Loading...
HomeMy WebLinkAbout20112100 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made by and between the County of Weld, State of Colorado, whose address is 915 10th Street, Greeley, Colorado, 80631 ("County"), and Bob Behrends Roofing-Commercial Division, LLC, whose address is 614 5th Avenue, Greeley, Colorado 80631, ("Contractor"). WHEREAS, County desires to retain Contractor as an independent contractor to perform services as more particularly set forth below; and WHEREAS, Contractor has the time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Engagement of Contractor. County hereby retains Contractor, and Contractor hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Term. The term of this Agreement shall be from August 10, 2011, through and until August 23, 2011, by which date Contractor has agreed to replace the roof on the Public Works Administration Building, located at 1111 H Street, Greeley, Colorado is completed. 3. Services to be Performed. Contractor agrees to perform the Services listed or referred in Bid Request No #B1100113, a copy of which is attached hereto and incorporated herein as Exhibit A. 4. Compensation. a. County agrees to pay Contractor for services performed as set forth in the Contractor's Bid, a copy of which is attached hereto and incorporated herein as Exhibit B, for a total of Forty-Seven Thousand, Six Hundred Ninety-Two and no/100 Dollars ($47,692.00) and to replace damaged insulation as needed for$1.00 per square foot. b. The amount set forth in the preceding paragraph represents the full amount payable to Contractor and Contractor shall not be paid for any other expenses. c. Payment to Contractor will be made only upon presentation of a proper claim by Contractor, itemizing services performed and materials used, following completion of the installation of the roof. d. Payment for services under this Agreement shall not exceed Forty-Seven Thousand, Six Hundred Ninety-Two and no/100 Dollars ($47,692.00), plus the replacement cost of damaged insulation. ec` y,4 - 1"" 1 S- 1O r2ol/ CL PU, '64 02011-a(00 5. Additional Work. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement. 6. Independent Contractor. Contractor agrees that Contractor is an independent contractor and that neither Contractor nor Contractor's agents or employees are, or shall be deemed to be, agents or employees of the County for any purpose. Contractor shall have no authorization, express or implied, to bind the County to any agreement, liability, or understanding. The parties agree that neither Contractor, nor its employees may become an employee of County, and further agree that neither Contractor nor its employees may become entitled to any employee benefits from County as a result of the execution of this Agreement. 7. Warranty. Contractor warrants that the new roof shall be an EPDM type and shall have an unconditional warranty for a period of twenty (20) years following County's payment to Contractor. Contractor further warrants that services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. 8. Acceptance of Product not a Waiver. Upon completion of the work, Contractor shall submit to County copies of any test results, reports, and information concerning materials used etc., generated during completion of this work. Acceptance by County of reports and incidental material furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality, sufficiency and/or accuracy of the work. Acceptance by the County of, or payment for, any services performed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 9. Insurance and Indemnification. Contractor shall defend and indemnify County, its officers and agents, from and against loss or liability arising from Contractor's acts, errors or omissions in seeking to perform its obligations under this Agreement. Contractor shall provide necessary workers' compensation insurance at Contractor's own cost and expense. 10. Termination. Either party may terminate this Agreement at any time by providing the other party with a 10 day written notice thereof. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. In the event of an early termination, Contractor shall be paid for work performed up to the time of notice and County shall be entitled the use of all material generated or obtained pursuant to this Agreement. 2 11. Non-Assignment. Contractor may not assign or transfer this Agreement, any interest therein or claim thereunder, without the prior written approval of County. 12. Access to Records. County shall have access to Contractor's financial records as they relate to this Agreement for purposes of audit. Such records shall be complete and available for audit 90 days after final payment hereunder and shall be retained and available for audit purposes for at least five years after final payment hereunder. 13. Time of Essence. Time is of the essence in each and all of the provisions of this Agreement. 14. 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. 15. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that party's address as stated above. 