Loading...
HomeMy WebLinkAbout20171244DEPARTMENT 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 8, 2017 To: Board of County Commissioners From: Toby Taylor Subject: Training Center Remodel Order #1 (Bid: B1700089) Weld County awarded a bid (B1700089) to TCC to remodel the Training Center. Change Order 1 is for providing and installing six additional electrical floor plugs/covers that were not shown on the drawings but are present. The amount of the change order is for $561.27. Buildings & Grounds is recommending approval of Change Order #1. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ct v l 3 c9a!7 - is%4' &G®©' ci TCC Corporation PO Box 567 561 E Garden Drive, Unit D Windsor, CO 80550 Phone: 970-460-0583 Fax: 970-460-0871 TITLE: Provide and install 6 additional floor plug covers which were not shown on Drawing El dated MArch 21, 2017. PROJECT: Weld County Training Center TO: Toby Taylor Weld County Bldg Dept 1104 H Street Greeley, CO 80631 Request for Change No. 1 DATE: 08/29/2017 JOB: 1708 CONTRACT NO: 1 DESCRIPTION OF PROPOSAL Provide and install 6 additional floor plug covers which were not shown on Drawing El dated MArch 21, 2017. (Description Provide and install 6 additional floor plug covers which were not shown on Drawing El dated MArch 21, 2017. General Conditions Insurance Bond Contractor Fees Amount $279.22 $212.25 $3.81 $16.84 $49.15 Total $561.27] APPROVAL: By: By: Marguerite L Romero Toby Taylor Date: Date: CHANGE ORDER - TRAINING CENTER REMODEL (BID #61700089) ATTEST: Weld C BY: Clerk to t :- :oard Deputy Cl k to the Bo APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: Co y Attorney 4 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO • 9/f uulie A. Cozad, Chair Sr 3 2017 APPROVED AS TO SUBSTANCE: Elecfed Official or Department Head ELz 1861 vor AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & TCC CORPORATION TRAINING CENTER REMODEL THIS AGREEMENT is made and entered into this Z2f^ day of /Nay , 2014, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and TCC Corporation whose address is 561 E. Garden Drive, Unit D. Windsor, CO 80550, hereinafter referred to as "Contract Professional". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B1700089". The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibits which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. OavvacAtt 44-414v, 5-31-.20 17 6&(-r--r/s6) Leit otAe)/) &o17- /624,1 "B6 co iq 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A&B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $120,074.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Builder's Risk Insurance: Builder's risk coverage in the amount of $5 million for renovations, repairs made by the Insured at any location (including new locations with total contract cost under $5 million). Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: TCC Corporation Attn.: Ernie Crownover, President Address: 561 E. Garden Drive, Unit D Address: Windsor, CO 80550 E-mail: ecrownover@tcccorp.net Telephone: (970) 460-0583 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttavlor@co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-IO2(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this zZni day of eti , 2011 CONTRACTOR: TCC-C�orporation By: Name: ERN: a. CArtA,4 4J+.� Title: Date May 22nd, ZO /7 WELD CO Y: a. w ATTEST: :40MA) Weld ojin Clerk to the Bo. rd WELD COUNTY, C LORADO BY Deputy C '- rk to the Bo AP OVED AS T F DING: Controller O Attorney BOARD OF COUNTY COMMISSIONERS Te A. Cozad, Chair MAY 3 1 2317 APPROVED AS TO SUBSTANCE: icial or Department Head oZ0/7-- /2_4* FXs-Brr A\ REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: APRIL 4, 2017 BID NUMBER: B1700089 DESCRIPTION: TRAINING CENTER REMODEL DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE DATE: APRIL 14, 2017 BID OPENING DATE: APRIL 28Th, 2017 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Director of General Services (collectively referred to herein as, "Weld County"), wishes to purchase the following: TRAINING CENTER REMODEL A mandatory pre -bid conference will be held at 11:00 a.m., on Friday, April 14, 2017, at the Weld County Training Center. The Building is located at 1104 H Street, in Greeley. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids wi be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: 10:00 A.M., Friday, April 28th, 2017 (Weld County Purchasing Time Clock). PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein 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. You can find information concerning this request at two locations: On the Weld County Purchasing website at https://www.weldqov.com/departments/purchasinq located under "Current Requests". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Govemment 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. Did Delivery to Weld County — 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids @ w e I d g o v . c o m . Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email B1700089 1 r 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 if you have 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 be the bid of the individual signing. When requested by the Weld County Director of General Services, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. 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. 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. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Director of General Services for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Director of General Services; 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. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. 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. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). 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. 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 the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. 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, 61700089 Page 2 4 through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §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 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. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial 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. If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will attempt to contact the bidder in order to allow the bidder to seek an appropriate court order preventing disclosure. Without such an order, Weld County will release the requested information in accordance with CORA. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or B1700089 Page 3 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. I. 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 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. 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 B1700089 Page 4 be the basis of any increase in the compensation payable hereunder. 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: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. 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 B1700089 Page 5 1 beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. 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 of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, 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 County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: 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. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders 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 shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services 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. Successful bidder shall be responsible forthe payment of any deductible or self -insured retention. County reserves the right to require Successful bidder 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 coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. 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 B1700089 Page 6 • performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder 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 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. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder 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. Successful bidders 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 B1700089 Page 7 property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder 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's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Successful bidder. Successful bidder 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 agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. 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. B1700089 Page 8 SPECIFICATIONS AND SCOPE OF WORK: This project consists of a cosmetic remodel of the Training Center located at 1104 H -Street, Greeley. Scope of work: This project will consist of an interior finish remodel of the classroom finishes as well as replacing the kitchen cabinetry. In addition to plans and specifications attached, work shall include: 1. Provide interior finishes throughout the space 2. Plans and specifications for the remodel are attached 3. Removal and installation of all appliances, and sinks need to accomplish the upgrade. These items will be reused and reinstalled by the contractor. 4. Replace all of the floor tile and wall coverings. It is anticipated that sheetrock will be damaged during the removal of the wall coverings. Therefore, the contractor will be responsible to repair/replace the sheetrock and provide a smooth finish which to adhere new wall covering material. 5. Reuse of existing light fixtures is expected. However, contractor is responsible for cleaning the fixtures prior to reinstallation. 6. Patch and paint of walls as required. 7. Anticipated construction start date is June 25, 2017 8. ALL CONSTRUCTION MUST BE COMPLETE BY JULY 24, 2017. 9. Construction is anticipated to be conducted at normal business hours or via long days Access and staging will be discussed at pre -bid meeting 10. Project will be permitted through Weld County. Fees for permits will be waived 11. Installation shall meet all applicable building and electrical codes 12. Davis -Bacon and Buy American requirements are NOT required 13. Bids over $50,000 will require a payment and performance bond 14. Contractor will be required to enter into a contract for this service A mandatory pre -bid conference will be held on Friday, April 14, 2017 at 11:00 AM, at the Weld County Training Center located at 1104 H -Street, Greeley, CO. Bids will be received up to, but not later than Friday, April 28, 2017 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID EVALUATION: All bids will be evaluated in accordance with the below criteria: • Proposed cost • Contractor's demonstrated qualifications with similar projects and ability to successfully complete this project. PROPOSED PRICING: TOTAL $ B1700089 Page 9 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1700089. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 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 BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE" WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Julie Cozad, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Director of General Services B1700089 Page 10 GENERAL NOTES: aldaM o u&se Ai»lu No,SNOI33a.,,NWN Yt3 ONI1lllSHOO - ONINMIIS - aNnso 311N3 W S N O I S 3 O hdl)iJPw C4 LL W 0 ≥ W Q a a 0 coD z 1331:11.8 1110. L31N3O ONINIV I1 ALNf1OO O13M SALON T/tl3N3O F133N6 tlSndO 4 9003110 'J 11<g�9e 'p nOD SNDIB30.\3111 W IN DtZ9 E[D Ote ONLLlf1SNOJ - ONINIMW - 37011D31IHJtlV S N OI S 3 0 11aI)jJPV\I LCDOD Ol]Y33K.I.l H• 1014 3-13340..1 133p1S N LOLI U31.N30 ONINIViLL A1Nf1O0 013M 83101+ I NVId N0Wl0W30 Ia ti s § e - to € it it 1 1 t iI�p ' 1¢ Rod Itt. ! e fI hy a Fe t lR- ti al I: i li 21, II! ti ,gtK = i 1i I o I F ill. 6ti° ,II �i $I •�� !3 k.I _ - t [i� eit I I3.! i!! is iii li,ir . I�I� g€$ i 1333E R I Iii 9 aza4 a°.`4 die 6Y iF . o el ° g dR poi ak fib° ;p y iii -ii iti ��i��ii i iiii4 ll J 3_ii$ Eiiii i i i fie ii i Zfin ■ Fall SId0x10 7 P nO0 SNO,OJOA,IHwV W DfN-E[D 015 ONLLlf SNOJ ONINNVId- 3bfLLJ311HJtlV S N 0 I S 3 O al f; SOS'S Of WO LCOOD 00Vtl1H VOL O 13]NO 7:131N3a eNINIV LL A1N(lO7 013M Clh'130I L31003H 36 101 NA gist# t I r O U888dR}33 q6a 91:9 U8!91.7 x, 1603 SNf]IH3UA3lMTMN GYLvEL9 OL6 ONILIl1SNO3 - ONINM/Id 3UI1L3311HDMV S N 9 I S 3 0 F1d 71JPv\j It -s 00.13100 tl18 X M33MO 2i31N3Z ONINIVLIl J\1NflOJ O13M SWAM I $rle103 I3U IXYId 61001 ,1 W00'asidga lwaimatriY 8telreL70L• `JNIlIl18N07- pNINNvId- Mell11J311MJNV S N O 1 S S a Flal>IJE'VV t COO* OCV O 9 N ia3314 2131N30 ONINIVIAL A1NfOO 013M On:T03l 1Y $1dlOili Ge I191g :II ;it � ��'fir if;iEe �`�'�xp!Iti11ililI _ ct�lY 5I ! I 1 I I!It;! �I I; t41 III Ii A sI EI i�+ II Cj !i a I ggI, 11 lit! a RI! Oiei11��P1Yr 1;1; lgl 4 1.1 0! � I It p1 i!'ll P eoP 6I I i w I RyR�fei DI ! !!'g; 3i i6 rjt e:dJ e�1gq [`e ; t! PI J: 'II I9 a !!bt;31 VIII!! II ` I�lp 9 Ili ! ; fili (7' 1 jili ° 3 iY,'e � i1 tl1Cllf iig p` 1 I' ! F!I (114 �f ;! �! 1! `il 1 eft CCs A�a � i6 � �al ��� ° a !) � � � t ilI�I i ao R d� 8! ��� gff r� � �� aj � � Iii!1E III I . • • • t_ __ f e _ e f a . A J 0 V I- O U W ABBREVIATIONS 0 S W 0 y � S `q Dui �� I I 5 I IG i} y ibe� A e1�9 5 ty ; p 7AlEC1 IC9� gl I'll �y1�i 1 �� �� PC�� s a t!