Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20162457.tiff
DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 November 9, 2016 To: Board of County Commissioners From: Toby Taylor Subject: Kiowa Grader Shed (B1600116) Change Order #1 Landmark Builders is the contractor performing the construction of the new Kiowa Grader Shed. There was an owner requested change order to widen the door opening from 16 -feet to 20 -feet. And to remove a power move an electrical power pole that is in the way. To capture this, a change order is warranted. The change order for the amount of $10,014.00 if presented for consideration. Buildings & Grounds is recommending approval. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Ltokt mu)/ 66; g& -r,r/5) av16--a ys7 84008 CONTRACT AGREEMENT MODIFICATION BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS AND GROUNDS AND LANDMARK BUILDERS INC. This Agreement Modification made and entered into/Go day of November, 2016 by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Landmark Builders Inc., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 20162457, approved on September 7, 2016. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The parties agree to modify the Original Agreement to include the attached change order a total $10,014.00. 1. Change proposal #1 (See Exhibit) for the amount of $5,311.00 to increase the door size. 2. Change proposal #3 See Exhibit) for the amount of $4,703.00 for electrical changes. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: < Print A Sign ture ATTEST: i1Z%4&1 CI• ;tok Weld BY: lerk to the Boar Deputy Cier o the Board APPROVED AS TO FUNDING: 61114214 Controller AP County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair NOV 1.6 2016 APPROVED AS TTANCE: Elected Official or Department Head 6 irector of General Services LANDMARK BUILDERS INC. 3812 Carson Avenue Evans, CO 80620 970.330.8855 phone 970.330.5756 fax www.landmark-builders.com PROPOSAL SUBMITTED TO: Customer; Weld Co. - Building & Grounds Contact: Toby Taylor Via Email: bidsgweldgpv_com CHANGE PROPOSAL Estimator: C. Massey Proposal Date: 11/1/2016 Change Estimate # 3 Work Start Date: Nov -16 PROJECT LOCATION: Kiowa Grader Shed 42649 Hwy 52 Roggen, CO 80652 ITEM NO. DESCRIPTION VALUE 1 Run new electrical wiring from new building to well head with a disconnect mounted next to the well head. $946 2 Build a new riser and 200 amp meter at existing pole location on the SE coner of the existing shed building. Trench underground from new meter to new building MDP. $3,757 NOTES: Pricing is based on providing all labor, materials and equipment necessary to perform the scope of work described above. EXCLUSIONS: Anything not specifically described as included herein above, and working outside of normal business hours. 8 am -5 pm, Mon -Fri. No REA fees are included in this proposal, and will be dealt with directly by the Owner. ACCEPTANCE OF PROPOSAL: The above prices, specifications, and conditions are satisfactory and are hereby accepted. AU THO 1ZED SIGNATURES: dma Lan Builder Dalti/1/4 //-/5--/e We Co. - Building & Grounds Date — / !ohy /4/44_'Ji/&�/2. 8u -1L -Dl NC.s Printed pdame / Title y /� en 5 This proposal may be withdrawn if not accepted within 10 days. 3812 Carson Avenue � Evans, CO 80620 <-""" 970.330.8855 phone 970.330.5756 fax LANDMARK www.landmark-builders.com EiUlL>. ERS INC. PROPOSAL SUBMITTED TO: Customer: Weld Co. - Building & Grounds Contact: Toby Taylor Via Email: bids@weldgov.com CHANGE PROPOSAL Estimator: C. Massey Proposal Date: 9/28/2016 Change Estimate # 1 Work Start Date: Oct -16 PROJECT LOCATION: Kiowa Grader Shed 42649 Hwy 52 Roggen, CO 80652 ITEM NO. DESCRIPTION VALUE 1 Provide 20x14'h overhead doors, rather than 16x14 doors specified. Requires relocation of one swing door to the north east corner of the building and the addition of a concrete stoop at the new swing door $5,311 NOTES: Pricing is based on providing all labor, materials and equipment necessary to perform the scope of work described above. EXCLUSIONS: Anything not specifically described as included herein above, and working outside of normal business hours. 8 am -5 pm, Mon -Fri. ACCEPTANCE OF PROPOSAL: The above prices, specifications, and conditions are satisfactory and are hereby accepted. AUTHO IZED SIGNATURES: Landmar Builders, Inc. / Da e / - , Weld C . - Building & Grounds Date Printed Di,e6e.;Tbi2, UGC /L:O NG s Ie Title eotA-i S This proposal may be withdrawn if not accepted within 10 days. expires on 08/23/2017, and is not for resale. NYN.X-ZiNo tQ9E ` ry q -7-11p Document A101 TM - 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the 15th day of August in the year 2016 (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal status, address and other information) Weld County Colorado 1105 H Street Greeley, CO 80631 and the Contractor: (Name, legal status, address and other information) Landmark Builders, Inc. 3812 Carson Avenue Evans, CO 80620 for the following Project: (Name, location and detailed description) Weld Co — Kiowa Grader Shed The Architect: (Name, legal status, address and other information) Robert Shreve Architects + Planners Bob Shreve, AIA Madison & Main Building 801 8th Street, Ste. 120 Greeley, CO 80631 Email: rsapinc@aol.com Phone: 970-346-0151 ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. AIA Document A201 TM -2007, General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general conditions unless this document is modified. Init. AIA Document A101 TM - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the / maximum extent possible under the law. This document was prgduced by AIA software a) 6:59:09 n 08/ 016 under Order No. 0890835432 which c; (tee �tv/��� frI`/3c) 9-t/(4° 1 (3B9ADA2F) o?ali -.01157 ( /) c-�c�1g The Owner and Contractor agree as follows: Contractor shall design -build a clear span steel -frame building 50' x 75' x 16' tall (no windows) with appropriate tenant finishes. Init. AIA Document A101 T'" — 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 CONTRACT SUM 5 PAYMENTS 6 DISPUTE RESOLUTION 7 TERMINATION OR SUSPENSION 8 MISCELLANEOUS PROVISIONS 9 ENUMERATION OF CONTRACT DOCUMENTS 10 INSURANCE AND BONDS ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement, all of which form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than a Modification, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents, except as specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION § 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement if it dyers from the date of this Agreement or, if applicable, state that the date will be fixed in a notice to proceed.) If, prior to the commencement of the Work, the Owner requires time to file mortgages and other security interests, the Owner's time requirement shall be as follows: § 3.2 The Contract Time shall be measured from the date of commencement. § 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than December 31, 2016 ( 138) days from the date of commencement, or as follows: (Insert number of calendar days. Alternatively, a calendar date may be used when coordinated with the date of commencement. If appropriate, insert requirements for earlier Substantial Completion of certain portions of the Work.) init. AIA Document A101 TM - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) Portion of Work Substantial Completion Date , subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions, if any, for liquidated damages relating to failure to achieve Substantial Completion on time or for bonus payments for early completion of the Work) ARTICLE 4 CONTRACT SUM § 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract. The Contract Sum shall be Two Hundred Seventy One Thousand, Eight Hundred and Eighty Five dollars ($ 271,885.00 ), subject to additions and deductions as provided in the Contract Documents. § 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates. If the bidding or proposal documents permit the Owner to accept other alternates subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date when that amount expires.) § 4.3 Unit prices, if any: (Identi,b) and state the unit price; state quantity limitations, if any, to which the unit price will be applicable.) Init. Item Units and Limitations Price Per Unit ($0.00) § 4.4 Allowances included in the Contract Sum, if any: (Identify allowance and state exclusions, if any, from the allowance price.) Item Price ARTICLE 5 PAYMENTS § 5.1 PROGRESS PAYMENTS § 5.1.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. § 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: § 5.1.3 Provided that an Application for Payment is received by the Architect not later than the 25th day of a month, the Owner shall make payment of the certified amount to the Contractor not later than the 15th day of the following month. If an Application for Payment is received by the Architect after the application date fixed above, payment shall be made by the Owner not later than thirty ( 30 ) days after the Architect receives the Application for Payment. (Federal, state or local laws may require payment within a certain period of time.) § 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported AIA Document A101 M - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) by such data to substantiate its accuracy as the Architect may require. This schedule, unless objected to by the Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment. § 5.1.5 Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. § 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: .1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values, less retainage of ten percent (10 %). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute shall be included as provided in Section 7.3.9 of AIA Document A20IT"_2007, General Conditions of the Contract for Construction; .2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage of zero percent (0 %); .3 Subtract the aggregate of previous payments made by the Owner; and .4 Subtract amounts, if any, for which the Architect has withheld or nullified a Certificate for Payment as provided in Section 9.5 of AIA Document A201-2007. § 5.1.7 The progress payment amount determined in accordance with Section 5.1.6 shall be further modified under the following circumstances: .1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to the full amount of the Contract Sum, less such amounts as the Architect shall determine for incomplete Work, retainage applicable to such work and unsettled claims; and (Section 9.8.5 of AIA Document A201-2007 requires release of applicable retainage upon Substantial Completion of Work with consent of surety, if any.) .2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Section 9.10.3 of AIA Document A201-2007. § 5.1.8 Reduction or limitation of retainage, if any, shall be as follows: (If it is intended, prior to Substantial Completion of the entire Work, to reduce or limit the retainage resulting from the percentages inserted in Sections 5.1.6.1 and 5.1.6.2 above, and this is not explained elsewhere in the Contract Documents, insert here provisions for such reduction or limitation.) § 5.1.9 Except with the Owner's prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. § 5.2 FINAL PAYMENT § 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when .1 the Contractor has fully performed the Contract except for the Contractor's responsibility to correct Work as provided in Section 12.2.2 of AIA Document A201-2007, and to satisfy other requirements, if any, which extend beyond final payment; and .2 a final Certificate for Payment has been issued by the Architect. § 5.2.2 The Owner's final payment to the Contractor shall be made no later than 30 days after the issuance of the Architect's final Certificate for Payment, or as follows: Init. AIA Document A101'*' - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) ARTICLE 6 DISPUTE RESOLUTION § 6.1 INITIAL DECISION MAKER The Architect will serve as Initial Decision Maker pursuant to Section 15.2 of AIA Document A201-2007, unless the parties appoint below another individual, not a party to this Agreement, to serve as Initial Decision Maker. (If the parties mutually agree, insert the name, address and other contact information of the Initial Decision Maker, if other than the Architect.) § 6.2 BINDING DISPUTE RESOLUTION For any Claim subject to, but not resolved by, mediation pursuant to Section 15.3 of AIA Document A201-2007, the method of binding dispute resolution shall be as follows: (Check the appropriate box. If the Owner and Contractor do not select a method of binding dispute resolution below, or do not subsequently agree in writing to a binding dispute resolution method other than litigation, Claims will be resolved by litigation in a court of competent jurisdiction.) [ X ] Arbitration pursuant to Section 15.4 of AIA Document A201-2007 0 Litigation in a court of competent jurisdiction [] Other (Spec) ARTICLE 7 TERMINATION OR SUSPENSION § 7.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A201-2007. § 7.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A201-2007. ARTICLE 8 MISCELLANEOUS PROVISIONS § 8.1 Where reference is made in this Agreement to a provision of AIA Document A201-2007 or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. § 8.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any.) § 8.3 The Owner's representative: (Name, address and other information) Toby Taylor Director of Building and Grounds 1105 H Street Greeley, CO 80631 Email: ttaylor@co.weld.co.us Phone: 970-400-2020 Unit. AIA Document A101 TM - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) § 8.4 The Contractor's representative: (Name, address and other information) David J. R. Grigsby, General Manager 3812 Carson Avenue Evans, CO 80620 Email: dgrigsby@landmark-builders.com Phone: 970-330-8855 § 8.5 Neither the Owner's nor the Contractor's representative shall be changed without ten days written notice to the other party. § 8.6 Other provisions: ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS § 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated in the sections below. § 9.1.1 The Agreement is this executed AIA Document A 101-2007, Standard Form of Agreement Between Owner and Contractor. § 9.1.2 The General Conditions are AIA Document A201-2007, General Conditions of the Contract for Construction. § 9.1.3 The Supplementary and other Conditions of the Contract: Init. Document Title Date Pages § 9.1.4 The Specifications: (Either list the Specifications here or refer to an exhibit attached to this Agreement.) Refer to Exhibit A consisting of County's Request for Bid (RFB) as set forth in "Bid Package No. B1600116". The RFP contains all of the specific requirements of County; and Exhibit B consisting of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. Section Title Date Pages § 9.1.5 The Drawings: (Either list the Drawings here or refer to an exhibit attached to this Agreement.) AIA Document A101'm — 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) Init. Number Title Date Kiowa Grader Shed -116- 7/1/16 Bldg Conceptual AD -20 Kiowa Grader Shed 6/24/16 Site Plan § 9.1.6 The Addenda, if any: Number Date Pages Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 9. § 9.1.7 Additional documents, if any, forming part of the Contract Documents: .1 AIA Document E201Tm-2007, Digital Data Protocol Exhibit, if completed by the parties, or the following: .2 Other documents, if any, listed below: (List here any additional documents that are intended to form part of the Contract Documents. AIA Document A201-2007 provides that bidding requirements such as advertisement or invitation to bid, Instructions to Bidders, sample forms and the Contractor's bid are not part of the Contract Documents unless enumerated in this Agreement. They should be listed here only if intended to be part of the Contract Documents.) ARTICLE 10 INSURANCE AND BONDS The Contractor shall purchase and maintain insurance and provide bonds as set forth in Article 11 of AIA Document A201-2007. (State bonding requirements, if any, and limits of liability for insurance required in Article 11 of AIA Document A201-2007.) Type of insurance or bond Limit of liability or bond amount ($271,885.00) Payment and Performance Bonds 100% of the Contract Amount Termination. County has the right to terminate this Agreement, with or without cause on thirty (60) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned AIA Document A101 TM - 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 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. Exhibit A Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional` to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5- AIA Document A101 TM - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American init. Institute of Architects. All rights reserved. WARNING: This AIA5 Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AlA5 Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the / maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) 102(5Xc). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement Contract Professional shall not use &Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contact Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contacting with the illegal alien within three (3) days of receiving notice. Contact Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contacted with an illegal alien. Contact Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5- 102(5), by the Colorado Department of Labor and Employment If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to perform work under the contact, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-173-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contact Professional receives federal or state funds under the contract, Contract Professional 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 Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Intl CONTRA Landmark B By: Name: Title: G WHE OF, the parties hereto have signed this Agreement this /7r' day of 2014/ s Inc. Date OS - 31-1lo WELD Wields/1) JCL; ATTE Weld •u Clerk ., th BY: Deputy Clerk • e Board BOARD OF COUNTY COMMISIONERS WELD COUNTY, COLORADO Mike Freeman, Chair SEP 0 7 2015 MA Document A101 TM — 2007. Copyright el 1915, 1918, .1953 1957, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This bid by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA' Document, or any • w"rs"s result In severs civil and criminal penalties, end will be prosecuted to the maximum extent possible under the law. This document wen produced by AIA software at 16:59:09 on 08/2912018 under Older No. 0890835432 which expires on 08/23/2017, and Is not for resale. User Notes: (399ADA2F) 02-40/G— V 7(L') 10 I Controller