16. Compliance. This Agreement and the provision of services hereunder shall be subject to the laws of Colorado and be in accordance with the policies, procedures, and practices of County. 17. 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. 18. Certification. Contractor certifies that Contractor is not an illegal immigrant, and further, Contractor represents, warrants, and agrees that it has verified that Contractor does not employ any illegal aliens. If it is discovered that Contractor is an illegal immigrant, employs illegal aliens or subcontracts with illegal aliens, County can terminate this Agreement and Contractor may be held liable for damages. 19. Entire Agreement/Modifications. This Agreement contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation, representation, and understanding or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 20. Funding Contingency. No portion of this Agreement shall be deemed to create an obligation on the part of County to expend funds not otherwise appropriated or budgeted for. 3 21. No Conflict. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 22. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No portion of this Agreement shall be deemed to constitute a waiver of any immunities the parties or their officers or employees may possess. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Attorneys Fees/Legal Costs. In the event of a dispute between Weld County and Contractor, concerning this Agreement, 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 Contractor. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date and year written below. CONTRACTOR: Bob Behrends Roofing-Commercial Division, LLC, By: Title: rikcir215e7 4 ♦- ATTEST.�7.� BOARD OF COUNTY CLERK TO THE BOARD �� � COMMISSIONERSOF WELD COUNTY E lida By: 1 �D S1 Deputy erk to the Barbara Kirkmeye , Chairmall VEIN j� AUG 10 2011 5 //- d/ze EXHIBIT REQUEST NO eaYeo1 B11100113 BOARD OF COUNTY COMMISSIONERS OF THE COUNTY OF WELD, STATE OF COLORADO, BY AND THROUGH ITS DIRECTOR OF FINANCE & ADMINISTRATION DATE: July 20`h, 2011 THIS DOCUMENT CONTAINS GENERAL INFORMATION FOR THE PURCHASING PROCESS OF WELD COUNTY GOVERNMENT. ALL ITEMS MAY NOT BE APPLICABLE. ACTUAL BID SPECIFICATIONS WILL BE FOUND FOLLOWING PAGE 5. NOTICE TO BIDDERS A. The Board of County Commissioners of the County of Weld, State of Colorado, by and through its Director of Finance & Administration, wishes to purchase the following: ROOF REPLACEMENT/REPAIR - PUBLIC WORKS BLDG BUILDINGS & GROUNDS DEPT B. Bids for the above stated merchandise, equipment, and/or services will be received at the office of the Weld County Purchasing Department, 3r° Floor, 915 10th Street, Greeley, Colorado, 80631 until: MONDAY, AUGUST 1ST, 2011 10:00 AM (WELD COUNTY PURCHASING TIME CLOCKI. BE ADVISED THAT THE WELD COUNTY CENTENNIAL CENTER, 915 10'" STREET, GREELEY COLORADO IS A SECURE FACILITY. ALL PERSONS ENTERING THE BUILDING MUST PASS THROUGH SECURIY. IF YOU DECIDE TO DELIVER YOUR BID IN PERSON YOU SHOULD ALLOW ENOUGH TIME TO ARRIVE AT THE PURCHASING DEPARTMENT AT OR BEFORE THE ESTABLISHED BID TIME. II. INVITATION TO BID A. The Board of County Commissioners of the County of Weld, State of Colorado, by and through its Director of Finance & Administration, requests bids for the purchase of the above- listed merchandise, equipment, and/or services. B. Said merchandise and/or equipment shall be delivered to: to be specified. C. 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 Board of County Commissioners of Weld County to pay if awarded the bid. D. Bids may be mailed, faxed, or emailed. If mailed, bids should be in put in a sealed envelope that has the bid number and title of the bid typed or printed in plain sight. One original and one copy of the Bid must be submitted at the time of the bid opening. One complete bid document, which will be the only official copy of the bid, shall be filed at the purchasing department. After certification of the bid, by purchasing, the other copy will be sent to the applicable department(s) for review. The mailing address is: Weld County Purchasing, 915 10th Street, Room #334, Greeley CO 80631. Bids may be faxed to 970-336- 7226 attention purchasing; and the vendor must include the following statement on the facsimile, "I hereby waive my right to a sealed bid". Bids may be emailed to: mwalters(a.co.weld.co.us or reverettco.weld.co.us. We will send you an email confirmation when we receive your bid/proposal. Bid information and bid tabulations can be found at www.co.weld.co.us listed under the Purchasing Department. (Please check website for any new information/addenda before submitting your bid.) Page 2 III. INSTRUCTIONS TO BIDDERS A. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Director of Finance &Administration, satisfactory evidence of the authority of the officer signing in 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. B. Bids may be withdrawn upon written request to the Weld County Director of Finance & Administration received from bidders prior to the time fixed for opening. Negligence on the part of bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. C. Bidders are expected to examine the conditions, specifications, and all instructions contained herein. Failure to do so will be at the bidder's risk. D. Bidders shall not stipulate in their proposals any conditions not contained in the instructions and specifications herein unless specifically requested by the special instructions attached hereto. Any proposal which fails to comply with the letter of the instructions and specifications herein may be rejected. E. 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 I., entitled "Notice to Bidders." F. When approximate quantities are stated, Weld County reserves the right to increase or decrease quantity as best fits its needs. G. Whenever requested, samples or descriptive matter shall be filed prior to the opening of bids. H. Any item supplied to Weld County shall be new and of the manufacturer's current model unless otherwise specified. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, the Board of County Commissioners of Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that the Board of County Commissioners of Weld County will give preference to suppliers from the State of Colorado, in accordance with Section 30-11-110, CRS, when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County. Page 3 J. All discounts shall be figured from the date of delivery and acceptance of the articles, or in the case of an incorrect invoice, from the date of receipt of corrected invoice, if this be subsequent to delivery and acceptance. K. Substitutions or modifications to any of the terms, conditions, or specifications of this bid package which are made by Weld County, Colorado, after the bids have been distributed to prospective bidders, and prior to the date and time of bid opening, will be made in writing and signed by Weld County's Director of Finance & Administration. No employee of Weld County, Colorado, is authorized in any way to modify any of the terms, conditions, or specifications of this bid without written approval of said Director of Administrative Services. This is not to imply that bids will not be accepted or considered with specifications which are different from those herein. Any item which does not meet all the terms, conditions, or specifications of this bid, must be clearly indicated on a separate sheet of paper, attached to the bid specification and proposal sheets and returned with the bid. L. The successful bidder shall indemnify and hold harmless Weld County, Colorado, against all claims for royalties, for patents or suit for infringement thereon, which may be involved in the manufacture or use of the material to be furnished. M. Contractor certifies that it shall comply with the provisions of Colorado Revised Statutes (C.R.S.) 8-17.5-101, et seq. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract or enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract. Contractor represents, warrants, and agrees that it (a) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, and (b) otherwise will comply with the requirements of C.R.S. 8-17.5-102(2)(b). Contractor shall comply with all reasonable requests made in the course of an investigation under C.R.S. 8-17.5-102 by the Colorado Department of Labor and Employment. If Contractor fails to comply with any requirement of this provision or C.R.S. 8-17.5-101, et seq., Weld County may terminate this Contract for breach and Contractor shall be liable for actual and consequential damages to Contractor. Except where exempted by federal law and except as provided in C.R.S. 24-76.5-103(3), if Contractor receives federal or state funds under this Contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. 24-76.5-103(4) if such individual applies for public benefits provided under this Contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. 24-76.5-103 prior to the effective date of this Contract. N. All goods shall remain the property of the seller until delivered to and accepted by Weld County, Colorado. O. 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 Finance & Administration for the premature opening of a bid not properly addressed and identified. Page 4 P. In submitting the bid, the bidder agrees that the acceptance of any and all bids by the Board of County Commissioners of Weld County within a reasonable time or period constitutes a contract. The Board of County Commissioners of Weld County, Colorado, 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, is to the best interests of the Board and of the County of Weld, State of Colorado. Q. No delivery shall become due or be accepted unless a purchase order shall first have been issued by the Weld County Director of Finance & Administration. It is understood that it is necessary for all invoices to be made out to Weld County, Colorado, not to the Department securing the merchandise. All invoices should be sent to: Weld County, Accounting