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
20260493
Con'h(ac+11)1110501 SERVICE AGREEMENT BETWEEN WELD COUNTY AND [BRAVE BEAR CUSTOM BUILDERS THIS AGREEMENT is made and entered into this kday of Ppyi I , 2026, by and between the Board of Weld County Commissioners, on behalf of Facilities Department, hereinafter referred to as "County," and Brave Bear Custom Builders, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. B2600014. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from Form Revision 5-2025 Corte CC .0r\bet5( Cbq Zo2(o-O(g3 LiA r co (4i y2(o 5 1 OOZES entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. 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 completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $142,200 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work 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 Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, 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 Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and 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. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional 4 insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate"Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All 5 certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in 6 coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor 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 Contractor 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. 16. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 17. Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or 7 subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 18. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 19. Examination of Records. To the extent required by law, the Contractor agrees that a 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. Contractor agrees to maintain these documents for three years from the date of the last payment received. 20. 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. 21. Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: 8 TO CONTRACTOR: Name: Dillon Berend-Brave Bear Custom Builders Position: Chief Executive Officer Address: 7741 O'Connor Road E-mail: dillon@bravebearcustombuilders.com Phone: 720-636-5713 TO COUNTY: Position: Patrick O'Neill Address: 1105 H Street Address: Greeley, CO 890631 E-mail: poneill@weld.gov Phone: 970-400-2023 22. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 23. 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. 24. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 25. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 26. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 9 27. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 28. 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. 29. Non-Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as applicable now or hereafter amended. 30. 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. 31. 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. 32. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 33. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1 324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. 10 Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 34. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRA TOR: By: --- Name. illon B� Date of Signature: 3/24/2026 Title: CEO WELD COUNTY: ATTEST: dj,,d;T/4J kl Jeitos.ek, BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Weld lk C unty Clerk to the Board BY: /� Deputy Clerk to the oard� colt K James, Chair p y APR 0 1 2026 /4.'4' I IL,a• ' II:1861 =4'�` 1. 446 , II Exhibit A 34 Weld County Finance Department - ''� Purchasing Division r.= _ *1) 1301 North 17th Avenue Lr [r Greeley, Colorado 80631 COUNTY General Services - Invitation for Bid (IFB) Cover Sheet Bid Number: B2600014 Title: Fort Lupton Sand and Salt Shed Repairs Advertisement Date: January 28, 2026 Pre- Bid Meeting: February 11, 2026, at 10:00 am Pre- Bid Location: 7625 WCR 31 Fort Lupton CO Questions Due: February 18, 2026, by 10:00 am Questions Posted: February 19, 2026, by 5:00 pm Questions email: bidsweld.gov Bid Due Date: February 25, 2026, by 10:00 am, Purchasing's Clock Bid Delivery: Preferred email to bidsweld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bidsweld.gov Documents Included in this Bid Package IFB Schedules IFB Attachments Attachment 1 — Fort Lupton Sand-Salt Shed Schedule A: Bid Instructions Permit Drawings Schedule B: Scope of Work Attachment 2 — Fort Lupton Sand-Salt Shed Schedule C: Project Schedule Photos Schedule D: Bid Form Attachment 3-High Bay LED Light-Ft. Lupton Schedule E: Insurance Sand Salt Shed Schedule F: Weld County Contract Form Revision 6-2025 Table of Contents General Services - Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 IFB Attachments 1 Table of Contents 2 Schedule A - Bid Instructions 4 Purpose/Background 4 Bid Advertisement 4 Bid Submission 4 Introductory Information 4 Cooperative Purchasing 5 Schedule B - Scope of Work 7 Project Overview 7 Method of Procurement 7 Pricing Method 7 Specific Requirements and Responsibilities 7 Schedule C - Procurement Schedule 10 Schedule D - Bid Response Form 11 Bid Submittal Instructions 11 Fees 11 Attestation 11 Schedule E — Insurance 13 Insurance 13 Insurance Mailing Information 15 Schedule F - Weld County Contract 18 Contractual Obligations 18 Weld County Standard Contract 18 Solicitation#B2600014 Page 2 Solicitation# B2600014 Page 3 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Fort Lupton Sand and Salt Shed Repairs A Mandatory pre-bid conference will be held on February 11, 2026 , at 10:00 am at 7625 WCR 31 Fort Lupton CO. Bidders must participate and record their presence at the pre-bid conference to be eligible to submit bids. Bids will be received until: February 25, 2026 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on February 25, 2026 at 10:30 am. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Join the meeting now +1 720-439-5261„280560506# Meeting ID: 296 461 850 553 78 United States, Denver Passcode: BK2xv7JF Phone conference ID: 280 560 506# Bid Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Submission 1. PREFERRED: email bids to bids@weld.gov If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. 2. PDF format is required. 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 your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by authorized person. 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 Solicitation #B2600014 Page 4 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 Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 2. 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 Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a Solicitation# B2600014 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking lump sum project bid for a vendor to provide a turn-key lump sum price to repair the existing Fort Lupton Sand & Salt Shed at 7625 WCR 31 Fort Lupton CO. Method of Procurement Invitation for Bid (IFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non-responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an IFB contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not-to-exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Specific Requirements and Responsibilities The scope of this project is for the complete restoration and repair of the Fort Lupton Sand and Salt Shed as specified in attachment 1. This will include all scopes outlined in the provided documents, as well as all other associated scopes specified below. Project documents and specifications have been provided per the following attachments to this bid. Contractor will be responsible for completing all listed items within the project documents as outlined and specified in the project contract documents that have been provided as part of this bid request. These scopes shall be included in the bid price and the construction schedule. This also includes all additions, alterations, engineering services, and new work required for a complete the finished product. It is the contractor's responsibility at the time of bid to ensure all project specifications and requirements have been considered and included in their bid submission. Fort Lupton Sand and Salt Shed Project Specific Terms and Conditions: 1. All equipment and materials shall be submitted and approved prior to construction. 2. Contractor to install new reinforced footings, stem walls, with a coated paint protection to the existing structure. 3. Existing structure will require structural repairs, cleaning encapsulation, and painting, see drawings for reference. 4. Contractor will be responsible for all weather and freeze protection of all soils during excavation, concrete installation, any on-site county materials if deemed necessary during the entirety of the construction project. Solicitation# 82600014 Page 7 5. Contractor will be required to reskin all three exterior walls from ground to roof with new 26 gauge steel siding panel, color to be coordinated with Weld County Project Team. 6. Contractor will replace two existing high bay halogen lights with new LED lights, see "Attachment 3" for reference. 7. Work during business hours will need to be approved by a Weld County project manager. This facility is critical for snow removal operations and will require additional coordination. The contractor and Weld County Project Manager will discuss timeline expectations as this facility will need to be operational prior to October 1st for the upcoming snow removal season. This project will require high level detailing of weekly schedules and accurate anticipated delivery dates which will be coordinated with Public Works for their operations. 8. Contractor is responsible for providing all private and public utility locates. 9. Contractor to coordinate removal and relocate of jersey barriers within the current structure. 10.A11 materials and equipment incorporated into the project shall be new unless noted otherwise. The Contractor shall transport and safeguard all materials and equipment required for construction. 11.The contractor will be responsible for coating all surfaces per the plans and specifications. All products must be submitted and approved prior to application. A qualified contractor is required to apply all coatings per manufactures guidelines and requirements. 12.All interior and exterior concrete finish work must be approved by a Weld County project manager prior to coatings. 13.It is the contractor's responsibility to coordinate all inspections and special inspections. 14.The contractor to remove or protect any lighting or electrical devices prior to coatings. 15.The contractor is to include all earthwork associated with this project. 16.The contractor will be responsible for patching back any asphalt or concrete removed or damaged during construction. 17.This facility will have sand / salt stored within the building during construction. It will be the contractor's responsibility to have the appropriate equipment to access spanning structural steel. 18.Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receives written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 19.The contractor will provide a full-time qualified representative on site while any work is being performed. 20.The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been properly stored in the designated areas at the end of each shift to ensure normal building operations are not interrupted. If at any time Weld County personnel or contractors have to clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. Daily cleanup includes any contamination produced during removal of old paint. 