HomeMy WebLinkAbout20181166.tiffAGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY & L4 CONSTRUCTION & ENVIRONMENTAL
1105 H STREET REMODEL
THIS AGREEMENT is made and entered into this g day of m v , 201?, 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 L4 Construction & Environmental whose address
is 304 Main Street, Unit C. Lyons, CO 80540, 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.
B1800086". 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.
LoNs_52,9,d- edry-10146ree
de) —r-r/s c›vg- itly6
(6_ is ?k=o
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
$79,369.00, 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.
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: L4 Construction & Environmental
Attn.: Matt Lamar, President
Address: 304 Main Street, Unit C
Address: Lyons, CO 80540
E-mail: mlamar@l4construction.com
Telephone: (970) 628-0047 ext. 200
County:
Name: Toby Taylor
Position: Director of Buildings and Grounds
Address: 1105 H Street
Address: Greeley, CO 80632
E-mail: ttaylor@co.weld.co.us
Facsimile: 970-304-6532
18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State
laws, rules and regulations in effect or hereafter established, including without limitation, laws
applicable to discrimination and unfair employment practices.
19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use
other Contractors or persons to perform services of the same or similar nature.
20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto
and incorporated herein, contains the entire agreement between the parties with respect to the
subject matter contained in this Agreement. This instrument supersedes all prior negotiations,
representations, and understandings or agreements with respect to the subject matter contained in
this Agreement. This Agreement may be changed or supplemented only by a written instrument
signed by both parties.
21. Fund Availability. Financial obligations of the County payable after the current fiscal year
are contingent upon funds for that purpose being appropriated, budgeted and otherwise made
available. Execution of this Agreement by County does not create an obligation on the part of
County to expend funds not otherwise appropriated in each succeeding year.
22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-
50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld
County has any personal or beneficial interest whatsoever in the service or property which is the
subject matter of this Agreement.
23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal,
or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and
enforced without such provision, to the extent that this Agreement is then capable of execution
within the original intent of the parties.
24. Governmental Immunity. No term or condition of this contract shall be construed or
interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections
or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as
applicable now or hereafter amended.
25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of
the terms and conditions of this Agreement, and all rights of action relating to such enforcement,
shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or
allow any claim or right of action whatsoever by any other person not included in this Agreement.
It is the express intention of the undersigned parties that any entity other than the undersigned
parties receiving services or benefits under this Agreement shall be an incidental beneficiary only.
26. Board of County Commissioners of Weld County Approval. This Agreement shall not
be valid until it has been approved by the Board of County Commissioners of Weld County,
Colorado or its designee.
27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant
thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any
provision included or incorporated herein by reference which conflicts with said laws, rules and/or
regulations shall be null and void. In the event of a legal dispute between the parties, Contractor
agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute.
28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees
that it does not knowingly employ or contract with an illegal alien who will perform work under
this contract. Contractor will confirm the employment eligibility of all employees who are newly
hired for employment in the United States to perform work under this Agreement, through
participation in the E -Verify program or the State of Colorado program established pursuant to
C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien
to perform work under this Agreement or enter into a contract with a subcontractor that fails to
certify with Contractor that the subcontractor shall not knowingly employ or contract with an
illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or
State of Colorado program procedures to undertake pre -employment screening or job applicants
while this Agreement is being performed. If Contractor obtains actual knowledge that a
subcontractor performing work under the public contract for services knowingly employs or
contracts with an illegal alien Contractor shall notify the subcontractor and County within three
(3) days that Contractor has actual knowledge that a subcontractor is employing or contracting
with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing
or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not
terminate the contract if within three days the subcontractor provides information to establish that
the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall
comply with reasonable requests made in the course of an investigation, undertaken pursuant to
C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor
participates in the State of Colorado program, Contractor shall, within twenty days after hiring an
new employee to perform work under the contract, affirm that Contractor has examined the legal
work status of such employee, retained file copies of the documents, and not altered or falsified
the identification documents for such employees. Contractor shall deliver to County, a written
notarized affirmation that it has examined the legal work status of such employee, and shall comply
with all of the other requirements of the State of Colorado program. If Contractor fails to comply
with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate
this Agreement for breach, and if so terminated, Contractor shall be liable for actual and
consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if
Contractor receives federal or state funds under the contract, Contractor must confirm that any
individual natural person eighteen (18) years of age or older is lawfully present in the United
States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits
provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or
affirms under 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 3 day of
1Y)My ,2013.
CONTRACTOR:
L4 Construct' & Environmental
By: 7-2'
Name: MttfLamar
Title: President
Date 5/8/18
WELD COUC./..f �
ATTEST: ��jj''
BOARD OF COUNTY COMMISSIONERS
Weld Vo n CI -k to t W LD COUNTY, COLORADO
BY:
Deputy Cl k t• the Bo
°"1 -12.0604 -.1, -
Moreno, Chair MAY 14 2018
APPROVED AS TO FUNDING: N��,t` PROVED A, TO SUBSTANCE:
Controller
APP VEDA TO FORM:
County Attorney
Elected O icial or Department Head
r raka;J ►li ckA5 -'
0&,/1-//66,
A� o® CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
05/03/2018
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
ISU Insurance Services of Colorado
350 Indiana Street, Suite 750
Golden CO 80401
CONTACT Tern Hauk
NAME:
(A/C No. Ert): (303) 534-2133 I FAX
n Xc, No): (303) 892-5579
E-MAIL thauk@isuinsurance.com
ADDRESS:
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A: Western Pacific Insurance Network, Inc.