Department, P O Box 758, Greeley, Colorado 80632. R. These instructions, the proposal forms, and specifications have been developed with the hope of raising the standard of purchasing negotiations to a level wherein all transactions will be mutually satisfactory. Your cooperation is invited. IV. DEFINITIONS A. "Standard": When the word "standard" is used in the specification to describe an item of equipment or in assembly, it shall be construed to mean that item or assembly so described shall be the latest regular product of the manufacturer thereof, identified by a model or other designation, without the modification or omission of any of its usual parts or the substitution of others therefore, except as hereafter specified, details, capacities and ratings, conforming in every respect to the said manufacturer's catalog or other printed matter describing the item or assembly. Standard subassemblies, accessories, fittings, and finishes shall be construed to be those which are regularly furnished as part of the principle unit or assembly and included in the selling price thereof. B. "Reputable Manufacturer": A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior to the date set for opening of bids and who can demonstrate to the satisfaction of Weld County that said manufacturer has successfully installed equipment of the type proposed to be furnished in at least three (3) instances and the performance of such equipment has been satisfactory. Manufacturers having been engaged in the business of manufacturing said equipment for a period of one (1) year prior to the date affixed for opening bids shall, prima facie, be deemed to have been engaged in such business a reasonable length of time. C. "Or Equal": The specific equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's equipment of comparable quality, design, and efficiency. V. GENERAL SPECIFICATIONS, CONDITIONS AND INFORMATION A. Design: Any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shall be of superior quality and suitable to the use for which it is intended. The technical design shall be in line with the best practice in the industry and the materials and workmanship entering into the construction shall be of the kinds and qualities which will ensure long life, dependability, and low cost of maintaining and repairing. Page 5 B. Pre-delivery Service: Office equipment is to be delivered, as directed, unpacked, assembled, cleaned and adjusted for immediate use at a location designated by the Weld County Director of Finance & Administration. Motor vehicles and other items of equipment shall be ready for immediate use at the time of delivery to a designated location. The equipment shall be clean and all instruments properly adjusted. The inflation of tires must be checked, lubrication completed, the crank case checked for proper oil level, and any other servicing normally provided by dealers shall be performed. Operating and maintenance manuals shall be provided at the time of delivery. Parts and price lists shall be included when special equipment is purchased or when requested by Weld County. C. Acknowledgment and Delivery Schedule of Initial Order Time is of the essence. A delivery schedule of not more than calendar days after receipt of the order shall be deemed reasonable and serve the best interests of Weld County, Colorado. Proposals exceeding this schedule may be rejected. Delivery will be made on or before , 19 The successful bidder shall acknowledge the receipt of the order and certify delivery as scheduled. D. Warranty: The successful bidder shall warrant that: 1. The goods to be supplied pursuant to this bid are fit and sufficient for the purpose intended; 2. The goods are merchantable, of good quality, and free from defects, whether patent or latent, in material or workmanship; and 3. The goods sold to Weld County, Colorado pursuant to this bid conform to the minimum Weld County specifications as established herein. The successful bidder shall further warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. All warranties made by the successful bidder, together with service warranties' and guarantees shall run to Weld County and its successors and assigns. E. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. F. General Information: Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. BID REQUEST NO #61100113 Page 6 Monica Mika Director of Finance &Administration 915 10th Street (the new address will be 1150 "O" Street—after 8/8/11) P.O. Box 758 Greeley, CO 80632 Dear Monica: The undersigned, having become familiar with the specifications for a ROOFING REPLACEMENT/REPAIR PROJECT ON THE PUBLIC WORKS BLDG, hereby proposes to sell and deliver to Weld County as set forth in the following schedule: This bid is to replace the roof located at the Public Works Administration Building located at 1111 H Street, Greeley, CO. The new roof will be an EPDM type and shall have a 20 year warranty. (Scope of work to discussed at the pre-bid conference) A pre-bid conference will be held on Tuesday, July 