21.Contractor will be responsible for providing any temporary lighting or power that may be needed to complete the scope of work. 22.Contractor is responsible for all weather protection which is to be included in the bid. 23.The contractor is to have this project complete prior to October 1st Project Close Out: 1. Contractor will provide all manufacturers' warranty documentation as well as all equipment manuals. 2. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. Solicitation # B2600014 Page 8 3. Contractor will provide a detailed report for all craftsmanship and labor warranties. 4. Contractor will provide formal training as outlined and required by all manufacturers' recommendations to Weld County's designated staff. 5. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. 6. Any damages to building structure and finishes shall be repaired to original condition as a part of this contract. 7. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. 8. Contractor is responsible for the coordination and scheduling of all inspections that are required for all scopes per the conditions of the Weld County Permit. Please note that the Weld County Building Department does not complete inspections during off hours. The contractor will be responsible for having a qualified representative on site for any inspection. 9. All electrical work will be done by a qualified State Licensed electrician. 10.Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred will be the contractor's responsibility to repair or replace. 11.All lifting and hoisting equipment shall be provided by the contractor as needed. 12.The projected contract date is expected to May 1, 2026. Based on this date, provide expected start and finish dates for each phase of this project. 13.Work will comply with all applicable Federal, State, and local laws, ordinances and regulatory requirements. 14.No bid bond is required for this project. 15.Bids over $50,000 will require a payment (100%) and performance (100%) bond. 16.Performance and payment bonds must be submitted using an AIA-A312 bond form. Other bond forms will not be accepted. 17.A11 trash and debris to be properly disposed of offsite. 18.Weld County is a tax-exempt entity. 19.Davis-Bacon and Buy American requirements are NOT required. 20.Contractor will be required to enter into a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing department and is available for viewing upon request. 21.Contractor is to provide lien waivers with each pay application. Solicitation #B2600014 Page 9 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date January 28, 2026 Pre-Proposal Meeting (Mandatory) February 11, 2026, at 10:00 am 7625 WCR 31 Fort Lupton CO Technical Questions Due February 18, 2026, by 10:00 am Technical Questions email bids@weld.gov Questions Answered via Addendum February 19, 2026 Proposals Are Due February 25, 2026, by 10:00 am Purchasing's Clock Solicitation Notice of Award (Anticipated) March 9, 2026 Contract Execution (Anticipated) March 16, 2026 Solicitation# B2600014 Page 10 Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non-responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Provide fees for this project below: Insert pricing model and fees that are tailored to this solicitation: Item Price Sheet Metal $ Concrete $ Electrical $ Excavation $ Other (Describe) $ Total Lump Sum Cost $ Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request B2600014 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 bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F — Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. 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. Item Entry Company Name: Solicitation # B2600014 Page 11 Address: Phone Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Date of Signature Name: Title: Solicitation# B2600014 Page 12 Schedule E — Insurance Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Solicitation# B2600014 Page 13 Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Solicitation# B2600014 Page 14 Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor 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 Contractor 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. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager Jeremy Duran Email: jduran@weld.gov Telephone: 970-400-2045 Solicitation # B2600014 Page 15 Mail: Weld County Facilities Department ATTN: Jeremy Duran PO Box 758 Greeley, CO 80632 Solicitation # B2600014 Page 16 Greeley, CO 80632 Solicitation # B2600014 Page 17 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non- appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project-by-project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for General Services: Service Agreement Between Weld County and [Contractor] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [Department], hereinafter referred to as "County," and [Contractor], hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. Solicitation# B2600014 Page 18 NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. 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 completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement Solicitation #B2600014 Page 19 by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work 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 Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, Solicitation#B2600014 Page 20 assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and 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. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 Solicitation # B2600014 Page 21 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Solicitation # B2600014 Page 22 Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non- payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Solicitation # B2600014 Page 23 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor 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 Contractor 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. 16. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 17. Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 18. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 19. Examination of Records. To the extent required by law, the Contractor agrees that a 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. Contractor agrees to maintain these documents for three years from the date of the last payment received. Solicitation#B2600014 Page 24 20. 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. 21. Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Position: Address: E-mail: Phone: TO COUNTY: Name: Position: Address: E-mail: Phone: 22. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 23. 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. 24. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 25. 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 Solicitation #B2600014 Page 25 available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 26. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 27. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 28. 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. 29. Non-Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24- 10-101 et seq., as applicable now or hereafter amended. 30. 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. 31. 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. 32. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 33. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. Solicitation#B2600014 Page 26 If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 34. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: Date of Signature: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Weld County Clerk to the Board BY: Deputy Clerk to the Board [Insert Name], Chair Solicitation # B2600014 Page 27 Exhibit B Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non-responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Insert pricing model and fees that are tailored to this solicitation: Item Price Sheet Metal $ 42, 500 Concrete $ 72, 400 Electrical $ 6, 000 Excavation $ 5, 000 Other (Describe) Payment & Performance Bond $ 16, 300 Total Lump Sum Cost $ 142, 200 Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request B2600014 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 bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E— Insurance 6. Acknowledgment of Schedule F—Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. 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. Item Entry Company Name: Brave Bear Custom Builders Solicitation#B2600014 Page 11 Address: 7741 O'Connor Rd Boulder, CO Phone 720-636-5713 Email: dillon@bravebearcustombuilders.com FEIN/Federal Tax ID #: 82-3884024 CONTRACTOR: By: � 4 2/25/2026 Date of Signature Name: Dillon Berend Title: CEO Solicitation#B2600014 Page 12 MMIDCITYY '`�C� CERTIFICATE OF LIABILITY INSURANCE DAT3/18/2026 YV) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Koren Evans Evertree Insurance LLC (a( /e°NNo,Ext): (303)774-8810 FAX No): EDDRL kevans@evertreeinsurance.com 5440 Ward Road,Suite 215 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Arvada CO 80002 INSURER A: Atlantic Casualty Insurance Company 42846 INSURED INSURER B: OWNERS INS CO 32700 Brave Bear Custom Builders LLC INSURER C: PINNACOL ASSUR 41190 7741 0 Connor Rd INSURER D: INSURER E: Boulder CO 80303-4836 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY 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 AUULbUlffit' POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ 100,000 MED EXP(Any one person) $ 5,000 A Y L298000510-3 01/10/2026 01/10/2027 PERSONAL s ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY PRO- JECT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ B -OWNED SCHEDULED Y 5212630200 01/10/2026 01/10/2027 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS -HIRED -NON-OWNED PROPER IY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER O I H- AND EMPLOYERS'LIABILITY STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVEY/N E.L.EACH ACCIDENT $ 1,000,000 C OFFICER/MEMBER EXCLUDED? Y NIA Y 4211022 07/01/2025 07/01/2026 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) County,its elected officials,affiliated entities,employees,agents,and volunteers shall be named as additional insurcds with respect to liability arising out of the activities performed by,or on behalf of the Contractor where a written contract exists per the attached form CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Board of County Commissioners Weld County ACCORDANCE WITH THE POLICY PROVISIONS. 1105 H Street AUTHORIZED REPRESENTATIVE Kores..Evctn.l Greeley CO 80631 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY CONTRACTOR ADDITIONAL INTERESTS THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II—Who Is An Insured is amended to include b. "Bodily injury" or "property damage" occurring as an insured any person or organization for whom after: you are performing operations when you and such (1) All work, including materials, parts or person or organization have agreed in writing in a equipment furnished in connection with contract or agreement that such person or such work, on the project (other than organization be added as an additional insured on service, maintenance or repairs) to be your policy. Such person or organization is an performed by or on behalf of the additional additional insured only with respect to liability arising insured(s) at the site of the covered out of your ongoing operations performed for that operations has been completed; or insured. A person's or organization's status as an