INSURED
L 4 Construction LLC
PO Box 409
Lyons CO 80540
INSURER B Liberty Mutual
41785
INSURER C : Pinnacol Assurance Co
41190
INSURER D : Westchester Surplus Lines Ins Co
INSURER E :
INSURER F :
COVERAGES
CERTIFICATE NUMBER: 18-19 Master
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TYPE OF INSURANCE
NSD
SUBREFF
W VD
POLICY NUMBER
(MMPOLICY /DD/YYYY)
POLICY EXP
(MM/DD//YYYY)
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
Y
Y
103 GL 0022662 00
03/12/2018
03/12/2019
EACH OCCURRENCE
$ 1,000,000
CLAIMS -MADE
X
OCCUR
PREMISES (Ea occurrence)
$DAMA50,000
MED EXP (Any one person)
$ 5,000
PERSONAL BADV INJURY
$ 1,000,000
GEN'LAGGREGATE
P
POLICY
OTHER:
X
LIMITAPPLIES
PRO
JECT
PER:
LOC
GENERAL AGGREGATE
$ 2,000,000
PRODUCTS - COMP/OPAGG
$ 2,000,000
Employee Benefits
$ 1,000,000
B
AUTOMOBILE
X
_
-
LIABILITY
ANY AUTO
OWNED
AUTOS ONLY
HIRED
AUTOS ONLY
-
_
SCHEDULED
AUTOS
NON -OWNED
AUTOS ONLY
Y
Y
BAS56495605
01/09/2018
01/09/2019
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
Uninsured motorist
$ 1,000,000
A
_
UMBRELLA LIAR
EXCESS LIAB
OCCUR
CLAIMS -MADE
Y
Y
AUX4195098 00
03/12/2018
03/12/2019
EACH OCCURRENCE
WREN
$ 3,000,000
AGGREGATE
$ 3,000,000
DED I I RETENTION $
$
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY v / N
ANY PROPRIETOR/PARTNER/EXECUTIVE ❑
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N/A
Y
4178182
11/01/2017
11/01/2018
I PER I I OTH-
STATUTE ER
E.L. EACH ACCIDENT
1000000
$ ,,
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
1000,000
$ ,
D
Pollution Liability
Y
G71125002001
04/30/2018
03/12/2019
General Aggregate Limit
Ea Pollution Condition
Deductible
$2,000,000
$1,000,000
$5,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
The Certificate holder is listed as an additional insured with regard to general liability, umbrella liability and pollution liability. A Waiver of Subrogation is
afforded to the certificate holder in regard to general liability, auto liability, umbrella and work comp coverages.
CERTIFICATE HOLDER
CANCELLATION
Weld County
1150 H 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 (2016103)
® 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
Fly hLr .T
REQUEST FOR BID
WELD COUNTY, COLORADO
1150 O STREET
GREELEY, CO 80631
DATE: MARCH 21, 2018
BID NUMBER: B1800086
DESCRIPTION: WC BLDG - 1105 REMODEL
MANDATORY PRE -BID CONFERENCE DATE: MARCH 30, 2018
BID OPENING DATE: APRIL 13TH, 2018
1. NOTICE TO BIDDERS:
The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing
Director (collectively referred to herein as, "Weld County"), wishes to purchase the following:
WELD COUNTY BUILDING — 1105 H STREET REMODEL
A mandatory pre -bid conference will be held at 1:30 p.m., on Friday, March 30th 2018, at the Weld
County Building. The Weld County Building is located at 1105 "H" Street, Greeley, CO. Bidders must
participate and record their presence at the pre -bid conference to be allowed to submit bids.
Bids for the above stated merchandise, equipment, and/or services will be received at the Office of the Weld
County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley
CO 80631 until: (10:30AM on (Friday, April 13th, 2018) (Weld County Purchasing Time Clock)
PAGES 1 - 11 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST
NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 11 MAY
BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 11.
2. INVITATION TO BID:
Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services.
Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and
discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County
to pay if awarded the bid. Merchandise and/or equipment shall be delivered to the location(s)
specified herein.
You can find information concerning this request at two locations: On the Weld County Purchasing
website at http://www.co.weld.co.us/Departments/Purchasing/index.html located under "Current Requests".
And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet
Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and
governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this
one centralized system.
Bid Delivery to Weld County - 2 methods:
1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com. Emailed
bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An
email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is
requested, you must submit/mail hard copies of the bid proposal.