County Attorney APPROVED A"TO SUBSTANCE: Elected O(+iicial or Department Head kUlat Director of Geral Services Termination. County has the right to terminate this Agreement, with or without cause on thirty (60) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer fries generated by Contractor in relation to this Agreement and AM Document A1011°' — 2007. Copyright 01915,1918, 1925, 1937, 1951, 1958, 1961, 1983, 1987, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This MA* Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or d,etMution of this AIM' Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law, This document was produced by AIA software at 18:59:09 on 08/29/2016 under Order No_ 0590835432 which expires on 08/23/2017, and is not for resale. (3B9ADA2Fj User Notes: all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 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. Exhibit A Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5- 102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5- 102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply init. AIA Document A101 TM - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA° Document is protected by U.S Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIAl Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. (Table Deleted) Init. AIA Document A101"" — 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 13 reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) Additions and Deletions Report for AIA® Document A101 TM - 2007 This Additions and Deletions Report, as defined on page 1 of the associated document, reproduces below all text the author has added to the standard form AIA document in order to complete it, as well as any text the author may have added to or deleted from the original AIA text. Added text is shown underlined. Deleted text is indicated with a horizontal line through the original AIA text. Note: This Additions and Deletions Report is provided for information purposes only and is not incorporated into or constitute any part of the associated AIA document. This Additions and Deletions Report and its associated document were generated simultaneously by AIA software at 16:59:09 on 08/29/2016. PAGE 1 AGREEMENT made as of the day -of 15th day of August in the year 2016 Weld County Colorado 1105 H Street Greeley, CO 80631 Landmark Builders, Inc. 3812 Carson Avenue Evans, CO 80620 Weld Co — Kiowa Grader Shed Robert Shreve Architects + Planners Bob Shreve, AIA Madison & Main Building 801 8th Street, Ste. 120 Greeley, CO 80631 Email: rsapinc 2i aol.com Phone: 970-346-0151 PAGE 2 The Owner and Contractor agree as follows.follows: Contractor shall design -build a clear span steel -frame building 50' x 75' x 16' tall (no windows) with appropriate tenant finishes. PAGE 3 Additions and Deletions Report for AIA Document A101 M - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) § 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than (}December 31. 2016 (138) days from the date of commencement, or as follows: PAGE 4 § 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract. The Contract Sum shall be ($-Two Hundred Seventy One Thousand, Eight Hundred and Eighty Five dollars ($ 271,885.00 ), subject to additions and deductions as provided in the Contract Documents. § 5.1.3 Provided that an Application for Payment is received by the Architect not later than the 25th day of a month, the Owner shall make payment of the certified amount to the Contractor not later than the 15th day of the following month. If an Application for Payment is received by the Architect after the application date fixed above, payment shall be made by the Owner not later than (-thirty ( 30 ) days after the Architect receives the Application for Payment. PAGE 5 .1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values, less retainage of percent (ten percent (10 %). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute shall be included as provided in Section 7.3.9 of AIA Document A20IT 2007, General Conditions of the Contract for Construction; .2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage of peroent-(zero percent (0 %); PAGE 6 [ X ] Arbitration pursuant to Section 15.4 of AIA Document A201-2007 Toby Taylor Director of Building and Grounds 1105 H Street Greeley, CO 80631 Email: ttavlor@co.weld.co.us Phone: 970-400-2020 Additions and Deletions Report for AIA Document A101 TM - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) PAGE 7 David J. R. Grigsby, General Manager 3812 Carson Avenue Evans, CO 80620 Email: dgrigsby(a),landmark-builders.com Phone: 970-330-8855 Refer to Exhibit A consisting of County's Request for Bid (RFB) as set forth in "Bid Package No. B1600116". The RFP contains all of the specific requirements of County: and Exhibit B consisting of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. PAGE 8 Number AD -20 Number Title Date Kiowa Grader Shed -116- 7/1/16 Bldg Conceptual Kiowa Grader Shed 6/24/16 Site Plan Title Date Type of insurance or bond Limit of liability or bond amount ($9:99)($271,885.00) Payment and Performance Bonds 100% of the Contract Amount This Termination. County has the right to terminate this Agreement, with or without cause on thirty (60) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such Additions and Deletions Report for AIA Document A101"" — 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIM' Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned PAGE 9 by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Additions and Deletions Report for AIA Document A101 `"' — 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times Additions and Deletions Report for AIA Document A101 TM — 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 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. Exhibit A Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. Employee Financial Interest/Conflict of Interest - C.R.S. &&24-18-201 et seq. and &24-50-507. Additions and Deletions Report for AIA Document A101 T" — 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. Public Contracts for Services C.R.S. &8-17.5-101. Contract Professional certifies, warrants, and agrees Additions and Deletions Report for AIA Document A101 Tt - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. PAGE 10 10 102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform Agreement entered-ipte-work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the Additions and Deletions Report for AIA Document Al01 T" — 2007. Copyright O1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. &8-17.5- 102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. &8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Additions and Deletions Report for AIA Document A101 T'" - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) Except where exempted by federal law and except as provided in C.R.S. & 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. & 24-76.5-103(4). if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of periury 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of , 201 . CONTRACTOR: Landmark Builders Inc. By: Date Additions and Deletions Report for AIA Document A101 ". - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) Name: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair PAGE 11 APPROVED AS TO FUNDING: APPROVED AS TO SUBSTANCE: Controller Elected Official or Department Head APPROVED AS TO FORM: Additions and Deletions Report for AIA Document A101'" — 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) Director of General Services County Attorney Termination. County has the right to terminate this Agreement, with or without cause on thirty (60) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Additions and Deletions Report for AIA Document A101" — 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) Contractor provided prior to the date of the termination notice, but which had not vet been approved for payment: and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient: and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. Additions and Deletions Report for AIA Document A101 TM - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and PAGE 12 all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized Additions and Deletions Report for AIA Document A101'"' — 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) 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. yearst-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. Exhibit A Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. Employee Financial Interest/Conflict of Interest - C.R.S. $&24-18-201 et seq. and &24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subiect matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in Additions and Deletions Report for AIA Document A101" - 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation Additions and Deletions Report for AIA Document A101 TM` - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIM' Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIM' Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) in the E -Verify program or the State of Colorado program established pursuant to C.R.S. &8-17.5- 102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8 -17.5 - Additions and Deletions Report for AIA Document A101 TM - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) 102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the writtenabove.identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply PAGE 13 with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. 