insured under this endorsement ends when your (2) That portion of"your work"out of which the operations for that insured are completed. injury or damage arises has been put to its B. With respect to the insurance afforded to these intended use by any person or organization other than another contractor or additional insureds,the following additional exclusions subcontractor engaged in performing apply: operations for a principal as a part of the 2. Exclusions same project. This insurance does not apply to: a. "Bodily injury", "property damage" or"personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 1 of 4 Used with permission. All rights reserved. INSURED COPY--Page 6 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION - PRIMARY AND NON-CONTRIBUTORY SCHEDULE Name Of Person Or Organization: Any person or organization with whom the insured has agreed within a written contract or written agreement; provided such written agreement is executed prior to the loss. A. Section II—Who Is An Insured is amended to completed; or include as an insured the person or organization shown in the Schedule, but only with respect to (2) That portion of" your work"out of which the liability caused, in whole or in part, by your ongoing injury or damage arises has been put to its operations performed for that insured. intended use by any person or organization other than another contractor or subcontractor B. This insurance is Primary and Non-Contributory, engaged in performing operations for a but only for the Additional Insured shown in the principal as a part of the same project. schedule and only for liability caused by the Insured's negligence for ongoing operations. D. With respect to the insurance afforded to these additional insureds, the following is added to C. With respect to the insurance afforded to these Section III— Limits Of Insurance: additional insureds, the following exclusion is added: 2. Exclusions If coverage provided to the additional insured is required by a contract or agreement, the most we This insurance does not apply to " bodily injury"or will pay on behalf of the additional insured is the "property damage" occurring after: amount of insurance: 1. Required by the contract or agreement; or (1) All work, including materials, parts or 2. Available under the applicable Limits of equipment furnished in connection with such Insurance shown in the Declarations; work, on the project (other than service, maintenance or repairs)to be performed by or whichever is less. on behalf of the additional insured(s)at the This endorsement shall not increase the applicable site of the covered operations has been Limits of Insurance shown in the Declarations. AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 2 of 4 Used with permission. All rights reserved. INSURED COPY--Page 61 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SCHEDULE Name Of Person Or Organization: Any person or organization with whom the insured has agreed within a written contract to waive rights of recovery, provided such written agreement is executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT SCHEDULE Maximum Per Policy General Aggregate Limit: $5,000,000 A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by"occurrences" damages or under Coverage C for medical under Section I — Coverage A, and for all medical expenses shall reduce the Construction Project expenses caused by accidents under Section I — General Aggregate Limit for that construction Coverage C, which can be attributed only to ongoing project. Such payments shall not reduce the operations at a single construction project: General Aggregate Limit shown in the 1. A separate Construction Project General Declarations nor shall they reduce any other Aggregate Limit applies to each construction Construction Project General Aggregate Limit for project, and that limit is equal to the amount of the any other construction project. General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each Declarations. Occurrence, Damage To Premises Rented To You 2. The Construction Project General Aggregate Limit and Medical Expense continue to apply. However, is the most we will pay for the sum of all damages instead of being subject to the General Aggregate under Coverage A, except damages because of Limit shown in the Declarations, such limits will be "bodily injury"or"property damage"included in the subject to the applicable Construction Project "products-completed operations hazard", and for General Aggregate Limit. medical expenses under Coverage C regardless of 5. The Maximum Per Policy General Aggregate Limit the number of: shown in the Schedule is the most we will pay for a. Insureds; the sum of all Construction Project General Aggregate Limits and the General Aggregate Limit b. Claims made or"suits" brought; or shown in the Declarations regardless of the c. Persons or organizations making claims or number of: bringing "suits". a. Insureds; AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 3 of 4 Used with permission. All rights reserved. INSURED COPY--Page 62 b. Claims made or"suits" brought; 2. Such payments shall not reduce any Construction c. Persons or organizations making claims or Project General Aggregate Limit. bringing "suits"; or C. When coverage for liability arising out of the d. Construction projects. "products-completed operations hazard" is provided, any payments for damages because of"bodily injury" B. For all sums which the insured becomes legally or "property damage" included in the "products- obligated to pay as damages caused by completed operations hazard" will reduce the "occurrences" under Section I —Coverage A, and for Products-completed Operations Aggregate Limit,and all medical expenses caused by accidents under not reduce the General Aggregate Limit nor the Section I — Coverage C, which