2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid
B1800086 1
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 the bid of the individual signing When requested by the
Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on
behalf of a corporation shall be furnished All corrections or erasures shall be initialed by the person signing
the bid All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or
instructions of this bid as stated or implied herein All designations and prices shall be fully and clearly set
forth All blank spaces in the bid forms shall be suitably filled in
Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing
Director, said request being received from the withdrawing bidder prior to the time fixed for award Negligence
on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been
awarded
Late or unsigned bids shall not be accepted or considered It is the responsibility of the bidder to ensure that
the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1 ,
entitled, "Notice to Bidders " Bids received prior to the time of opening will be kept unopened in a secure
place No responsibility will attach to the Weld County Controller/Purchasing Director for the premature
opening of a bid not properly addressed and identified
In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference
to resident Weld County bidders in all cases where said bids are competitive in price and quality Weld
County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to
multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the
best interests of Weld County The bid(s) may be awarded to more than one vendor
Terms Defined Terms used in these instructions to Bidders and elsewhere throughout the Contract Documents
are defined in the General Provisions, CDOT, Standard Specification for Road and Bridge Construction, Section
101
Qualification of Bidders Qualification statements, attached with this document, are required to be completed
by Bidders If requested by Weld County, a Statement of Qualifications will be completed for the
Subcontractors listed by the Contractor within 72 hours of the request Failure to submit qualifications may be
cause for rejection of Bids The Owner shall consider the following criteria in evaluating the Bidder's
qualifications following the opening of Bids
Experience and performance records on similar work Ability to
complete the Work within the Contract Time
Familiarization with the Work Before submitting his Bid, each prospective Bidder shall familiarize himself with
the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws,
ordinances, rules, regulations and other factors affecting performance of the Work He shall carefully correlate
his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of
the expense and difficulties attending performance of the Work The submission of a Bid will constitute an
B1800086 2
incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph
Interpretation of Contract Documents to Prospective Bidders Any prospective Bidder who discovers
ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make
a request to the Engineer for an interpretation thereof Interpretations will be made only by Addenda, duly issued,
and copies of each Addendum will be mailed or delivered to each Contract Document holder of record
Unless approved by the Controller/Purchasing Director, no interpretation Addenda will be issued
within the last seven (7) days before the date set for opening of Bids The Bidder shall be solely responsible
for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda
Preparation of the Bid Bidders are required to use the Proposal Forms which are included in this package
and on the basis indicated in the Bid Forms The Bid Proposal must be filled out completely, in detail, and signed
by the Bidder Bids by partnerships must be executed in the partnership name and signed by a partner His
title must appear under his signature and the official address of the partnership must be shown below the
signature Bids by corporations must be executed in the corporate name by the president or a vice president
(or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed
and attested by the secretary or an assistant secretary The corporate address and state of incorporation shall
be shown below the signature Names of all persons signing must be printed below their signatures A power of
attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder
Modification or Withdrawal of Bid Bids may be modified or withdrawn by an appropriate document duly
executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted
at any time prior to the final time set for receiving Bids Bidders may modify or withdraw Bids by electronic
communication at any time prior to the time set for receiving Bids provided the instruction is positively
identified Any electronic modification should not reveal the amended Bid price, but should provide only the
addition, subtraction or modification A duly executed document confirming the electronic modification shall be
submitted within three days after Bids are opened The Controller/Purchasng Dredor may at her sole discretion,
release any Bid at any time
4 AWARD AND EXECUTION OF CONTRACT
Basis of Award Only firm Bids will be considered The award of the Contract, if it is awarded, will be to the
lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids Weld County
intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to
best serve its interests The County reserves the right to waive informalities and/or irregularities and to reject
any or all bids
Evaluation of Bids The evaluation of Bids will include consideration of Subcontractors and suppliers All Bidders
shall submit a list of all Subcontractors he expects to use in the Work with the Bid The experience statement
with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to
perform work on the project The use of Subcontractors listed by the Bidder and accepted by County prior to the
Notice of Award will be required in the performance of the Work All Bidders shall submit with their Bid a list of
the suppliers as indicated in the Bid Forms
Contract Execution The successful Bidder shall be required to execute the Contract and to furnish the
Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar
days of receipt of the Notice of Award The Certificate of Insurance shall name Weld County as additional
insured Failure to execute the contract and furnish the required paperwork within the time frame mentioned
above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may
then be made to another Bidder, or the County may reject all Bids or call for other Bids The County, within ten (10)
days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the
successful Bidder will issue the Notice to Proceed
B1800086 3
In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the
Request for Proposal contained herein (including, but not limited to, product specifications and scope
of services), the successful bidder's response, and the formal acceptance of the bid by Weld County,
together constitutes a contract, with the contract date being the date of formal acceptance of the bid
by Weld County The County may require a separate contract, which if required, has been made a part
of this RFP
5 PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND
The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment
Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful
performance of the Contract and the payment of all obligations arising there -under The Bonds shall be executed
on the forms included with the Contract Documents by a surety company authorized to do business in the State
of Colorado and acceptable as surety to Weld County The Bidder shall deliver the Bonds to the Owner not
later than the date of execution of the Contract
6 INDIRECT COSTS
Governmental Fees The cost of all construction licenses, building and other permits, and governmental
inspections required by public authorities for performing the Work, which are applicable at the time Bids are
opened and which are not specified to be obtained by the County, shall be included in the Bid price
Royalties The cost of all royalties and license fees on equipment and materials to be furnished and
incorporated in the Work shall be included in the Bid price
Utilities Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary,
gaephone, and similar facilities and services required by him in performing the Work
Cash Allowances The Bidder shall include in his Bid such sums as he deems proper for overhead costs and
profits on account of cash allowances named in the Bid Documents
7 SITE CONDITIONS
Familiarization with the Site The prospective Bidder shall by careful examination, satisfy himself of the following
Nature and location of the site where the Work is to be performed
Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be
encountered
Character of construction equipment and facilities needed for performance of the Work
General local conditions
Availability of lands as set forth in the General Conditions
Access to the Site The Bidder shall carefully review the Drawings and the Project Special Conditions for
provisions concerning access to the site during performance of the Work The Bidder shall carefully review the
locations of the site where the work is to be performed The Bidder shall make all arrangements, as
deemed necessary, for access to property outside of County Right of Way, prior to beginning the work
8 SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS
Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal
alien who will perform work under this contract Successful bidder will confirm the employment eligibility of all
employees who are newly hired for employment in the United States to perform work under this Agreement,
through participation in the E -Verify program or the State of Colorado program established pursuant to C R S
B1800086 4
§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
n otice. Successful bidder shall not terminate the contract if within three days the subcontractor provides
information to establish that the subcontractor has not knowingly employed or contracted with an illegal
alien. Successful bidder shall comply with reasonable requests made in the course of an investigation,
u ndertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If
Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days
after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined
the legal work status of such employee, retained file copies of the documents, and not altered or falsified the
identification documents for such employees. Successful bidder shall deliver to County, a written notarized
affirmation that it has examined the legal work status of such employee, and shall comply with all of the other
requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of
this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so
terminated, Successful bidder shall be liable for actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder
receives federal or state funds under the contract, Successful bidder must confirm that any individual natural
person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-
76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder
o perates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the
United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce
o ne of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the
forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract.