88-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that 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 Additions and Deletions Report for AIA Document A101"" — 2007. Copyright Cl 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. OWNER (Signature) CONTRACTOR (Signature) (Printed name and title) (Printed name and title) Additions and Deletions Report for AIA Document A101 T" - 2007. Copyright ID 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) Certification of Document's Authenticity AIA® Document D4017. - 2003 I, David Grigsby, hereby certify, to the best of my knowledge, information and belief, that I created the attached final document simultaneously with its associated Additions and Deletions Report and this certification at 16:59:09 on 08/29/2016 under Order No. 0890835432 from AIA Contract Documents software and that in preparing the attached final document I made no changes to the original text of AIA® Document A101TM - 2007, Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum, as published by the AIA in its software, other than those additions and deletions shown in the associated Additions and Deletions Report. (Signed) (Title) (Dated) eiv4 •61-eff--4-0- AAA -O- je-1,- 040 (2.-15 I 4. AIA Document D401 TM - 2003. Copyright © 1992 and 2003 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:59:09 on 08/29/2016 under Order No. 0890835432 which expires on 08/23/2017, and is not for resale. User Notes: (3B9ADA2F) REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JUNE 29, 2016 BID NUMBER: #61600116 DESCRIPTION: KIOWA GRADER SHED DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE DATE: 7/13/16 @ 11:00 AM BID OPENING DATE: 7/27/16 @ 10:00 AM 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: KIOWA GRADER SHED. A mandatory pre -bid conference will be held at 11:00 a.m., on July 13, 2016, at the current Peckham grader shed located at 20488 CR 33, LaSalle CO 80645. This will provide a good reference look at the desired layout. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150O Street Room #107 Greeley CO 80631 until: Julv27,2016al1000am (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 bid information on the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasing/index.html located under Current Request for Bids. Weld County Government is a member of the Rocky Mountain E -Purchasing System. The Rocky Mountain E -Purchasing System (BidNet®) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County — 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weldgov.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. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile: "I hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 3. 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 970-336-7225 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 Director of General Services, 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 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. 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. 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: BID REQUEST #81600116 Page 2 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 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 Director of General Services, 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 DiecrorcfGeneral Servioesmay at his 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. BID REQUEST #B1600116 Page 3 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. 5. PERFORMANCE AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and 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, gas, telephone, 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. BID REQUEST #B1600116 Page 4 8. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract 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. 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 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., with regard to public records, and cannot guarantee the confidentiality of all documents. BID REQUEST #61600116 Page 5 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 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 BID REQUEST #B1600116 Page 6 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 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. BID REQUEST #B1600116 Page 7 Q. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Compliance with Davis -Bacon Wage Rates. The successful bidder understands and agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis- Bacon Wage Rates. V. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners. W. Compensation Amount. Upon the successful bidder's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement 10. INSURANCE REQUIREMENTS General Requirements: Successful bidders/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision 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 BID REQUEST #61600116 Page 8 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 coverage's 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. 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. BID REQUEST #B1600116 Page 9 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; $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 (design professional) $5,000 Medical payments one person Builders Risk Insurance: The Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Weld County, Builders' Risk Insurance in the amount of the initial Contract Sum, plus value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. a. Policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. b. Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than Weld County has insurable interest in the property to be covered, whichever is later. c. The Builders' Risk insurance shall include interests of Weld County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. d. The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, BID REQUEST #61600116 Page 10 piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. e. The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by Weld County. f. Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically covers insured equipment during installation and testing (including cold and hot testing). The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor except for losses that involve all Acts of God such as flood, earthquake, windstorm, tsunami, volcano, etc. 9. 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 coverage's 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. BID REQUEST #B1600116 Page 11 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, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the successful bidder warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. The policy shall be endorsed to include the following as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations". Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #61600116 Page 12 Weld County Government Specifications for Kiowa Grader Shed Weld County Government is soliciting proposals for a design build contractor for the construction of a new Kiowa Grader Shed. The location of the project is on 42649 Highway 52, Roggen, CO. This will be a turn -key operation. The scope of the project includes: GENERAL 1. Design -build a clear span steel -frame building 50' x 75' x 16' tall steel building (no windows) with appropriate tenant finishes. 2. This is to be a turn -key design -build construction project Appropriate girts, purlins, carriers, and grade boards as detailed by engineered design 3. All construction must be permitted and comply with County Building codes. Fees for permitting through the County will be paid for by the County directly and should not be included in your proposal. 4. Contractor will coordinate all utility installations and startup. Contractor will be responsible for all utility connections and installation. Fees for utility startup will be paid by County directly to utility provider. 5. Geotechnical and soils testing for construction have been performed and are attached to this bid. 6. All foundation/site work and soil compaction will be verified by County's third party inspector prior to any vertical erection. 7. Trusses shall be engineered in accordance with local building requirements with a minimum of IBC 2012 with 20 lb. Live Load, 20 lb. Ground Snow Load, and 115 M.P.H. Wind load. Pitch is desired to be a 4/12. The preference is a lean-to type roof that drains to side opposite of garage doors as long as it meets the clear span requirements (e.g. no columns in center). However, a standard pitch type roof will be considered. 8. Project shall include all electrical, plumbing and tenant features. 9. There shall be area drains in each vehicle bay that drain to a sand/oil separator prior to entering septic tank. 10. Bid (5% of contract price), Payment (100% of contract price) and Performance (100% of contract price) bonds required. EXTERIOR 1. Side walls and roof system should be o 24-26 gauge (minimum) painted steel. 2. Appropriate trim (ridge, rake, eave, corner, etc.) installed to provide a finished appearance. 3. Colors must be approved by Director of Buildings and Grounds from standard color scheme. 