available qualified subcontractors. EVALUATION CRITERIA This project is an Invitation to Bid whereby low bidder will be evaluated for qualifications necessary to perform the scope of work. The following criteria will be used to evaluate qualifications: 1. Ability to provide and organize the items listed under the Proposal Documents stated above. 2. Prior experience of firm and key staff on a similar project. 3. Quality and experience of people assigned to the project — project manager, superintendent, design team, etc. BID NO #B1800134 Page 15 4. Current workload, organizational depth and ability to deliver the project within the project's timeframe. 5. Demonstrated ability to work with the design team providing conceptual estimating, value engineering, constructability, and scheduling services. 6. Ability to provide the County a GMP for general conditions and/or the entire project and financial strength of the firm to stand behind the GMP. 7. Demonstrated ability to construction a project such as this to meet cost, schedule and quality goals. 8. Proven track record with jobsite safety. 9. Fee proposals and general conditions estimate. Each response must include all information and documents required by this bid. Failure to furnish all required information and documents may result in the rejection of the bid in its entirety. H. Fee Proposal: The County anticipates entering into a Guaranteed Maximum Price (GMP) Contract with the successful Design Build team. Additional phases of work may be amended to the contract. The County will have the successful firm include a 3% GC -controlled contingency in the GMP. This line item will be used to cover unknown conditions during construction. Use of contingency funds must have County approval. Provide the following on a separate sheet, inserted behind the Fee Proposal form found below. 1. Identify the fee your firm requires to provide Design Build services described in this Bid. The fee is to be based on your firm's estimate for this project's scope. A budget will not be provided. 2. Provide the cost of general conditions for this project for services described in this Bid. 3. Provide a fee for pre -construction phase services and how you intend to charge for these services. Include an estimate of non -personnel expenses in similar format to formulate the estimate of total cost. 4. Provide a list of salary/wage rates for personnel proposed for this project. Indicate the base wage or salary and applied Direct Personnel Expense to formulate a total hourly billing rate and monthly billing rate for each supervisory/administrative individual proposed for involvement in either the pre -construction phase or construction phase of the project. 5. Provide a schedule of current bond premium rates and confirmation of the current bonding capacity of your firm. Complete the fee proposal below for your bid. The fee proposal shall provide costs correlating to an assumed GMP. A fixed lump sum is required for line items 1 through 3. A Percentage or Lump Sum is acceptable for line items 4-6 (Overhead & Profit, Bonds & Other). If you have additional fees. provide attachments detailing those fees. BID NO #B1800134 Page 16 FEE PROPOSAL A. Bidder Assumptions 1. Construction Duration Estimated # of Months B. Bid Breakout 1. Pre -Construction 2. Design Fee 3. General Conditions 4. Construction Management Fee 5. Bonds (Attach schedule) 6. Other (describe on additional sheet) 010 N/A N/A N/A Or Lump Sum $ $ A mandatory pre -bid conference will be held on Friday, August 10th, 2018 at 10:00 AM, at the Weld County Administration Building, located at 1150 "O" Street, Greeley, CO, 80631 Bids will be received up to, but not later than Friday, August 24th, 2018 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). NOTE: Winning contractor will be expected to enter into a standard AIA contract (provided by contractor and reviewed/approved by County) for this design build. 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. #B1800134. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY BID NO #B1800134 Page 17 (Please print) BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE DATE FAX TAX ID # E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. DO NOT NEED TO SEND BACK PAGES 1 - 11. BID NO #B1800134 Page 18 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 4, 2018 To: Board of County Commissioners From: Toby Taylor Subject: 1150 Office Remodel; Bid (B1800134) As advertised, this bid is to remodel a portion of 1150 through a design -build. The low bid from is from TCC Corporation and meets specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to TCC Corporation with the following fees: Construction Duration Construction Pre- Design Fee General Conditions Fee Construction Management Fee Bonds 3 Months $4,100 $11,900 $40,993 3% 1.55% If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director c.20Ig-Z13O Firm Construction Durration Pre -Construction Design Fee Growling 2330 Greeley, 80631 Bear 4th Co, Inc. Ave CO 3 Months $1,000 $13,300 Harris 3005 Constructors, W 29th Greeley, 80631 St., Suite CO Inc. C 4 Months $1,560 $11,900 304 L4 Construction Main Lyons, 80540 St. CO Unit C 4 Months $9,300 $16,050 McCauley Innovation Constructors Windsor, 80550 650 Cir. CO 3 Months $5,873 $11,900 Roche 361 Greeley, Constructors, 71st 80634 Avenue CO Inc. 4 Months $1,000 $11,900 561 TCC Corporation E. Garden Windsor, 80550 Dr. CO Unit D 3 Months $4,100 $11,900 .,./g -0278) rKC-Cr a_o General Conditions Fee Management Construction Fee Bonds Other $43,550 4% 1% N/A $28,205 6% 3% N/A $64,500 Included in GCs% 1.5% 10.0% $48,335 8% 0.79% N/A $50,000 3.5% 0.77% N/A $40,993 3% 1.55% N/A WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley, CO 80631 E -Mail: rturf(a�weldgov.com E -Mail: reverett(a�weldgov.com E-mail: cmoeters c(�weldaov.com Phone: (970) 400-4216, 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: AUGUST 24, 2018 REQUEST FOR: WELD COUNTY ADMINISTRATION BUILDING -1150 REMODEL DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B1800134 PRESENT DATE: AUGUST 27, 2018 APPROVAL DATE: SEPTEMBER 10, 2018 VENDORS GROWLING BEAR CO, INC. 2330 4TH AVE GREELEY, CO 80631 HARRIS CONSTRUCTORS, INC. 3005 W. 29TH ST., SUITE C GREELEY, CO 80631 L4 CONSTRUCTION 304 MAIN ST. UNIT C LYONS, CO 80540 MCCAULEY CONSTRUCTORS 650 INNOVATION CIR. WINDSOR, CO 80550 ROCHE CONSTRUCTORS, INC. 361 71ST AVENUE GREELEY, CO 80634 TCC CORPORATION 561 E. GARDEN DR. UNIT D WINDSOR, CO 80550 THE DEPARTMENT OF BUILDINGS & GROUNDS WILL REVIEW THE BIDS. ''Ya,--1 amg-0780 bow Hello