� �Ipl ! doll( Iii Icg! 11 Ell Ili S $ �� �! ii6� 1'1_ i; !: � � I $I� l�al ��� Ill ilA ilic_ _! aGGIIYeela Isiies Pie IlY12 Ac G GC IP€ . @itiel 53 iiIIIIIIIle i! pp iitat b a-4HW ae►kEai .et eI1 Iii ties �a i sI i sI i l Ii . II li I It e s Idi JJc�l;!Il�11!I IellIIIl !I !I � op I • L .1 I. gI' q I, � Ii i 6� hi hi E IF g LI I tI III Ili ; Ili III ;li !II III III III III Ill ill �� 'El!I" I iii; I Eli Ai .li Ei! .Ii ;Ii III aka Hi i NU 0 a U• El- IF ITO F o o 'a P -I171:Y:" f• } w" ME] P e ! 5� I lll� III!j'sIas 11 $ !! a it 1l, s i Pf ..� , E l ! 1YiQ ! di di 3a gi C I g ip !II [e oI @eb! A A A III A AY AY ! Ai AI jyi i i le 2F I ep l p 1 a @ 1 Vaassa• • •O■ool®aa•i[5l:20, [ EOM ui I ip a z W Z O a 1n 0 V In 0 V 2 0 0 U - +rk:r�r�rrkri;�rrrr�s,erR 9g WOJ' SN9IS30,1,1.VIN C1G'OLU OM, 1115NU_l - 9NINNVIa - 3af11JA11HJL V S N 9 I S 3 O Fial)1JPw GENERAL NOTES KEY NOTES ® 1[YOa DGIVH03W9 H 0Oll a31N30 ONINIVLIl ALNn00 a13M tNV1d ig01i u3Mod a1 7h 3 U 0 LL O 4W O PARTIAL POWER PLAN GENERAL NOTES WOO9NO1133OA3INtivry St ZS ELS. ow ON 311X3• ♦lS N-v0INN'le Sn 3 a n a i)1 J P W 0 m r w g alS 1.013 N31NaO SNINIVtll AINflOO Ol3M 9440114 1t10013 ONILHOll 0 •g .n .e ._ .g .g .g .5 .5 .0 .g .g .e .1 0 O oa0I•brut' 4/ 1 y I J 0 0 O tL 0 O W 0 O U co 9 N w 5 0- WOO SN9193aA3,Aavry • F1'f LO OLti ',NU IfISNOS ONINNVId' dNIIJ t,dII :]NV S N VI S 3 ❑ 1[900 00 133t119 N b31e0 N3IN3J ONINIVL{1 ALNf10J ❑l3M SNOISVQIS1O3SS T+JIU 11 ��P6 e� 6 S Re ! ° ! l i4P p{ !.� e£ i. 1 �9'e j ���■ d r �' " 1 $ix ri @qe• IE g� ", d1 x gy s. 9i��e i 8 �� o; ; E! �t g� ! O I9r!Viwl; i r 4 �b�g �� i 9g 5l�1�! � ptiP ��5 d P S� 1 iP ftgigl �° ° ■ g a e • ■I!i fI. !.I ; • co LU E ! i� � t� s IEP iee s ° °a ■0! bd i q A c! i �(q c ! i ;10 j g e t ₹e 6 1 i p g�E 4 4g .f. p it i �igi4P! �6p �� �8��! f II 1 12 ! I ■ �exE I 41 [££i�t ° f e ( e i e t £r! P £ 1 E I. e" i, ■ NIP! � p r ER ° f t! � !� 19 �i �" >f • i !t i Virg e f (All 1 ( f ! ' l diili i°� Pi -e PO i� i $ e [. ii gL@ ff I �9A e f ���! 3 ! 1 df IN' ! � c �7 si� t t lgl��e ��� ;i1Ri ■1 {! t g ° g �e� ! ft ��� g� 9f ��£tt�l�g 1IIIIg I 4,s p���a€�`i' g � ''eE� i � �g t; ! i yy + �g t i�tt �a £ j '2g - ' Dg ii yy��j,1 " y iE `` �� �A Etl ! s,'! pS�P r�₹�ggkk ■" " � t !£ �]e iP 11 £ 2 " RE 4$ !yell! vi i d !till �� 'l ht i-11� le i £5�Q i1€ igr ' �£ e £ ! 104 a� ( �•i� B !!i � I.? iEvi E �e 5 •f a tE t g. 9° i 11J °i u 5 now ig t1 '� �y'� �-g 1 1 � i i � t 1t .(!`r � g i it, ir�l , �;rho. itr�� 4 @ ° i ! gii ?9� !•�4� �a i� gee et et��� i apa�� �1iI�i "� d°' . 4tl� g ig i ��gy $g�� 1 1 1<'p�`C6 c e±q±y����y■y (rFF£t 4g 3 7i �y�y �'y GFCF ° /5e/5 IiI a !� �!°�» ,� • i" P..l ! �1�5+�f»11.•ifdlPt��PwF�iPle��i�iiSe1 ��fi�,F15��. grid • .l .9 ADDENDUM#2 BID REQUEST NO. B1700089 J W • 2• 0 W W re re ILI H O ZLu ✓ oo O 0 Z C Z� m I- F - ov.com• d PLEASE NOTE THE FOLLOWING, SIGN AND EMAIL BACK TO bids AMMEND STEP 8 AS FOLLOWS: 8. ALL CONSTRUCTION MUST BE COMPLETED BY SEPTEMBER 1, 2017 on file. Thank Your* 0 v 'O m C ***We need si Addendum received by: 2 re LL N N W re G G a CITY AND STATE W J H H April 17, 2017 ADDENDUM#3 BID REQUEST NO. B1700089 w 8 a 0 m es .o es a m L v m £ d o to J V W •C Z' a a � � v c m a C V CL 7 0 o a ZO a m Wolf O c to O • m o. 2 2-2 m a m m cu r co E -o to aa- m PLEASE NOTE THE FOLLOWING, SI O m • W avj on file. Thank Youl*** 0 v 0 m C *We need si Addendum received by: f re LL N U) W re a a a CITY AND STATE W J H F April 25, 2017 SideOLio U8 6e"p` m SIu MOO SNOIS OABTMWW elateo13 NLL, OOsNOO - 3.tNNYLA - 3Nn.,3.lHow, SNOIS 3 O laI>1Jpw TENANT FINISH NOTES: w §z 0611210100 ,00 Aaua t131N 30 ON I N I V tll .LLN II OO 013M O D I- w O O U O Z C J m m 631ON T/N3N3O 1133X6 tl3AO3 'H I ewnenn ♦ m maw. a b avv n.m ® *Os SI(10:1oO ud�se'p� 3 MO0SNO1930A3-IMWtf fftZi'CLY OL0 ON111f1SNO7 - ONINN1(ld - 3tlf110311N3NO S N `J I S 3 0 Fiat>1JPW :`I 'CYpt fxn1tO1O0'A3133110 13314511 'Olt el31N30 013M 031ON / NYIS .10.111O143a 4 ='s °, 'ss .14 1;— !E lldea+o ? ,_ 68 er p. 1'%00 SNO 930A31MLV W ONLL1fl NOJ - ON3NNYId • 30lLL031INO01/ 3 N O I S 3 O raI)1Jpw 1{'606 ,h1.334.136414011300 L131N30 ONINIY L JLLNf1O3 013M 611Y1301631003N06 IWYld 0001! 1. L I s..o & YIMN go O4fl !N wxryrr�)aur�s•...))154“A n , Zr sydeJuO J u8!ne p 1103 SNIOHSOh31S1HV 9YL9'CL9 0,8 O#lI11f16NO3 £NJINNVIS - 3tl0103 I 1.0 V S N O I S 3 0 Fiat)jJPw 4 A MOM [01,110103 ' A 3133H0 133211S H POI L. Ll31N3O ONINI` IAL ALN(1OD af3M 611V13o I Sa'YLO3HJS Mosystiiii i 1 44 I! wouwo Irmo. ro - wsoao. w. sr. .aura po pocor-,taupao. V if ADDENDUM#4 BID REQUEST NO. B1700089 TRAINING CENTER REMODEL Buildings & Grounds Dept. PLEASE NOTE THE FOLLOWING, SIGN AND EMAIL BACK TO bids(d!weldaov.com: On Sheet Al make the following changes to Step 1 under A. Cabinets and Countertops as follows: A. Cabinets and Countertops 1. Replace existing cabinets. A. Laminate — Poinite Spice, Walnut WW561. 