4. There will be one exterior hose bib with copper water lines centered between the two roll up doors. This bib shall have an internal valve to isolate during cold weather months. 5. The building access will consist of TWO steel framed and solid steel doors (3070) with thresholds and weather stripping. Doors to be located at opposing building corners. The door hardware will be consistent with allowing a Stanley Best key core to be utilized. 6. The building will have TWO insulated garage roll up doors installed. Both sided of doors will be metal clad. These will be powered with appropriately sized commercial grade electric operators. The doors are to be 16 -feet wide and 14 -feet tall with weather stripping. 7. 500 gallon propane tank must be installed to service the facility. Reuse of existing propane tank is desired. Schedule 40 black pipe to feed radiant heaters. 8. Contractor will connect the new building into the existing septic system in accordance with current codes to support the facility. 9. There will be a 6" thick (minimum) sealed concrete apron reinforced with 6" x 6" x 10 gage wire mesh. The apron will run the width of the building and extends ten feet from the building. This apron will be located on the garage door side. 10. There will be a fuel tank located on the north side fence to allow for a motor grader to access it. This tank will be installed by others. However, the general contractor will install the power wiring to/from the building and the tank. Close coordination on wire gauge, conduit, etc. with tank installer will be required. BID REQUEST #B1600116 Page 13 11. The fuel tank will have an area light on a pole. This area light, photocell, pole and power are to be provided by the contractor. 12. Contractor is responsible to provide bollards to surround fuel tank. It is estimated, that 8 bollards are required. Bollards are to be 6 -inch steel pipe filled with concrete and set in concrete. Painted yellow. RESTROOM 1. There will be on 8' x 8' x 8' tall restroom. 2. It will include a water closet and lavatory. 3. Floor finish: sealed concrete. 4. The room's walls and ceiling will be insulated (R-11, minimum). 5. The wall finish (interior & garage side) will be taped, textured with orange peel finish, and paint sheetrock. Color approved by County representative. 6. The door will be solid type with all hardware and a privacy function lever set. 7. There will be an electric baseboard heat located in the room that is thermostatically controlled. 8. Waste lines will be schedule 40 to septic tank. Engineered leach field required. If tank is located in path of vehicle travel, must be rated for such. 9. A 5 gallon electric water heater. 10. The restroom will be finished with a 23/32" OSB deck on top to allow for placement of items above room. A short stem wall 4 -feet tall (minimum) will surround the storage area (except for ladder access point) OFFICE 1. There will be on 8' x 10' x 8' tall restroom. 2. Floor finish: sealed concrete. 3. The room's walls and ceiling will be insulated (R-11, minimum). 4. The wall finish (interior & garage side) will be taped, textured with orange peel finish, and paint sheetrock. Color approved by County representative. 5. The door will be solid type with all hardware and a office function lever set. 6. There will be an electric baseboard heat located in the room that is thermostatically controlled. 7. The office will be finished with a 23/32" OSB deck on top to allow for placement of items above room. A short stem wall 4 -feet tall (minimum) will surround the storage area (except for ladder access point) 8. There will be a ladder affixed to the garage side of office wall to allow access to this storage area. INTERIOR 1. The entire building will be insulated. Minimum insulation will be R-19 (minimum) on exterior walls and R-30 (minimum) in ceiling. Wall and ceiling insulation will be faced on exposed side with white colored WMP-VR R Insulation Facing (or equivalent) 2. The garage portion of the building will be heated by TWO 75,000 BTU radiant tube heaters which are thermostatically controlled. Vented exhaust and fresh air intake with schedule 40 black pipe the entire length from propane tank. One heater located over each garage door bay areas. Overhead clearance shall remain 14' minimum. 3. Building will have a 6" thick (minimum) concrete floor reinforced with 6" x 6" x 10 gage wire mesh. Saw cut crack control joints. Seal floor. 4. There will be 6" steel pipe (or 6" I-beam) bollards installed at various locations. a. Two pair (4 total) will be installed at each bay at the end opposite of each garage door 24" from the wall. Each pair will be spaced four feet apart and be centered on each bay. b. Two each will be installed at the garage doors entries/exits jambs (8 total). 5. All bollards will be buried below frost line AND filled with concrete. 6. Contractor is responsible for connecting domestic water to the existing well. 7. There will be one interior hose bib with copper water lines. 8. Interior walls will have an 8 -foot tall liner panel constructed out of the same metal siding as the exterior (color: white). The liner panel will run the entire perimeter and be finished with appropriate trim. BID REQUEST #B1600116 Page 14 ELECTRICAL 1. Nine electrical outlets (120 -volt) will be provided with two per wall in garage area and one inside restroom. 2. There will be one 220 -volt outlet in garage area. 3. There will be an exterior light at each door. 4. There will be one dusk -to -dawn light (wall pack) centered over both garage doors. 5. Electrical will be supplied to the fuel tank system and fuel tank area light. 6. The garage area will be illuminated with eight 4 -foot four -bulb T-8 light fixtures. 7. Electrical outlets to power two garage door operators. 8. Emergency Exit signs, as required. 9. Along one wall will be a work area and will require a row consisting of three each two -bulb T-8 fixtures that are on a separate light switch. They will over hang a work bench that will be provided by owner. 10. One exterior outlet will be provided at the garage door side. DEMOLITION 1. Once new shed is built, Contractor will be responsible for the demolition and removal of existing building, structures and foundations. 2. Demolition and removal of adjacent site improvements. 3. A separate contract will be awarded to remove any hazardous materials (e.g. asbestos), if present. This will be performed prior to demolition. 4. A separate contract will be awarded for decommissioning/demolition of existing fuel tank. This will occur after the new fuel tank is operational. 5. Demolition materials are to be removed from site and disposed of in accordance with applicable directives. 6. Fees for permits through Weld County will be waived. 7. Disconnect, seal and cap the utilities in accordance will local codes. 8. Storage or sale of removed items or materials on -site is not permitted 9. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory requirements. 10. All hazardous materials (to include refrigerant) must properly be removed, evacuated, and disposed of by contractor during demolition process. 11. Refrigerant shall be removed, stored and disposed of in accordance with regulations. 12. Locate, identify, disconnect and seal/cap off utilities serving the buildings to be demolished. Most should be re-routed during construction of new building. 13. The remaining hole in the site pad will be left (not backfilled). However the hole shall be sloped to mitigate any hazards. MISCELLANEOUS 1. Bid (5% of contract price), Payment (100% of contract price) and Performance (100% of contract price) bonds required. 2. Contractor is expected to enter in to a contract (sample attached). 3. Contract is expected to be awarded on August 24, 2016. Based on this date provide your projected completion date. BID REQUEST #B1600116 Page 15 PRICING A. Building System (50' x 75') $ B. Mechanical/Plumbing $ C. Electrical $ D. Site work & concrete work $ E. Demolition $ F. Other $ Total Project Cost $ FINISH DATE 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. #B1600116. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL **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 -15. BID REQUEST #81600116 Page 16 ADDENDUM#1 BID REQUEST NO. B1600116 KIOWA GRADER SHED Buildings & Grounds Dept. PLEASE AMEND ITEM 11 ON PAGE 15 AS FOLLOWS: 11. Install a propane powered generator and associated automatic transfer switch. Generator needs to be sized to provide power for entire shed. ***Please sign and fax back to Weld County Purchasing a 970-336-7226 ASAP. We need signed copy on file. Thank Your** Addendum received by: FIRM ADDRESS CITY AND STATE BY TITLE JULY 25, 2016 N 0 0 0 0 co O 0_ 0 0-0 I E O O L Q1 cc U 4 O 4- GEOTECHNICAL ENGINEERING REPORT PROPOSED GRADER SHED 42649 HIGHWAY 52 HUDSON, COLORADO NORTHERN COLORADO GEOTECH PROJECT NO. 037-16 MARCH 31, 2016 Prepared for: Weld County Buildings and Grounds 1105 "H" Street Greeley, Colorado 80631 Attn: Toby Taylor fSsik Northern Colorado Geotech 2956 29th Street, Unit 21 Greeley, Colorado 80631 Phone: (970) 506-9244 Fax: (970) 506-9242 Northern ii, Colorado Geotech March 31, 2016 Weld County Buildings and Grounds 1105 "H" Street Greeley, Colorado 80631 Attn: Toby Taylor Re: Geotechnical Engineering Report Proposed Grader Shed at 42649 Highway 52 Northern Colorado Geotech Project No. 037-16 2956 29th Street, Unit 21 Greeley, Colorado 80631 Phone: (970) 506-9244 Fax: (970) 506-9242 Northern Colorado Geotech has completed a geotechnical engineering exploration for the proposed grader shed to be located at 42649 Highway 52 east of Hudson, Colorado. This study was performed in general accordance with our proposal number P16003g dated February 24, 2016. The subsurface soils at the site consisted of silty clayey sand fill material and native silty sand to depths of 15 feet. The results of our field exploration and laboratory testing indicate that the soils have low expansive potential and low load bearing capabilities. Based on the anticipated construction and the results of our engineering exploration, it is our opinion that the proposed grader shed may be supported on a spread footing foundation system. Slab on grade may be utilized for the interior floor system. If you have any questions concerning this report or any of our consulting services, please do not hesitate to contact us. Sincerely, NORTHERN COLORADO GEOTECH Prepared by: Doug Leafgren, P.G. President Reviewed by: Gary G. Weeks, P.E. Vice President Copies to: Addressee (3) TABLE OF CONTENTS Page No. Letter of Transmittal ii SCOPE 1 SITE CONDITIONS 1 PROPOSED CONSTRUCTION 1 SITE EXPLORATION 2 Laboratory Testing 2 SUBSURFACE CONDITIONS 3 Soil and Bedrock Conditions 3 Groundwater Conditions 3 Field and Laboratory Test Results 3 DESIGN RECOMMENDATIONS 3 Foundation Design 3 Footing Foundations 3 Surface Drainage 4 Floor Slab Design and Construction 5 General Earthwork 5 Site Preparation 6 Fill Materials and Placement 6 GENERAL COMMENTS 7 ATTACHMENTS Boring Location Plan Logs of Borings Laboratory Test Results GEOTECHNICAL ENGINEERING REPORT PROPOSED GRADER SHED 42649 HIGHWAY 52 HUDSON, COLORADO NORTHERN COLORADO GEOTECH PROJECT NO. 037-16 MARCH 31, 2016 SCOPE This report contains the results of our geotechnical engineering exploration for the proposed grader shed to be located at 42649 Highway 52 east of Hudson, Colorado. This report includes descriptions of, and geotechnical engineering recommendations relative to: • subsurface soil and bedrock conditions • groundwater conditions • foundation design and construction • drainage • floor slab design and construction • earthwork The recommendations contained in this report are based upon the results of field and laboratory testing, engineering analyses, and experience with similar soil conditions, structures and our understanding of the proposed project. SITE CONDITIONS The site is currently occupied by a maintenance shed. It appears a structure was recently removed from the center of the site. The location of the new grader shed is covered with aggregate base course. Overall surface drainage is fair to the west and southwest. The property is bordered to the south by Highway 52. The existing shed is located on the northeast corner of the site. The new shed will be located near the north -central portion of the property. Agricultural pasture ground was observed north, east and west of the subject site. PROPOSED CONSTRUCTION As we understand it, the project will consist of building a slab on grade structure that will be used as a Weld County grader shed. Final site grades were not available at the time of the exploration, although we assume the first floor of the shed will be slightly above existing site grade. Weld County Buildings and Grounds Proposed Grader Shed at 42649 Highway 52 Northern Colorado Geotech Project No. 037-16 SITE EXPLORATION A total of two test borings were drilled on March 10, 2016. The borings were drilled to approximate depths of 15 feet at the locations shown on the Site Plan, Figure 1. The borings were advanced with a truck -mounted drilling rig, utilizing 4 -inch diameter solid stem augers. The borings were located in the field by pacing from property lines and/or existing site features. The accuracy of boring locations should only be assumed to the level implied by the methods used. Lithologic logs of each boring were recorded by a representative of Northern Colorado Geotech during the drilling operations. At selected intervals, samples of the subsurface materials were taken by driving split -spoon and/or ring samplers. Standard penetration measurements were recorded while driving a split -spoon and/or ring sampler into the subsurface materials. The standard penetration test is a useful index in estimating the density of the materials encountered. Groundwater conditions were evaluated in each boring at the time of subsurface exploration. Laboratory Testing The samples retrieved during the subsurface exploration were returned to our laboratory for observation by the project manager. The soils were classified in general accordance with the Unified Soil Classification System. At that time, the field descriptions were confirmed or modified and an applicable laboratory testing program was formulated. Boring logs were prepared and are attached with this report. Laboratory tests were conducted on selected samples and are presented on the boring logs and attached laboratory test sheets. The test results were used for the geotechnical engineering analyses, and the development of foundation and earthwork recommendations. Selected samples were tested for the following engineering properties: • Water Content • Dry Density • Consolidation • Compressive Strength • Expansion 2 Weld County Buildings and Grounds Proposed Grader Shed at 42649 Highway 52 Northern Colorado Geotech Project No. 037-16 SUBSURFACE CONDITIONS Soil and Bedrock Conditions Soils at the site generally consisted of aggregate base course and silty clayey sand fill material to a depth of approximately one foot. The materials underlying the surface soils and extending to the maximum depth of exploration consisted of native silty sand. Summary boring logs are attached with this report. Groundwater Conditions Groundwater was not observed in any test boring at the time of field exploration. These observations represent groundwater conditions at the time of the field exploration, and may not be indicative of other times, or at other locations. Groundwater conditions can be expected to fluctuate with varying seasonal and weather conditions, and other factors. Field and Laboratory Test Results Field test results indicate that the sand soils vary from loose to medium dense in relative density. Laboratory test results indicate that the soils have low expansive potential and low load bearing capabilities. DESIGN RECOMMENDATIONS Foundation Design Based on the results of our subsurface exploration and the results of the laboratory testing, it is our opinion that a spread footing foundation system may be used for support of the proposed grader shed. The footings should be placed on undisturbed soils and/or engineered fill material. Design and construction recommendations for foundation systems and other earth connected phases of the project are outlined below. Footing Foundations Based on the results of our subsurface exploration and laboratory testing, it is our opinion that a spread footing foundation system bearing upon undisturbed soil and/or engineered fill may be used for support of the proposed grader shed. The footings may be designed for a maximum bearing pressure of 1,500 psf. The design bearing pressure applies to dead loads plus design live load conditions. The 3 Weld County Buildings and Grounds Proposed Grader Shed at 42649 Highway 52 Northern Colorado Geotech Project No. 037-16 design bearing pressure may be increased by one-third when considering total loads that include wind or seismic conditions. Existing fill on the site should not be used for support of foundations without removal and recompaction. Exterior footings should be placed a minimum of 30 inches below finished grade for frost protection and to provide confinement for the bearing soils. Finished grade is the lowest adjacent grade for perimeter footings. Footings should be proportioned to reduce differential foundation movement. Proportioning on the basis of equal total movement is recommended; however, proportioning to relative constant dead -load pressure will also reduce differential movement between adjacent footings. Total movement resulting from the assumed structural loads is estimated to be on the order of 3/4 inch or less. Differential movement should be on the order of 1/2 to 3/4 of the estimated total movement. Additional foundation movements could occur if water from any source infiltrates the foundation soils; therefore, proper drainage should be provided in the final design and during construction. Foundations and masonry walls should be reinforced as necessary to reduce the potential for distress caused by differential foundation movement. The use of joints at openings or other discontinuities in masonry walls is recommended. Foundation excavations should be observed by Northern Colorado Geotech. If the soil conditions encountered differ significantly from those presented in this report, supplemental recommendations may be required. Surface Drainage Positive drainage should be provided during construction and maintained throughout the life of the proposed project. Infiltration of water into utility or foundation excavations must be prevented during construction. Planters and other surface features which could retain water in areas adjacent to the building or pavements should be sealed or eliminated. In areas where sidewalks or