9. GENERAL PROVISIONS
A. Fund Availability: Financial obligations of the Weld County payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By
acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond
the current fiscal year.
B. Confidential Information: Confidential information of the bidder should be transmitted separately from
the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL"
However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions
of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and
cannot guarantee the confidentiality of all documents. If Weld County receives a CORA request for bid
information marked "CONFIDENTIAL", staff will withhold any information which is clearly marked
CONFIDENTIAL and submitted separately. Weld County staff will not be responsible for redacting or
identifying Confidential information which is included within the body of the bid and not separately identified.
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
B1800086 5
and employees for all acts performed pursuant to the contract Neither the successful bidder nor any agent or
employee thereof shall be deemed to be an agent or employee of Weld County The successful bidder and
its employees and agents are not entitled to unemployment insurance or workers' compensation benefits
through Weld County and Weld County shall not pay for or otherwise provide such coverage for the
successful bidder or any of its agents or employees Unemployment insurance benefits will be available to
the successful bidder and its employees and agents only if such coverage is made available by the successful
bidder or a third party The successful bidder shall pay when due all applicable employment taxes and
income taxes and local head taxes (if applicable) incurred pursuant to the contract The successful bidder
shall not have authorization, express or implied, to bind Weld County to any agreement, liability or
understanding, except as expressly set forth in the contract The successful bidder shall have the following
responsibilities with regard to workers' compensation and unemployment compensation insurance matters
(a) provide and keep in force workers' compensation and unemployment compensation insurance in the
amounts required by law, and (b) provide proof thereof when requested to do so by Weld County
E Compliance with Law The successful bidder shall strictly comply with all applicable federal and State
laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to
discrimination and unfair employment practices
F Choice of Law Colorado law, and rules and regulations established pursuant thereto, shall be applied
in the interpretation, execution, and enforcement of the contract Any provision included or incorporated
herein by reference which conflicts with said laws, rules and/or regulations shall be null and void
G No Third -Party Beneficiary Enforcement It is expressly understood and agreed that the
enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement,
shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or
right of action whatsoever by any other person not included in the contract It is the express intention of the
undersigned parties that any entity other than the undersigned parties receiving services or benefits under the
contract shall be an incidental beneficiary only
H Attorney's Fees/Legal Costs In the event of a dispute between Weld County and the successful
bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the
payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder
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 faithfully perform the
work in accordance with the standards of professional care, skill, training, diligence and judgment provided by
highly competent contractors performing construction services of a similar nature to those described in this
Agreement The successful bidder shall further be responsible for the timely completion, and acknowledges
that a failure to comply with the standards and requirements outlined in the Bid within the time limits
prescribed by County may result in County's decision to withhold payment or to terminate this Agreement
K Term The term of this Agreement begins upon the date of the execution of this Agreement by County,
and shall continue through and until successful bidder's completion of the responsibilities described in the Bid
L Termination County has the right to terminate this Agreement, with or without cause on thirty (30)
days written notice Furthermore, this Agreement may be terminated at any time without notice upon a
material breach of the terms of the Agreement
B1800086 6
M Extension or Modification Any amendments or modifications to this agreement shall be in writing
signed by both parties No additional services or work performed by the successful bidder shall be the basis for
additional compensation unless and until the successful bidder has obtained written authorization and
acknowledgement by County for such additional services Accordingly, no claim that the County has been
unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall
be the basis of any increase in the compensation payable hereunder In the event that written authorization
and acknowledgment by the County for such additional services is not timely executed and issued in strict
accordance with this Agreement, The successful bidder's rights with respect to such additional services shall
be deemed waived and such failure shall result in non-payment for such additional services or work performed
N Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in
reliance upon the particular reputation and expertise of the successful bidder The successful bidder shall not
enter into any subcontractor agreements for the completion of this Project without County's prior written
consent, which may be withheld in County's sole discretion County shall have the right in its reasonable
discretion to approve all personnel assigned to the subject Project during the performance of this Agreement
and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the
Project The successful bidder shall require each subcontractor, as approved by County and to the extent of
the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this
Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the
successful bidder, by this Agreement, assumes toward County County shall have the right (but not the
obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful
bidder and the successful bidder shall cooperate in such process The successful bidder shall be responsible
for the acts and omissions of its agents, employees and subcontractors
O Warranty_ Contractor warrants that construction services performed under this Agreement will be
performed in a manner consistent with the professional construction standards governing such services and the
provisions of this Agreement Contractor further represents and warrants that all construction services shall be
performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards,
and that all construction services will conform to applicable specifications In addition to the foregoing
warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to
a one year warranty period during which Contractor must correct any failures or deficiencies caused by
contractor's workmanship or performance This warranty shall commence on the date of County's final
inspection and acceptance of the Project
P Non -Assignment. The successful bidder may not assign or transfer this Agreement or any interest
therein or claim thereunder, without the prior written approval of County Any attempts by the successful bidder
to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County,
automatically terminate this Agreement and all rights of the successful bidder hereunder Such consent may
be granted or denied at the sole and absolute discretion of County
Q Interruptions Neither party to this Agreement shall be liable to the other for delays in delivery or failure
to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause
beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or
Governmental actions
R Non -Exclusive Agreement This Agreement is nonexclusive and County may engage or use other
contractors or persons to perform services of the same or similar nature
S Employee Financial Interest/Conflict of Interest — CRS §§24-18-201 et seq. and §24-50-507 The
signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or
beneficial interest whatsoever in the service or property which is the subject matter of this Agreement County
has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere
with the performance of the successful bidder's services and the successful bidder shall not employ any person