2. Replace existing countertops A. Conan - Matterhorn (Tarra Collection) 3. Chairs and Tables by Weld County A. Chairs - Haworth Surface Collection Fabric: Blanket Grade A Color Fort 4H -FT. We need sinned copy on file. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY TITLE April 26, 2017 X Nz r3= -r '3 SPECIFICATIONS AND SCOPE OF WORK: This project consists of a cosmetic remodel of the Training Center located at 1104 H -Street, Greeley. Scope of work: This project will consist of an interior finish remodel of the classroom finishes as well as replacing the kitchen cabinetry. In addition to plans and specifications attached, work shall include: 1. Provide interior finishes throughout the space 2. Plans and specifications for the remodel are attached 3. Removal and installation of all appliances, and sinks need to accomplish the upgrade. These items will be reused and reinstalled by the contractor. 4. Replace all of the floor tile and wall coverings. It is anticipated that sheetrock will be damaged during the removal of the wall coverings. Therefore, the contractor will be responsible to repair/replace the sheetrock and provide a smooth finish which to adhere new wall covering material. 5. Reuse of existing light fixtures is expected. However, contractor is responsible for cleaning the fixtures prior to reinstallation. 6. Patch and paint of walls as required. 7. Anticipated construction start date is June 25, 2017 8. ALL CONSTRUCTION MUST BE COMPLETE BY JULY 24, 2017. 9. Construction is anticipated to be conducted at normal business hours or via long days Access and staging will be discussed at pre -bid meeting 10. Project will be permitted through Weld County. Fees for permits will be waived 11. Installation shall meet all applicable building and electrical codes 12. Davis -Bacon and Buy American requirements are NOT required 13. Bids over $50,000 will require a payment and performance bond 14. Contractor will be required to enter into a contract for this service A mandatory pre -bid conference will be held on Friday, April 14, 2017 at 11:00 AM, at the Weld County Training Center located at 1104 H -Street, Greeley, CO. Bids will be received up to, but not later than Friday, April 28, 2017 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID EVALUATION: All bids will be evaluated in accordance with the below criteria: • Proposed cost • Contractor's demonstrated qualifications with similar projects and ability to successfully complete this project. i by lea t u.� n1 y J, i g- n -6 a s/c r c(' hid PROPOSED PRICING: TOTAL $ 120 07'-1 Ue e( hcvo uichh c.eGcf 3 3& 2 fur iIorrm(uvu bond Otg pro y d is OW. r 0, coo, 81700089 Page 9 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1700089. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM TCC Corporation BUSINESS ADDRESS 561 E Garden Drive, Unit D CITY, STATE, ZIP CODE Windsor, CO 80550 TELEPHONE NO 970-460-0583 FAX 970-460-0871 TAX ID # 84-0964449 PRINTED NAME AND TITLE Ernie Crownover, President SIGNATURE Z7 E-MAIL ecrownovertcccorp.net DATE April 28, 2017 **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Julie Cozad, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Director of General Services B1700089 Page 10 2 TCCCORPC ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD Y) 5/22/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Holmes Murphy Colorado 7600 East Orchard Rd, Ste 330 South Greenwood Village, CO 80111 ppNN}} NAMEACT Sarah Sakala (NC, No, Eri): 720.622.8248 I FAX ' No): E-MAIL ADDREss: ssakala@holmesmurphy.com INSURER(S) AFFORDING COVERAGE NA ILS INSURER A: Addison Insurance Company 10324 INSURED TCC Corporation PO Box 567 561 E. Garden Drive, Unit D Windsor, CO 80550 INSURERB: Pinnacol Assurance Company 41190 INSURER C INSURERD: INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN RED��U�YC�EEFDDF BY PAID CLAIMS. RR TYPE OF INSURANCE INSR BURR POLICY NUMBER (MMDD/YYTY) (MMIDDSYYYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X 60481608 09/15/2016 09/15/2017 EACH OCCURRENCE $1,000,000 ICLAIMS -MADE X OCCUR PREMISES (Eaaarrrence) $500,000 MEDEXP(Anyoneperson) $10,000 X PD