paving do not immediately adjoin the structure, we recommend that protective slopes be provided with a minimum grade of approximately 10 percent for at least 10 feet from perimeter walls. Backfill against footings, exterior walls, and in utility and sprinkler line trenches should be well compacted and free of all construction debris to reduce the possibility of moisture infiltration. Downspouts, roof drains or scuppers should discharge into splash blocks or extensions when the ground surface beneath such features is not protected by exterior slabs or paving. Sprinkler 4 Weld County Buildings and Grounds Proposed Grader Shed at 42649 Highway 52 Northern Colorado Geotech Project No. 037-16 systems should not be installed within 5 feet of foundation walls. Landscaped irrigation adjacent to the foundation system should be minimized or eliminated. Floor Slab Design and Construction Some differential movement of slab -on -grade floor systems is possible should the subgrade soils become elevated in moisture content. To reduce potential slab movements, the subgrade soils should be prepared as outlined in the earthwork section of this report. Additional floor slab design and construction recommendations are as follows: • Positive separations and/or isolation joints should be provided between slabs and all foundations, columns or utility lines to allow independent movement. • Control joints should be provided in slabs to control the location and extent of cracking. • Interior trench backfill placed beneath slabs should be compacted in accordance with recommended specifications outlined below. • In areas subjected to normal loading, a minimum 4 -inch layer of clean -graded gravel should be placed beneath interior slabs. • Floor slabs should not be constructed on frozen subgrade. Exterior slabs -on -grade, exterior architectural features, and utilities founded on, or in backfill may experience some movement due to the volume change of the backfill. Potential movement could be reduced by: • minimizing moisture increases in the backfill • controlling moisture -density during placement of backfill • using designs which allow vertical movement between the exterior features and adjoining structural elements • placing effective control joints on relatively close centers General Earthwork All earthwork on the project should be observed and evaluated by Northern Colorado Geotech. The evaluation of earthwork should include observation and testing of engineered fill, subgrade 5 Weld County Buildings and Grounds Proposed Grader Shed at 42649 Highway 52 Northern Colorado Geotech Project No. 037-16 preparation, foundation bearing soils, and other geotechnical conditions exposed during the construction of the project. Site Preparation Strip and remove existing vegetation, debris, and other deleterious materials from proposed building and pavement areas. All exposed surfaces should be free of mounds and depressions which could prevent uniform compaction. Stripped materials consisting of vegetation and organic materials should be wasted from the site, or used to revegetate landscaped areas or exposed slopes after completion of grading operations. If unexpected fills or underground facilities are encountered, such features should be removed and the excavation thoroughly cleaned prior to backfill placement and/or construction. It is anticipated that excavations for the proposed construction can be accomplished with conventional earthmoving equipment. The individual contractor(s) is responsible for designing and constructing stable, temporary excavations as required to maintain stability of both the excavation sides and bottom. All excavations should be sloped or shored in the interest of safety following local, and federal regulations, including current OSHA excavation and trench safety standards. Fill Materials and Placement All exposed areas which will receive fill should be scarified to a minimum depth of eight inches, conditioned to near optimum moisture content, and compacted. The placement of soils on the site should be observed by Northern Colorado Geotech. The fill should be assessed for suitability of use in the proposed fill and tested for placement including compaction percentage and moisture content. Engineered fill should be placed and compacted in horizontal lifts, using equipment and procedures that will produce recommended moisture contents and densities throughout the lift. Recommended compaction criteria for engineered fill materials are as follows: Clean on -site soils or approved imported materials may be used as fill material. Imported soils (if required) should conform to the following: 6 Weld County Buildings and Grounds Proposed Grader Shed at 42649 Highway 52 Northern Colorado Geotech Project No. 037-16 Gradation Percent fines by weight (ASTM C136) 6" 100 3" 70-100 No. 4 Sieve 50-100 No. 200 Sieve 50 (max) Liquid Limit 30 (max) Plasticity Index 5 (max) Minimum Percent Material (ASTM D698) Scarified subgrade soils 95 On -site and imported fill soils: Beneath foundations 95 Beneath slabs 95 On -site or imported granular soils should be compacted within a moisture range of 3 percent below to 3 percent above optimum unless modified by the project geotechnical engineer. GENERAL COMMENTS The analysis and recommendations presented in this report are based upon data obtained from borings performed to obtain representative subsurface conditions at the site. Variations in the soil between borings will occur. Northern Colorado Geotech should be present during construction to observe the excavation and construction procedures and confirm or modify our recommendations. The scope of services for this project does not include either specifically or by implication any environmental assessment of the site. This report is intended exclusively for the use by the client. Any use or reuse of the findings and/or recommendations of this report by parties other than the client without the written consent of Northern Colorado Geotech is undertaken at said parties' sole risk. This report has been prepared in accordance with generally accepted geotechnical engineering practices in this area at this time. No warranties, either express or implied, are intended or made. 7 No.1 S PROPOSED GRADER SHED S No.2 APPROX AREA WHERE STRUCTURE REMOVED EXISTING SHED HIGHWAY 52 25' 0 25' 50' DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES BORING LOCATION PLAN PROPOSED GRADER SHED 42649 HIGHWAY 52 HUDSON, COLORADO FOR WELD COUNTY BUILDINGS AND GROUNDS Northern �olorado Geotech 2956 29th Street, Unit 21 Greeley, Colorado 80631 Phone: (970) 506-9244 Fax: (970) 506-9242 Project No. Sege: Date: Prgect mgr. figure No. 037-16 1"=50' 3-31-16 DML 1 LOG OF BORING No. 1 Sheet 1 of 1 CLIENT Weld County Building and Grounds ARCHITECT/ENGINEER SITE 42649 Highway 52 Hudson, Colorado PROJECT Proposed Grader Shed GRAPHIC LOG DEPTH (FT.) SAMPLES TESTS BLOWS/12" N -VALUE NUMBER TYPE IN. DRIVEN IN. RECOVERED MOISTURE, % DRY DENSITY PCF HAND PENE- TROMETER psf LIQUID LIMIT PLASTIC INDEX PERCENT FINES 6" BASE COURSE 0.5 o" 0 • :;.P:;. 5 10 15 13 13 6 10 1 2 3 4 SS RS SS SS 18 12 12 12 17 11 3 5 114 0.1% Swell FILL- Silty Clayey Sand 1.0 \Brown, moist, medium dense SILTY SAND Brown, moist, loose 7.0 SILTY SAND WITH GRAVEL Tan, moist, loose 15.0 BOTTOM OF BORING WATER LEVEL OBSERVATIONS Northern ftCoIorado Geotech STARTED 3/10/16 FINISHED 3/10/16 WL None W.D. DRILL co. Drilling Eng DRILL RIG CME-55 LOGGED BY TK APPROVED DML 2956 29th Street, Unit 21 Greeley, Colorado 80631 Phone: 970-506-9244 Fax: 970-506-9242 Hole Filled in After Boring NCG PROJECT NO. 03%-16 LOG OF BORING No. 2 Sheet 1 of 1 CLIENT Weld County Building and Grounds ARCHITECT/ENGINEER SITE 42649 Highway 52 Hudson, Colorado PROJECT Proposed Grader Shed GRAPHIC LOG DEPTH (FT.) SAMPLES TESTS BLOWS/12" N -VALUE NUMBER TYPE IN. DRIVEN IN. RECOVERED MOISTURE, % DRY DENSITY PCF HAND PENE- TROMETER psf LIQUID LIMIT PLASTIC INDEX PERCENT FINES 6" BASE COURSE 0.5 o" * 5- -;� 10- -+ 15 27 9 10 13 1 2 3 4 SS RS SS SS 18 12 12 12 8 12 8 1125 112 0% Swell FILL- Silty Clayey Sand 1 o Brown, moist, medium dense / SILTY SAND Tan, moist, loose to medium dense 15.0 BOTTOM OF BORING WATER LEVEL OBSERVATIONS Northern Colorado Geotech STARTED 3/10/16 FINISHED 3/10/16 DRILL co. Drilling Eng DRILL RIG CME-55 WL None W.D. LOGGED BY TK APPROVED DML 2956 29th Street, Unit 21 Greeley, Colorado 80631 Phone: 970-506-9244 Fax: 970-506-9242 NCG PROJECT NO. 037-16 Hole Filled in After Boring -3 -2 -1 037-16.GPJ z 1 2 3 4 5 0.1 1 STRESS, ksf 10 Specimen Identification Classification Yd MC% • 1 3.0 SiltySand 114 12 Northern 2956 29th Street, Unit 21 Co/orado Greeley,31 Phone: 970-506-9244 Geotech Fax: 970-506-9242 CONSOLIDATION TEST Client: Weld County Building and Grounds Number: 037\ Project: Proposed Grader Shed Location: 42649 Highway 52 -3 -2 -1 1 2 3 4 5 0.1 1 STRESS, ksf 10 Specimen Identification Classification Yd MC% • 2 3.0 SiltySand 112 12 iNollorthern 2956 29th Street, 80631 Unit 21 Greeley, Co/orado Phone: 970-506-9244 Geotech Fax: 970-506-9242 CONSOLIDATION TEST Client: Weld County Building and Grounds Number: 037 Project: Proposed Grader Shed Location: 42649 Highway 52 Project No./Code Q r. ry i CHORD LENGTH 2 - UiJ l � Z wa2F IQlz 0 0 i Q A r z i 0 `ALL KIOWA GRADER SHED SITE PLAN �e LINE TABLE CURVE TABLE 0 F _N N 8 ^ 8 n- 8 1 DELTA ANGLE I b c c c o g c b V, U z- W t 3_ N o S E oN E I 2 2 W V c 8 861 W 2 ' 2 tll 2 r� N JJ J � J 5a 12 _ v .S R ~ Jnnn c 1 w ce U '5 u v cg :g m Z: As Constructed i z wzi —X —% % —X —% —Y .. , ._., _..x„.X 4 % 0. ` EOG EON — EON 91 o J WELD COUNTY 4trEta, PUBLIC WORKS DEPARTMENT 111 H. STREET P O BOA 748 GRFELEY, CO 80032-0758 PHONE. 