having such known interests 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
B1800086 7
successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate
termination of this Agreement No employee of the successful bidder nor any member of the successful bidder's
family shall serve on a County Board, committee or hold any such position which either by rule, practice or
action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the
successful bidder
T Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or
unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without
such provision, to the extent that this Agreement is then capable of execution within the original intent of the
parties
U Compliance with Davis -Bacon Wage Rates. The successful bidder understands and agrees that, if
required by the Scope of Work, the work shall be in compliance with the Davis- Bacon Wage Rates
V Board of County Commissioners of Weld County Approval This Agreement shall not be valid until
it has been approved by the Board of County Commissioners
W Compensation Amount Upon the successful bidder's successful completion of the construction of the
Project, and County's acceptance of the same, County agrees to, pay an amount no greater than the amount of
the accepted bid The successful bidder acknowledges no payment in excess of that amount will be made by
County unless a "change order" authorizing such additional payment has been specifically approved by the
Director of Weld County Public Works, or by formal resolution of the Weld County Board of County
Commissioners, as required pursuant to the Weld County Code County will not withhold any taxes from monies
paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the
accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement
10 INSURANCE REQUIREMENTS
General Requirements Successful bidders/Contract Professionals must secure, at or before the time of
execution of any agreement or commencement of any work, the following insurance covering all operations,
goods or services provided pursuant to this request Successful bidders/Contract Professionals shall keep the
required insurance coverage in force at all times during the term of the Agreement, or any extension thereof,
and during any warranty period The required insurance shall be underwritten by an insurer licensed to do
business in Colorado and rated by A M Best Company as "A" VIII or better Each policy shall contain a valid
provision or endorsement stating "Should any of the above -described policies by canceled or should any
coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the
Weld County Controller/Purchasing Director by certified mail, return receipt requested Such written notice
shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for
which notice shall be sent ten (10) days prior If any policy is in excess of a deductible or self -insured retention,
County must be notified by the Successful bidder/Contract Professional Successful bidder/Contract
Professional shall be responsible for the payment of any deductible or self -insured retention County reserves
the right to require Successful bidder/Contract Professional to provide a bond, at no cost to County, in the
amount of the deductible or self -insured retention to guarantee payment of claims
The insurance coverages specified in this Agreement are the minimum requirements, and these requirements
do not decrease or limit the liability of Successful bidder/Contract Professional The County in no way warrants
that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that
might arise out of the performance of the work under this Contract by the Successful bidder, its agents,
representatives, employees, or subcontractors The successful bidder shall assess its own risks and if it
deems appropriate and/or prudent, maintain higher limits and/or broader coverages The successful bidder is
not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to
obtain or maintain insurance in sufficient amounts, duration, or types The successful bidder/Contract
Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem
necessary to cover its obligations and liabilities under this Agreement Any modification to these requirements
must be made in writing by Weld County
B1800086 8
The successful bidder stipulates that it has met the insurance requirements identified herein The successful
bidder shall be responsible for the professional quality, technical accuracy, and quantity of all construction
services provided, the timely delivery of said services, and the coordination of all services rendered by the
successful bidder and shall, without additional compensation, promptly remedy and correct any errors,
omissions, or other deficiencies
INDEMNITY The successful bidder shall defend, indemnify and hold harmless County, its officers, agents,
and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character
arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount
arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to
conform to any statutes, ordinances, regulation, law or court decree The successful bidder shall be fully
responsible and liable for any and all injuries or damage received or sustained by any person, persons, or
property on account of its performance under this Agreement or its failure to comply with the provisions of the
Agreement, or on account of or in consequence of neglect of The successful bidder in its construction methods
or procedures, or in its provisions of the materials required herein, or from any claims or amounts arising or
recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree This paragraph
shall survive expiration or termination hereof It is agreed that the successful bidder will be responsible for
primary loss investigation, defense and judgment costs where this contract of indemnity applies In
consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation
against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees,
employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the
County A failure to comply with this provision shall result in County's right to immediately terminate this
Agreement
Types of Insurance The successful bidder/Contract Professional shall obtain, and maintain at all times during
the term of any Agreement, insurance in the following kinds and amounts
Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering
all of the successful bidder's Contract Professional's employees acting within the course and scope of their
employment Policy shall contain a waiver of subrogation against the County This requirement shall not apply
when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act , AND when
such successful bidder or subcontractor executes the appropriate sole proprietor waiver form
Minimum Limits
Coverage A (Workers' Compensation)
Coverage B (Employers Liability)
Statutory
$ 500,000
$ 500,000
$ 500,000
Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent,
covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire
damage, independent Contractors, products and completed operations, blanket contractual liability, personal
injury, liability assumed under an insured contract (including defense costs assumed under contract,
designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured —
owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured —
owners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed
to include the following additional insured language on the additional insured endorsements specified above
"Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected
officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability
and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including
completed operations" and the minimum limits must be as follows
$1,000,000 each occurrence,
$2,000,000 general aggregate,
B1800086 9
$2,000,000 products and completed operations aggregate,
$1,000,000 Personal Advertising injury
$50,000 any one fire, and
$500,000 errors and omissions
$5,000 Medical payments one person
Automobile Liability Successful bidder/Contract Professional shall maintain limits of $1,000,000 for bodily
injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable
to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned
vehicles used in the performance of this Contract
For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability
policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the
first date when any goods or services were provided to County, whichever is earlier
Successful bidders/Contract Professionals shall secure and deliver to the County at or before the time of
execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the