Ded:500 PERSONALS ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES X JECT O PER: LOC GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGO s2,000,000 $ A AUTOMOBILE X X _ LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS X SCHEDULED AUTOS NON -OWNED AUTOS X 60481608 09/15/2016 09/15/2017 COMBINED SINGLE LIMIT 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) E PROPERTY DAMAGE (Per accident) $ $ A x UMBRELLALIAB EXCESS LIAR X OCCUR CLAIMS -MADE 60481608 09/15/2016 09/15/2017 EACH OCCURRENCE $2,000,000 AGGREGATE $2,000,000 DED X' RETENTION$O $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) It Yes, describe under DESCRIPTION OF OPERATIONS below N/A )( 4021079 0]/01/2016 07/01/2017 X I STATUTE I IFORH- E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more apace le required) RE: Training Center Remodel As required by written contract or written agreement, the Certificate Holder is included as Additional Insured under the General Liability with respect to the above referenced project (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Weld County, Colorado 1150 O Street Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2014/01) 1 of 2 8S287125/M233824 ® 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NICK1 DESCRIPTIONS (Continued frem , Page 1) As required by written contract or written agreement, a Waiver of Subrogation in favor of the Certificate Holder applies to the General Liability, Auto Liability and Worker's Compensation policies with respect to the above referenced project. SAGITTA 25.3 (2014101) 2 of 2 71S287125/M233824 Bond No. PB12266800093 Document A312TM - 2010 Conforms with The American Institute of Architects AIA Document 312 Performance Bond CONTRACTOR: (Name, legal status and address) TCC Corporation 561 E Garden Dr. Unit D Windsor, CO 80550 OWNER: (Nave, legal status and address) Weld County, Colorado 1150 0 Street Greeley, CO 80631 CONSTRUCTION CONTRACT Date: SURETY: (Name, legal status and principal place of business) Philadelphia Indemnity Insurance Company One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-1403 Mailing Address for Notices One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-1403 Amount $ $120,074.00 (One Hundred Twenty Thousand Sal Description: Training Center Remodel; Bid #6170( (Name and location) BOND Date: Sot? — / 1 (Not earlier than Construction Contract Date) Amount: $ $120,074.00 (One Hundred Twenty Thousand Set Modifications to this Bond: ® None O See CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) TCC Corporation Signature: Name teeth.. Caw 4 a.$. and Title: Ant 4,,,„4 This document has Important legal consequences. Consultation with an attorney is encouraged with respect to Its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Aelk HOLMES MURPHY. IMPORTANT Enclosed bond and power of attorney forms are not dated. Date of the bond cannot be prior to the date of the Contract. Please be sure to complete the forms using the date of the Contract when that is determined. Thank you. S oZoZ-�1 (Any additional signatures appear on the last page of this Performance Bond.) (FOR INFORYIATIONONLY —Name, address and telephone) AGENT or BROKER: Holmes Murphy 7600 East Orchard Road, Suite 330 South Greenwood Village, CO 80111 (720) 622-8357 SURETY Company: (Corporate Seal) Philadelphia Indemnity Insurance Company Signe Name and Title: C. Brown ttorney-in-Fact OWNER'S REPRESENTATIVE: (Architect, Engineer or other party:) S-1852/AS 8/10 § 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. § 2lfthe Contractor performs the Constmction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the Contractor's performance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner's notice, request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10) business days of the Surety's receipt of the Owner's notice. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction ContraeL § 4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. § S When the Owner has satisfied the conditions of Section 3, the Surety shall promptly and at the Surety's expense take one of the following actions: § 5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; § 5.2 Undertake to perform and complete the Construction Contract itself; through its agents or independent contractors; § 6.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange fee a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default or § 6.