970)346-9000 s G+•'H' FAX [MI 309-.9/ Ca. 100 // F20.00' . GOn iii O Na I u �w v \ 8 pa= N �D3' o'g ' I o 3'L q1 g I ' c ak �1 Gn o 9.00 6b.00'� 1 a r 1,, F., ,.330 41,3 �., PROVIDE BOLLARDS FOR PROTECTION OF PROPANE AND DIESEL TANKS (TYP) E o AU ' ndex of Revisions CwnmenIs I In,Oa,s DE BOLLARDS FOR - TION OF ELECTRIC POLE AND METER (? � , �d wNE Hi YS --NVS lyy \\\1 CON(H- N 272 5,1 E rpy 1.0 J!I! Za /_L0 1 > .tuJv3 ZOKT D' e } ❑ n -'3o w s a W O W J 0 zw xQ. O a X m a 1 o u'—� Vi 0 w aNz ZOJ Computer File Information Creawn 588 6'24/2016 86815 CLW S � _ i y3 booing Fik Nines KIOWA-S''.TE PLAN DWG /3I8CADVerwn 2016 rink AS NOTED 566 Er 914 15C0 75 DO m 1�\ Zu z. Below are the answers to questions that occurred for the Kiowa Grader Shed bid (B1600116). 1. Who is the utility provider? Answer: Morgan County REA 2. What size of service is needed and are there any electrical devices on pole? Ie. meter can and size, disconnect, riser. Answer: It is anticipated at 200 AMP minimum service will be needed. However, this is a design build. Therefore, the size needs to be determined during the design phase to ensure it is adequate for the loads. 3. Is a phone conduit required to pedestal or is an overhead riser needed? Answer: Phone line installation is not part of this bid. 4. Demo - What exactly needs to be demolished? Answer: The entire old building and fuel tank enclosure 5. What are the size of the footing? Answer: This is a design -build which means the winning bidder needs to design and construct the building. The size of the footing will be dictated by this. 6. What is the depth of over excavation and what type of fill is required? Answer: This is a design -build which means the winning bidder needs to design and construct the building. The depth will be dictated by this. 7. What kind of material is needed for driveway area? Need to be imported?? Answer: The driveway and pad are already built. This can be seen on -site. 8. Size of sewer line and tying into? Answer: 4 -inch PVC 9. Size of water line and tying into? Answer: 3/4 -inch copper 10. Shall we use the existing 100 amp single phase service to provide power to the new shed? Answer: It is anticipated at 200 AMP minimum service will be needed. However, this is a design build. Therefore, the size needs to be determined during the design phase to ensure it is adequate for the loads. 11. What amperage for the 220 outlet? Answer: 50 AMP 12. Is the 220 outlet for the air compressor or for something else? Answer: Primarily Air Compressor but could also be used for other equipment (e.g. welder). 13. Is there an existing septic system in place? Existing well? If so, where are they located in relation to the proposed location of the new building? Answer: These are identified on the site plan layout published on the web page. 14. There is no mention of needing to upgrade the Electrical service. What size is the existing service (i.e. 100A)? Will the existing meter need to be upgraded? Answer: It is anticipated at 200 AMP minimum service will be needed. However, this is a design build. Therefore, the size needs to be determined during the design phase to ensure it is adequate for the loads. 15. In regards to progress meetings, how many will be required of the Architect? MEP Engineers? Answer: Depending on the steel building system being bid, there may or may not be a need for an architect or MEP beyond the initial stamped drawings required for permitting. Some manufacturers provide these services part of their building package. 16. Is a generator and transfer switch to power the building required. Answer: Yes, a generator that runs off of the propane tank and associated transfer switch are required and addendum is being published to reflect this requirement. 17. How are we to treat the unknown utility/electric tap fees? Answer: The contractor will be responsible for arranging and scheduling the installation of these utility services based on your building design. However, the costs of the utility taps will be a direct pass -through (without contractor mark-up) to the County. In turn, the County will pay the tap fees directly to the utility provider. 18. Will bid bonding be required for this project? Answer: No 19. Can we use PEX instead of copper water lines? Answer: Yes. PRICING A. Building System (50' x 75') B. Mectianical/Plumbing C. Electrical D. Site work & concrete work E. Demolition F. Other Total Project Cost FINISH DATE D IS' 244, E'c 309.C 7-e ,04. cm — Jr Ps - 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. #61600116. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Landmark Builders Inc. BUSINESS ADDRESS 3812 Carson Ave. BY David Grigsby (Please print) CITY, STATE, ZIP CO l E Evans, CO 80620 TELEPHONE NO 97I 30-8855 970-330-5756 TAX ID # 80-0169959 SIGNATURE E-MAIL dariasbvClandmark-builders.com DATE 07/27/2016 **THE SUCCESSFU BIDDER SH ' LL PROVID 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 -15. BID REQUEST #B1600116 Page 16 1' tn J Ce W -J a a M (1) re W I— < 2 cc 0 I- V a I - Z 0 V m n w a Kiowa Grader Shed Project Address: 42649 HWY 52 Roggen, CO 80652 Type of Work to be Performed on Contract Earthwork Concrete Wall Finishes in 0 O 0 Mechanical Electrical in H E 13 PO Box 200187 Evans, CO 80620 24624 CR 53 Kersey, CO 80644 2572 Midpoint Drive Fort Collins, CO 80525 33721 Saisconset Rd Windsor, CO 80550 2432 6th Ave Greeley, CO 80631 3850 Cheyenne Drive Greeley, CO 80634 Name of Firm H & H Excavation Inc. Ridgeline Construction Holsinger Drywall Inc. Mountain View Garage Doors C co L U a) 2 m 2 DJE Electrical ----, ® AC a CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 9/1/2016 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 Flood and Peterson PO Box 578 Greeley, CO 80632 CONTACT Alex Priest NAME: PHONE (970)506-3217 1FAICX , No): (970)506-6865 (A/C. No. Ext): (A E-MAIIEADDRss:APriest@F1oodPeterson.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA:CNA Insurance Company INSURED Landmark Builders Inc. 3812 Carson Avenue Evans, CO 80620 INSURER B :Pinnacol Assurance INSURER C Zurich INSURER D : INSURERE: INSURER F : uilders Risk REVISION NUMBER: vTHIS 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 LT LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER (MMILDDY/YYYY) (FF MNUDD//YYY YY) LIMITS A X COMMERCIAL GENERAL LIABILITY 6018286131 5/9/2016 5/9/2017 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 I CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 15,000 PERSONAL&ADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES PROT- JEC PER: LOC PRODUCTS - COMP/OPAGG $ 2,000,000 A AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS X SCHEDULED AUTOS NON -OWNED AUTOS 6018286145 5/9/2016 5/9/2017 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTYDAMAGE ) $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 6018286162 5/9/2016 5/9/2017 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DED I X IRETENTION $ 0 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER in NH) EM EXCLUDED? (Mandatory NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN N / A 4123307 5/1/2016 5/1/2017 X I PER I OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1, 000 , 000 C Builders Risk BR09580947 9/1/2016 9/1/2016 Limit $271,885 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) RE: Kiowa Grader Shed Certificate holder is included as Additional Insured as required by written contract but only as respects to liability arising out of work performed by the named insured. Waiver of subrogation applies. 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 K Case, CIC, CPSR/APR © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD 25 (2014/01) INS025 (2014n1/ 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 August 9, 2016 To: Board of County Commissioners From: Toby Taylor Subject: Kiowa Grader Shed; Bid #B1600116 As advertised, this bid is for the construction of a new Kiowa Grader Shed. The low bid received was from Landmark Builders Inc. and meets specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to Landmark Builders Inc. for $271,885.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director o201(a �167 ?2=GUD48 "5 WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: mwaltersco.weld.co.us E-mail: reverett(a�co.weld.co.us Phone: (970) 400-4222 or 4223 Fax: (970) 336-7226 DATE OF BID: JULY 25, 2016 REQUEST FOR: KIOWA GRADER SHED DEPARTMENT: BUILDINGS & GROUNDS DEPARTMENT BID NO: #B1600116 PRESENT DATE: AUGUST 1, 2016 APPROVAL DATE: AUGUST 15, 2016 TOTAL PROJECT VENDOR COST* LANDMARK BUILDERS INC 3812 CARSON AVE EVANS CO 80620 S2 GENERAL CONTRACTING LLC 912381HAVE CT#4 GREELEY CO 80634 CG CONSTRUCTION COMPANY 14471 WILLIAMS ST THORNTON CO 80602 GROWLING BEAR CO (INC) 2330 4TH AVE GREELEY CO 80631 CONSTRUCTION CONCEPTS INC 14125 MEAD ST LONGMONT CO 80504 $271,885.00 $320,040.00 $389,000.00 $398,511.00 $437,443.00 FINISH DATE 12/15/16 11/30/16 +/- 12/20/16 150 DAYS NTP 12/31/16 *TOTAL INCLUDES BLDG SYSTEM (50'X75'), MECHANICAL/PLUMBING, ELECTRICAL, SITE WORK & CONCRETE WORK, DEMOLITION, AND OTHER. **TOBY TAYLOR WILL REVIEW THE BIDS. get
Hello