same may be extended as herein provided, a commercial general liability insurance policy, including public
liability and property damage, in form and company acceptable to and approved by said Administrator, covering
all operations hereunder set forth in the related Bid or Request for Proposal
Proof of Insurance. County reserves the right to require the successful bidder/Contract Professional to provide a
certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator
in his sole discretion
Additional Insureds For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and
inland marine, Successful bidder/Contract Professional's insurer shall name County as an additional insured
Waiver of Subrogation: For all coverages, Successful bidder/Contract Professional's insurer shall waive
subrogation rights against County
Subcontractors All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other
entities providing goods or services required by this Agreement shall be subject to all of the requirements herein
and shall procure and maintain the same coverages required of Successful bidder/Contract Professional
Successful bidder/Contract Professional shall include all such subcontractors, independent contractors, sub -
vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain
the required coverages Successful bidder/Contract Professional agrees to provide proof of insurance for all
such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the
County
A provider of Professional Services (as defined in the Bid or RFP) shall provide the following coverage
Professional Liability Contract Professional shall maintain limits of $1,000,000 for each claim, and
$2,000,000 aggregate limit for all claims covering wrongful acts, errors and/or omissions, including design
errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract
resulting from professional services provided by the successful bidder as part of the Contract
Successful Bidders Pollution Liability
Weld County requires this coverage whenever work at issue under this Contract involves potential pollution
risk to the environment or losses caused by pollution conditions (including asbestos) that may arise from the
operations of the successful bidder described in the Successful bidder's scope of services Policy shall cover
the successful bidder's completed operations Coverage shall apply to sudden and gradual pollution
conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids,
B1800086 10
or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos) If
the coverage is written on a claims -made basis, the successful bidder warrants that any retroactive date
applicable to coverage under the policy precedes the effective date of this Contract, and that continuous
coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years
beginning from the time that work under this contract is completed The policy shall be endorsed to include
the following as Additional Insureds "Weld County its subsidiary, parent, associated and/or affiliated entities,
successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an
additional insured with respect to liability and defense of suits arising out of the activities performed by, or on
behalf of the Successful bidder, including completed operations"
Minimum Limits
Per Loss $ 1,000,000
Aggregate $ 1,000,000
The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to
the Bid each of which forms an integral part of this Agreement Those documents are specifically incorporated
herein by this reference
B1800086 11
SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING•
Weld County Buildings & Grounds Building Remodel
This is a request for proposal to selectively demolish and reconfigure the interior partitions and office space at
the Weld County Buildings & Grounds building located at 1105 H Street, Greeley, Colorado
SCOPE OF WORK
1 This project will involve selective demolition and reconfiguration of interior partitions, doors, frames,
hardware, glazing, flooring, ceilings, lighting, electrical, mechanical and plumbing systems
2 New carpet and rubber/vinyl wall base is furnished & installed by Owner All other flooring is by
contractor as noted in the drawings
3 The existing fire alarm system will need to be modified by a State authorized design/build contractor
The fees associated with this are responsibility of bidder
4 Any penetration through walls to deck, exterior walls or the roof shall be sealed watertight
5 The building will be occupied during construction Construction activities will need to be closely
coordinated with the Owner
6 The construction contract documents are attached to this solicitation
7 Asbestos abatement is not expected and should not be part of the contractor's bid
8 Anticipated contract date is May 7, 2018 Provide proposed start and finish date based on this start date
9 Project will be permitted through Weld County Fees for permits will be waived
10 Installation shall meet all applicable building codes
11 Davis -Bacon and Buy American requirements are NOT required
12 Bids over $50,000 will require a payment (100%) and performance (100%) bond
13 Contractor parking, waste removal and material laydown outside the structure is limited Contractor to
coordinate minimum needs with Owner
14 Weld County is a tax-exempt entity
15 Contractor will be required to enter into a contract for this service
A mandatory pre -bid conference will be held on March 30, 2018 at 1:30 PM, at the Weld County Building
located at 1105 H Street, Greeley, CO.
Bids will be received up to, but not later than April 13, 2018 at 10:30 AM (WELD COUNTY
PURCHASING TIME CLOCK).
TOTAL $ _
START DATE _
FINISH DATE
* The successful vendor is required to sign a separate contract (a sample contract is included as a separate
attachment )
B1800086 12
The undersigned, by his or her signature, hereby acknowledges and represents that:
1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in
the request for bid for Request No. #B1800086.
2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local
taxes
3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying
proposal sheets.
4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but
not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld
County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid
by Weld County.
5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to
accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld
County. The bid(s) may be awarded to more than one vendor.
FIRM BY
(Please print)
BUSINESS
ADDRESS
CITY, STATE, ZIP CODE
TELEPHONE NO
SIGNATURE
DATE
FAX TAX ID #
E-MAIL
**ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID**
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03551-0000. DO NOT NEED TO SEND BACK PAGES 1 - 11.
B1800086 13
Ex Hr3r i --
SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING:
Weld County Buildings & Grounds Building Remodel
This is a request for proposal to selectively demolish and reconfigure the interior partitions and office space at
the Weld County Buildings & Grounds building located at 1105 H Street, Greeley, Colorado
SCOPE OF WORK:
1 This project will involve selective demolition and reconfiguration of interior partitions, doors, frames,
hardware, glazing, flooring, ceilings, lighting, electrical, mechanical and plumbing systems
2 New carpet and rubber/vinyl wall base is furnished & installed by Owner All other flooring is by
contractor as noted in the drawings
3 The existing fire alarm system will need to be modified by a State authorized design/build contractor.
The fees associated with this are responsibility of bidder
4 Any penetration through walls to deck, exterior walls or the roof shall be sealed watertight
5 The building will be occupied during construction Construction activities will need to be closely
coordinated with the Owner
6 The construction contract documents are attached to this solicitation.
7. Asbestos abatement is not expected and should not be part of the contractor's bid
8 Anticipated contract date is May 7, 2018 Provide proposed start and finish date based on this start date.
9 Project will be permitted through Weld County Fees for permits will be waived
10 Installation shall meet all applicable building codes.
11 Davis -Bacon and Buy American requirements are NOT required
12. Bids over $50,000 will require a payment (100%) and performance (100%) bond.
13 Contractor parking, waste removal and material laydown outside the structure is limited Contractor to
coordinate minimum needs with Owner
14 Weld County is a tax-exempt entity
15 Contractor will be required to enter into a contract for this service
A mandatory pre -bid conference will be held on March 30, 2018 at 1:30 PM, at the Weld County Building
located at 1105 H Street, Greeley, CO.