26, 2011 at 9:00 AM, at the Weld County Public Works Facility. The Public Works Facility is located at 1111 H Street Greeley, Colorado. Bids will be received up to, but not later than Monday, August 1, 2011 at 10:00 (WELD COUNTY PURCHASING TIME CLOCK). ROOF TOTAL $ START DATE FINISH DATE I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes. I further certify that the items offered for intended use by Weld County will meet all the specifications it has so indicated in this bid form. The Board of Weld County Commissioners reserves the right to reject any or all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board, is to the best interests of the Board and of the County of Weld, State of Colorado. The Board of Weld County Commissioners shall give preference to resident Weld County bidders in all cases where the bids are competitive in price and quality. FIRM BY (please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX NO TAX ID# (include a W-9 w/bid) SIGNATURE EMAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE TAX EXEMPT CERTIFICATE NUMBER IS #98-03551-0000. _ EXHIBIT BID REQUEST NO #B1100113 a Page 6 (3 p es. Monica Mika Director of Finance & Administration 915 10th Street(the new address will be 1150 "0" Street—after 8/8/11) P.O. Box 758 Greeley, CO 80632 Dear Monica: The undersigned, having become familiar with the specifications for a ROOFING REPLACEMENT/REPAIR PROJECT ON THE PUBLIC WORKS BLDG, hereby proposes to sell and deliver to Weld County as set forth in the following schedule: This bid is to replace the roof located at the Public Works Administration Building located at 1111 H Street, Greeley, CO. The new roof will be an EPDM type and shall have a 20 year warranty. (Scope of work to discussed at the pre-bid conference) A pre-bid conference will be held on Tuesday, July 26, 2011 at 9:00 AM, at the Weld County Public Works Facility. The Public Works Facility is located at 1111 H Street Greeley, Colorado. Bids will be received up to, but not later than Monday, August 1, 2011 at 10:00 (WELD COUNTY PURCHASING TIME CLOCK). fl Z�SuAc, c✓I ROOF TOTAL 51—n, LOC1,� cc (2-9.4 e.R �`+r2a0cye c.‘ , Rs Nvy s9. START DATE lrz¢L IS tt As t� �I l — I FINISH DATE I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes. I further certify that the items offered for intended use by Weld County will meet all the specifications it has so indicated in this bid form. The Board of Weld County Commissioners reserves the right to reject any or all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board, is to the best interests of the Board and of the County of Weld, State of Colorado. The Board of Weld County Commissioners shall give preference to resident Weld County bidders in all cases where the bids are competitive in price c and quality. 'FIRM sihrerj& R`�QTrc BY Ck. Y—Y�J�R.(S(r1— "A\Q (please print) BUSINESS ADDRESS L c(`�I JS aCQ DATE ED/. I LE CITY, STATE, ZIP CODE Gtrpp Jij 1 Cc- F3E-X93 TELEPHONE NO`11(�,ZS c'C4OL FAX NO 41a-3S 3 -a I N� TAX ID # act / 4696 1I (include a W-9 w/bid) SIGNATURE a EMAIL {G 0_ h-k kre CCOY\a.Co,�t WELD COUNTY IS E MPT FROM COLORADO SALES TAXES. THE TAX EXEMPT CERTIFICATE NUMBER IS #98-03551-0000. Form Wiff9 Request for Taxpayer Give form to the (Rev.October 2007) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. internal Revenue Service Name shown on yo r me me tax retur ) tv a) \I reS T oOV e Business name,if different from above 0. 0 �g 0 o Check appropriate box: ❑ Individual/Sole proprietor ❑ Corporation t2.Ji Partnership Exempt Z^ O Limited liability company.Enter the tax classification(D=disregarded entity,C=corporation,P=partnership)► ❑ yp a P ee ,3„ ❑ Other(see instrudions)) C C Address(number,strettand apt.or suite no.) Requester's name and address(optional) o City,state,and ZIP code C�reed / co bocoZ1 m last account number(s)Here(optional) rn Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on Line 1 to avoid Social security number backup withholding.For individuals,this is your social security number(SSN).However, for a resident alien, sole proprietor,or disregarded entity,see the Part I instructions on page 3. For other entities,it is your employer identification number(EIN). If you do not have a number,see How to get a TIN on page 3. or Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose Employer identification number number to enter. `-'l I 6 S V OM Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholding because: (a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends, or(c)the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S.citizen or other U.S.person(defined below). Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions,item 2 does not apply. For mortgage interest paid,acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the Certification, but you must provide your correct TIN. See the i ru ions on page 4. Sign Signature of Here U.S.person Date 1 8/ /L1 ()IQ,/ General Instructions Definition of a U.S. person. For federal tax purposes, you are considered a U.S.person if you are: Section references are to the Internal Revenue Code unless • An individual who is a U.S.citizen or U.S. resident alien, otherwise noted. • A partnership,corporation,company, or association created or Purpose of Form organized in the United States or under the laws of the United A person who is required to file an information return with the States, IRS must obtain your correct taxpayer identification number(TIN) • An estate (other than a foreign estate), or to report,for example, income paid to you, real estate • A domestic trust(as defined in Regulations section transactions, mortgage interest you paid, acquisition or 301.7701-7). abandonment of secured property, cancellation of debt,or Special rules for partnerships.Partnerships that conduct a contributions you made to an IRA. trade or business in the United States are generally required to Use Form W-9 only if you are a U.S. person(including a pay a withholding tax on any foreign partners'share of income resident alien), to provide your correct TIN to the person from such business. Further,in certain cases where a Form W-9 requesting it(the requester)and, when applicable, to: has not been received, a partnership is required to presume that 1. Certify that the TIN you are giving is correct(or you are a partner is a foreign person, and pay the withholding tax. waiting for a number to be issued), Therefore, if you are a U.S.person that is a partner in a 2. Certify that you are not subject to backup withholding, or partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. 3. Claim exemption from backup withholding if you are a U.S. status and avoid withholding on your share of partnership exempt payee. If applicable, you are also certifying that as a income. U.S. person, your allocable share of any partnership income from The person who gives Form W-9 to the partnership for a U.S. trade or business is not subject to the withholding tax on purposes of establishing its U.S. status and avoiding withholding foreign partners'share of effectively connected income. on its allocable share of net income from the partnership Note. If a requester gives you a form other than Form W-9 to conducting a trade or business in the United States is in the request your TIN, you must use the requester's form if it is following cases: substantially similar to this Form W-9. • The U.S. owner of a disregarded entity and not the entity, Cat.No. 10231X Form W-9 {Rev. 10-2007) RESOLUTION RE: ACTION OF BOARD CONCERNING WAIVER OF TEN-DAY WAITING PERIOD FOR CONSIDERATION AND INVESTIGATION OF THE ROOF REPLACMENT/REPAIR FOR PUBLIC WORKS BUILDING BID - DEPARTMENT OF BUILDINGS AND GROUNDS WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Department of Buildings and Grounds has requested waiver of the ten-day waiting period for the Roof Replacement/Repair of the Public Works Building, Bid Request No.B1100113, due to numerous leaks which need to be repaired prior to the next storm event, and WHEREAS, the Board of County Commissioners deems it advisable to waive the ten-day waiting period for said bid. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the ten-day waiting period for the Roof Replacement/Repair for the Public Works Building for the Department of Buildings and Grounds, Bid Request No. B1100113, be, and hereby is, waived. BE IT FURTHER RESOLVED by the Board that the low bid from Bob Behrends Roofing, in the amount of $47,692.00, be, and hereby is, accepted. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 3rd day of August, A.D., 2011. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COL RADO ATTEST:'S Jtt c L 12/2-- Barbara Kirkmeyer, hair Weld County Clerk to the rd �31861 I(` �'+ - ►ean P. C y, Pro-Tem BY: •� is o' _ — Willi #I.�Deputy �I-rk to the Bo ,� ?�"' � / - f / illi F. Garcia mar/ APPROVE AS T M: ciA5( vid E. Long ounty Attorney — CirLcs cT IYA cu � Doug* Rademabher Date of signature: CIA- 2011-2100 OU, b�"Q-') F 1 PO0016 o1 -lU - ll WELD COUNTY PURCHASING 915 10TH St Room #334, Greeley CO 80631 I 8 6 I - 2 0 I I E-Mail: mwalters(@,co.weld.co.us - E-mail: reverettCa�co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 WELD,eOUNTY u DATE OF BID: August 1st, 2011 REQUEST FOR: ROOF REPLACEMENT/REPAIR FOR THE PUBLIS WORKS BUILDING DEPARTMENT: Buildings & Grounds Dept BID NO: #B1100113 PRESENT DATE: August 3r°, 2011 APPROVAL DATE: August 17`", 2011 VENDORS START DATE FINISH DATE ROOF TOTAL BOB BEHRENDS ROOFING 8/15/11 8/23/11 $47,692.00 614 5TH AVENUE GREELEY CO 80631 ALPINE ROOFING CO INC 30 DAYS ARO 14 DAYS $55,115.00 4780 YORK STREET DENVER CO 80216 FRONT RANGE ROOFINGC 9/1/11 9/15/11 $57,745.00 SYSTEMS LLC 222 13TH AVENUE GREELEY CO 80631 ARAPAHOE ROOFING & 10 DAYS ARO 30 DAYS $69,146.00 SHEET METAL INC 11936 COLMANS WAY BROOMFIELD CO 80020 PPP ROOFING INC 8/15/11 8/23/11 $73,000.00 2648 MCCORMICK AVENUE PUEBLO CO 81001 HOMETOWNE ROOFING NOT STATED NOT STATED $185,000.00 OF COLORADO 1902 781H AVENUE GREELEY CO 80634 2011-2100 The bids are being reviewed by the Building & Grounds Dept at this time. O/RC& ,B; 00/3 Hello