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or .2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. § 6 If the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Section 5.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without farther notice the Owner shall be entitled to enforce any remedy available to the Owner. S-1852/AS 8/10 § 7 If the Surety elects to act under Section 5.1, 5.2 or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication, for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Section 5; and .3 liquidated damages, orlf no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. § 8 If the Surety elects to act under Section 5.1, 5.3 or 5.4, the Surety's liability is limited to the amount of this Bond. § 9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors and assigns. § 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. § 11 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fans to perform its obligations under this Bond, whichever occurs first if the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. § 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so finished, the intent is that this Bond shall be construed as a statutory bond and not as a common lawbond. § 14 Definitions § 14.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract § 14.2 Construction Contract The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. § 14.3 Contractor Default. Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract. § 14.4 Owner Default Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 14.6 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. § 15 if this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. 8-1852/AS 8/10 § 16 Modifications to this bond are as follows: (Space is provided below for addiNonal signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Address Name and Title: Address 5-1852/AS 8/10 Bond No. PB12266800093 Document A312TM — 2010 Conforms with The American Institute of Architects AIA Document 312 Payment Bond CONTRACTOR: (Name, legal status and address) TCC Corporation 561 E Garden Dr. Unit D Windsor, CO 80550 OWNER: (Name, legal status and address) Weld County, Colorado 1150 O Street Greeley, CO 80631 CONSTRUCTION CONTRACT Date: SURETY: (Name, legal status and principal place of business) Philadelphia Indemnity Insurance Company One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-1403 Mailing Address for Notices One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-1403 Amount: $ $120,074.00 (One Hundred Twenty Thousand Seventy-four And No/100THS) Description Training Center Remodel; Bid #B1700089 (Name and location) BOND Date: 5-aa- I 1 (Not earlier than Construction Contract Date) Amount: $ $120,074.00 (One Hundred Twenty Thousand Seventy-four And No1100THS) Modifications to this Bond: ® None ❑ See Section 18 CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) TOO Corporation Philadelphia Indemnity Insurance Company SURETY Company: This document has Important legal consequences. Consultation with an attorney Is encouraged with respect to its completion or modification. My singular reference to Contractor, Surety, Owner or other party shag be considered plural where applicable. (Corporate Seal) Signature: -'0`^4- Sign Namo etraell.t +w +s.+4 -w Namo and Title: - PKaat ad,. and Title: arah C. Brown Attorney -in -Fact (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFORMAT7ON ONLY — Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect, Engineer or other party) Holmes Murphy 7600 East Orchard Road, Suite 330 South Greenwood Village, CO 80111 (720) 622-8357 S-2149/AS 8/10 § I The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract which is incorporated herein by reference, subject to the following terms. § 2 If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. § 4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety's expense defend, Indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit. § 5 The Surety's obligations to a Claimant under this Bond shall arise after the following § 6.1 Claimants, who do not have a direct contract with the Contractor, .1 have furnished awritten notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety (at the address described in Section 13). § 6.2 Claimants, who aro employed by or have a direct contract with the Contractor, have sent a Claim to the Surety (at the address described in Section 13). § 6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to finish a written notice of non-payment under Section 