cannot be attributed Construction Project General Aggregate Limit. only to ongoing operations at a single construction project: D. If the applicable construction project has been abandoned, delayed, or abandoned and then 1. Any payments made under Coverage A for restarted, or if the authorized contracting parties damages or under Coverage C for medical deviate from plans, blueprints, designs, specifications expenses shall reduce the amount available under or timetables, the project will still be deemed to be the the General Aggregate Limit or the Products- same construction project. completed Operations Aggregate Limit, whichever is applicable; and E. The provisions of Section III— Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 4 of 4 Used with permission. All rights reserved. INSURED COPY--Page 63 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY CONTRACTOR ADDITIONAL INTERESTS THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II—Who Is An Insured is amended to include b. "Bodily injury" or "property damage" occurring as an insured any person or organization for whom after: you are performing operations when you and such (1) All work, including materials, parts or person or organization have agreed in writing in a equipment furnished in connection with contract or agreement that such person or such work, on the project (other than organization be added as an additional insured on service, maintenance or repairs) to be your policy. Such person or organization is an performed by or on behalf of the additional additional insured only with respect to liability arising insured(s) at the site of the covered out of your ongoing operations performed for that operations has been completed; or insured. A person's or organization's status as an insured under this endorsement ends when your (2) That portion of"your work" out of which the operations for that insured are completed. injury or damage arises has been put to its intended use by any person or organization B. With respect to the insurance afforded to these other than another contractor or additional insureds,the following additional exclusions subcontractor engaged in performing apply: operations for a principal as a part of the 2. Exclusions same project. This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 1 of 4 Used with permission. All rights reserved. INSURED COPY--Page 6 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION - PRIMARY AND NON-CONTRIBUTORY SCHEDULE Name Of Person Or Organization: Any person or organization with whom the insured has agreed within a written contract or written agreement; provided such written agreement is executed prior to the loss. A. Section II—Who Is An Insured is amended to completed; or include as an insured the person or organization shown in the Schedule, but only with respect to (2) That portion of" your work"out of which the liability caused, in whole or in part, by your ongoing injury or damage arises has been put to its operations performed for that insured. intended use by any person or organization other than another contractor or subcontractor B. This insurance is Primary and Non-Contributory, engaged in performing operations for a but only for the Additional Insured shown in the principal as a part of the same project. schedule and only for liability caused by the Insured's negligence for ongoing operations. D. With respect to the insurance afforded to these additional insureds, the following is added to C. With respect to the insurance afforded to these Section III— Limits Of Insurance: additional insureds, the following exclusion is added: 2. Exclusions If coverage provided to the additional insured is required by a contract or agreement, the most we This insurance does not apply to " bodily injury" or will pay on behalf of the additional insured is the "property damage" occurring after: amount of insurance: 1. Required by the contract or agreement; or (1) All work, including materials, parts or 2. Available under the applicable Limits of equipment furnished in connection with such Insurance shown in the Declarations; work, on the project(other than service, maintenance or repairs) to be performed by or whichever is less. on behalf of the additional insured(s) at the This endorsement shall not increase the applicable site of the covered operations has been Limits of Insurance shown in the Declarations. AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 2 of 4 Used with permission. All rights reserved. INSURED COPY--Page 63 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SCHEDULE Name Of Person Or Organization: Any person or organization with whom the insured has agreed within a written contract to waive rights of recovery, provided such written agreement is executed prior to the loss. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT SCHEDULE Maximum Per Policy General Aggregate Limit: $5,000,000 A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by"occurrences" damages or under Coverage C for medical under Section I — Coverage A, and for all medical expenses shall reduce the Construction Project expenses caused by accidents under Section I — General Aggregate Limit for that construction Coverage C, which can be attributed only to ongoing project. Such payments shall not reduce the operations at a single construction project: General Aggregate Limit shown in the 1. A separate Construction Project General Declarations nor shall they reduce any other Aggregate Limit applies to each construction Construction Project General Aggregate Limit for project, and that limit is equal to the amount of the any other construction project. General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each Declarations. Occurrence, Damage To Premises Rented To You 2. The Construction Project General Aggregate Limit and Medical Expense