Bids will be received up to, but not later than April 13, 2018 at 10:30 AM (WELD COUNTY
PURCHASING TIME CLOCK).
TOTAL $ 79,369 00
START DATE Immediately
FINISH DATE + Six Weeks
* The successful vendor is required to sign a separate contract (a sample contract is included as a separate
attachment )
B1800086 12
The undersigned, by his or her signature, hereby acknowledges and represents that:
1 The bid proposed herein meets all of the conditions, specifications and special provisions set forth in
the request for bid for Request No #81800086
2 The quotations set forth herein are exclusive of any federal excise taxes and all other state and local
taxes
3 He or she is authorized to bind the below -named bidder for the amount shown on the accompanying
proposal sheets
4 The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but
not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld
County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid
by Weld County
5 Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to
accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld
County The bid(s) may be awarded to more than one vendor
FIRM L4 Construction LLC BY Matt Lamar, President
(Please print)
BUSINESS
ADDRESS 304 Main St Unit C
CITY, STATE, ZIP CODE Lyons CO 80540
DATE 4/12/18
TELEPHONE NO (970)415-2.95 FAX TAX ID # 46-4570055
SIGNATURE
E-MAIL mlamar@I4construction corn
**ALL BIDDERS HALE DE A W-9 WITH THE SUBMISSION OF THEIR BID**
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03551-0000. DO NOT NEED TO SEND BACK PAGES 1-11.
B1800086 13
0 .
Form -
Rev December 301x1
Department of the Treasury
Internal FevenueSserce
Request for Taxpayer
identification Number and Certification
Give Form to the
requester Do not
send to the IRS.
Print or type I'
See Specific inetruatinns on page 2
I Name (as shown
L4 Construction
on your mrome tax re -tern) Name is required on this line ea not Leave this Lira_ blank
LLC
2 Bar emesnameldrsncgardedentity name, if different kornabcve
3 Check to box for Were tax classification check only one of the -Wowing seven boxes.
appropriate
❑ Trust/estate
0-
4 Exemptions
certain entities,
-epee- ens
E.terp payee
F comet o
code e any',
,.+r.3K,5 b?.Cei.”
(cedes apply only to
not Individuals see
on page 3)
tie ii' any)
�
)l Individual/sole proprietor or • C Corporat OR O S Corporation ❑ ParG5��,.*�A'
aka:le-member LW
O Limited liability company Enter the tax dassitication (C=O a3roor .ter, S=S corporation P=parer e,sntp)
do rat ched• t -C, ct_ech ere approana+e bet in
from FATCA tenor-togs,
the ire 'wave �a
Note, For a .,}ric'- wrnber LW a disregarded
the, me elas5L"KBttcp of ire singte-rretnber owner
Q Other ( Instructions)1*
see
- YT_:)fs,. 6'i{r2'b' ..�
$ Address (number, Street, and apt or suite no )
13 Dos Rios
Requ'ester's name and address taoptlon9Q
6 City, state, aria ZIP code
Greeley, CO 80634
T List vocount mrrnbert5) rem tuptionai}
Taxpayer Iderttifsaatlon Number
Enter your TIN in the appropriate box. TheTIN provided must match -the name given on tine '1 to avoid
backup withhoiding. For individuals, this Is generally your social secunty ntanb_r (SSN) However, for a
resident alien, sole proprietor, Or disregarded entity, see the Part 1 instructions on page 3 For other
entities, a is your employer tdentlflcation number (EN) If you do not nave a number, see How to get
TIN on page a
Note if the account is in more than one name see the inseuct,'ors for line I ano the chart or page 4 for
guidelines on whose number to enter
Social security number
or
Employer identification number
4
6
4
5
7
0
0
y
5
Certification
Under penults or perjury i certify that'
1 The number shown on this form is my correct taxpayer identification r'urnber
tor i am waiting for a number to be issued to me) and
2 I am not subject to backup withholding because' (a) I am exempt from t ecitup withholding, or (b) I have not been notified oy the internal Revenue
Service (IRS) that i am subject to backup withholding as a result of a failure 4O report all Interest Or dividends, or (c) the IRS has notified me that ( am
no longer subject to backup witnholding, and
3 I am a U S citizen or other U S person (defined below), and
4 The FATCA code(s) entered on this form (if any) indicating that I am exempt
Certification instructions. You must cross out item 2 above if you have been
because you have failed to report all interest and dividends on your tax return
interest paid, ecctuisrtion or aaandonment of secured property, cancellation of
generally, payments other than interest and dividends, you are rot reqtrred to
instructions on page 3
Sign Signature of
Here us. person to
Geerai instructions
Seh-uon rerere lies are to The Internal Revenue Code unless others Ise noted
Future developments. Information about developmentsatfectlrg Form W-9 (seen
as iegfstation enacted after werelease It) is at yrtnvJrs gov/fw9
purpose of Form
An individual or entity (Form W-9 requester) who is required to fitti an information
return with the IRS must obtain your correct taxpayer Wdentitication number (TIN)
which may beyour social securty number (SSW), individual taxpayer identification
number PH), adoption taxpayer idenelicatlon numbs: (ATIN), or employer
ldantrication number (BIN), to report on en frecnnetfan return the amount paid to
returns r tinheeri anlcune bet are not rlieportable
on
to, t of !atomic'.