5.1.1. § 7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions: § 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and § 7.2 Pay or arrange for payment of any undisputed amounts. § 7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7.1 or Section 7.2, the Surety shall indenudfy the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. § S The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's fees provided under Section 73, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. § 9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work 8-2149/AS 8/10 § 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that arc unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. § 11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. § 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contractis located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If theprovisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. § 14 When this Bond has been furnished to comply with a statutory or other legal requirement In the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 16 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy oft is Bond or shall permit a copy to be made. §16 Definitions § 16.1 Claim. A written statement by the Claimant including at a minimum: . 1 the name of the Claimant; .2 the name of the person for whom the labor was done, or materials or equipment furnished; .3 a copy oftbe agreement or purchase order pursuant to which labor, materials or equipment was furnished for use in the performance of the Construction Contract, . 4 a brief description of the labor, materials or equipment furnished; . 5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant; and .8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim. § 16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract The term Claimant also includes any Individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. § 16.3 Construction Contract The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. S•2149/AS 8/10 § 16.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perfoml and complete or comply with the other material terms of the Construction Contract. § 16.6 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. § 17 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. § 78 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than thaw appearing on the cover page) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Address Name and Title: Address S•21491AS 8110 370 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Todd D. Bengford. Mark Sweigart, Donald E. Applebv, Sarah C. Brown, Susan J. Lattarrrb and Florietta Acosta of Holmes Murphy and Associates. LLC. its true and lawful Attorney -in -fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25,000,000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14° of November, 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF. PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 14.m DAY OF NOVEMBER. 2016. Olt! r ? i VT f //�� L 27 4} i 19 'r L • r? 4; • ,e () Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this l4° day of November, 2016, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. c0w4CNwrAaTu_ar t rmrwas Marta Mors Norm, Miry ►Mf c tow wren Tae., awry KrC � MI .will ri....,...,. (Notary Seal) Notary Public: residing at: My commission expires: ti-,- Na,vP Bala Cynwyd. PA January S.2018 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 14a day of November, 2016 are true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of . 20 _ Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 May 3, 2017 To: Board of County Commissioners From: Toby Taylor Subject: Training Center Remodel; Bid #61700089 As advertised, this bid to remodel the classrooms in the Training Center. The low bid is from TCC Corporation and meets specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to TCC Corporation in the amount of $120,074.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Gall- lat-ly f3Goo 19 WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwalterseco.weld.co.us E-mail: reverettco.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: APRIL 28TH, 2017 REQUEST FOR: TRAINING CENTER REMODEL DEPARTMENT: BUILDING & GROUNDS DEPT BID NO: #B1700089 PRESENT DATE: MAY 3R° 2017 APPROVAL DATE: MAY 17TH, 2017 VENDOR TOTAL TCC CORPORATION 561 E GARDEN DRIVE, UNIT D WINDSOR CO 80550 *Toby is reviewing the bid at this time. $120,074.00 2017-1244 5/3 5,O0'9 Hello