tireiurn Examples of Information
Form 1099-INT (interest earned or paid)
+ corm 1099-CiV (cevidends, including those from Stocits or mutual funds)
• Form 1099-MISC (venous types of income, prizes, awards, or gross proceeds)
o Form 1099 (stock or mutual fund sales and ce^taln other transactors by
broilers}
▪ Form 1099-S (proceeds from real estate transactions)
• cam, 1099-ic',merchant card and shire porky network transactions)
from FATCA reporting is corect
r otu,ed by the IRS that you are currently subject to backup withholding
For real estate transactions, item 2 does not apply For mortgage
deb:. •+.--• . ions to an individual retirement arrangement (IRA), and
lion, but you must provide your correct TIN See the
Geri
1 /26/18
S'home mortgage interest) 1096-E tstodent loan in'erest) 1098-T
Ruilon)
e Form 1099-C (canceled debt)
• torch 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only it you are a U S person (including a resident alier) tO
provide your coned -RN
If you do Mg -WPM FOrin hf-9 to iheargi i=r.Jtt)i 4 TIN, you might oe abject
to backup a thhodding Sea Weet is backup mttriolaTng? on psge-2.
By sigrtingthe titled -out form, you
1 ,Certify that the TiN you are gtvtng is correct for you are waithrg ,or a cumber
to tie Issued),
2 Certify that you arenot subject to backup withholding. or
3 Claim exemption from backup withholding If you are a U S. exempt payee. if
epee:abb a you are also certifying mat as a U.S person, your allocable share of
any partneishlp income from a U.S trade,or business is not subject to the
withholding tax on foreign partners' share of effectively connected Income, and
4 Certify that FATCA codes) entered onthts form (It any) Indicating that you are
exempt from the FATCA reporting, {soared. See What Is FA7CA rrpordtg2 on
page 2 for further Information
Cat No 1C231X
Form W-9 (Rev 12-2014)
Rose Everett
From:
Sent:
To:
Subject:
Attachments:
Matt Lamar <mlamar@l4construction corn>
Friday, April 13, 2018 10 26 AM
bids
L4 bid submission- 1105 H Street Remodel- B1800086
Bid_Submittal_WC BLDG 1105 REMODEL pdf
To whom it may concern,
Please see attached proposal We appreciate the opportunity
I hereby waive my right to a sealed bid.
Matt Lamar I President
L4 Construction & Environmental
Greeley I Lyons
Office (970) 628-0047 ext 200
Cell (970) 415-2695
Fax (970) 373-3426
www L4Construction corn
L4 Construction
304 Main St Unit C
Lyons, CO 80540
Weld County
April 13, 2018
RE Weld County Building 1105 H Street Remodel
#B1800086
Dear Weld County Staff,
Thank you for the opportunity to submit a proposal for the Weld County Building 1105 H Street Remodel We are a specialty
company with a successful history solving complex construction related challenges L4 has excellent relationships with local
engineers, government agencies, property owners and our clients We value honest and realistic communication, efficient use of
resources, and producing high value per dollar for our clients
Thank you for your consideration.
Sincerely,
The L4 Construction Team
Matt Lamar, President
mlamar@l4construction com
304 Main St Unit C, Lyons CO 80540 www L4Construction corn
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
April 23, 2018
To: Board of County Commissioners
From: Toby Taylor
Subject:1105 H Street Remodel; Bid (B1800086)
As advertised, this bid is for an office addition at the Buildings & Grounds facility located at 1105 H Street,
Greeley. The low bid from L4 Construction LLC and meets specifications. Therefore, Buildings & Grounds
is recommending the bid be awarded to L4 Construction for $79,369.
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
WELD COUNTY PURCHASING
1150 O Street Room #107, Greeley CO 80631
E-mail: rturf(c�weldgov.com
E-mail: reverett(a weldgov.com
E-mail: cpeters(a�weldgov.com
Phone: (970) 400-4216,4222 or 4223
Fax: (970) 304-6434
DATE OF BID: APRIL 13, 2018
REQUEST FOR: WELD COUNTY 1105 H STREET REMODEL
DEPARTMENT: BUILDINGS & GROUNDS DEPT
BID NO: #61800086
PRESENT DATE: APRIL 16, 2018
APPROVAL DATE: APRIL 30, 2018
VENDOR
L4 CONSTRUCTION LLC
304 Main St, Unit C
Lyons, CO 80540
TCC CORPORATION
561 E. Garden Drive, Unit D
Windsor CO 80550
HK DESIGN & CONSTRUCTION LLC
338 Park Dr
Glenwood Springs CO 81601
GROWLING BEAR CO
2330 4th Avenue
Greeley CO 80631
AMERCIAN CONSTRUCTION SERVICES LLC
1905 W. 8th Street, Ste. 215
Loveland CO 80537
UNI DESIGN
2723 9TH Avenue
Greeley CO 80631
VERTIX BUILDERS INC
3762 Puritan Way, Unit 1
Frederick CO 80516
BLDGS & GROUNDS WILL REVIEW THE BIDS.
START FINISH
TOTAL DATE DATE
$79,369.00 Immediately +Six weeks
$84,499.00 5/7/18 6/25/18
$103,975.00 5/14/18 6/11/18
$132,188.00 5/14/18 60 days
$135,024.00 6/1/18 8/31/18
$138,038.98 5/7/18 7/7/18
$144,784.00 TBD 6 wks aro
oolA- \\\
`-‘1\u
Hello