continue to apply. However, is the most we will pay for the sum of all damages instead of being subject to the General Aggregate under Coverage A, except damages because of Limit shown in the Declarations, such limits will be "bodily injury"or"property damage"included in the subject to the applicable Construction Project "products-completed operations hazard", and for General Aggregate Limit. medical expenses under Coverage C regardless of 5. The Maximum Per Policy General Aggregate Limit the number of: shown in the Schedule is the most we will pay for a. Insureds; the sum of all Construction Project General Aggregate Limits and the General Aggregate Limit b. Claims made or"suits" brought; or shown in the Declarations regardless of the c. Persons or organizations making claims or number of: bringing "suits". a. Insureds; AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 3 of 4 Used with permission. All rights reserved. INSURED COPY--Page 64 b. Claims made or"suits" brought; 2. Such payments shall not reduce any Construction c. Persons or organizations making claims or Project General Aggregate Limit. bringing "suits"; or C. When coverage for liability arising out of the d. Construction projects. "products-completed operations hazard" is provided, any payments for damages because of"bodily injury" B. For all sums which the insured becomes legally or "property damage" included in the "products- obligated to pay as damages caused by completed operations hazard" will reduce the "occurrences" under Section I—Coverage A, and for Products-completed Operations Aggregate Limit,and all medical expenses caused by accidents under not reduce the General Aggregate Limit nor the Section I — Coverage C, which cannot be attributed Construction Project General Aggregate Limit. only to ongoing operations at a single construction project: D. If the applicable construction project has been abandoned, delayed, or abandoned and then 1. Any payments made under Coverage A for restarted, or if the authorized contracting parties damages or under Coverage C for medical deviate from plans, blueprints, designs, specifications expenses shall reduce the amount available under or timetables, the project will still be deemed to be the the General Aggregate Limit or the Products- same construction project. completed Operations Aggregate Limit, whichever is applicable; and E. The provisions of Section III—Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 4 of 4 Used with permission. All rights reserved. INSURED COPY--Page 65 Agency Code 32-0171-00 Policy Number 52-126-302-00 58504 (1-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE - BLANKET COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL AUTO POLICY SECTION II-COVERED AUTOS LIABILITY COVER- person or organization qualifies as an insured under AGE is amended. The following provision is added. SECTION II -COVERED AUTOS LIABILITY COVER- Any person or organization is an insured for Covered AGE, A. COVERAGE, 1.Who Is An Insured. Autos Liability Coverage, but only to the extent that All other policy terms and conditions apply. 58504 (1-15) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 58583 (1-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER PAYMENTS (WAIVER OF SUBROGATION) - BLANKET This endorsement modifies insurance provided under the following: COMMERCIAL AUTO POLICY SECTION V CONDITIONS, A. LOSS CONDITIONS is However, we waive our right to recover payments made amended. 5.Our Right to Recover Payments is de- for bodily injury or property damage: leted and replaced by the following condition. a. Covered by the policy; and 5. Our Right to Recover Payments b. Arising out of the operation of autos covered by the If we make a payment under this policy and the per- policy, in accordance with the terms and conditions son to or for whom payment is made has a right to of a written contract between you and such person recover damages from another, we will be entitled to or entity that right. That person shall do everything neces- only if such rights have been waived by the written con- sary to transfer that right to us and do nothing to tract prior to the accident or loss which caused the prejudice it. bodily injury or property damage. All other policy terms and conditions apply. 58583 (1-15) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 P/NNIICOL 7501 E. Lowry Blvd. Denver, CO 80230-7006 ASSURANCE 303.361.4000/800.873.7242 Pinnacol.com NCCI #: WC000313B Policy#:4211022 Brave Bear Custom Builders LLC Evertree Mountain States 7741 0 Connor Rd 2330 Main St Unit H Boulder, CO 80303-4836 Longmont, CO 80501 (303) 774-8810 ENDORSEMENT: Blanket Waiver of Subrogation We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE To any person or organization when agreed to under a written contract or agreement, as defined above and with the insured, which is in effect and executed prior to any loss. Effective Date:July 1, 2025 Expires on: July 1, 2026 Pinnacol Assurance has issued this endorsement July 2, 2025 7501 E.Lowry Blvd Denver,CO 80230-7006 Page 1 of 1 P ISA- 07/02/2025 18:16:46 4211022 85446082 359-B THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY CONTRACTOR ADDITIONAL INTERESTS THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II—Who Is An Insured is amended to include b. "Bodily injury" or "property damage" occurring as an insured any person or organization for whom after: you are performing operations when you and such (1) All work, including materials, parts or person or organization have agreed in writing in a equipment furnished in connection with contract or agreement that such person or such work, on the project (other than organization be added as an additional insured on service, maintenance or repairs) to be your policy. Such person or organization is an performed by or on behalf of the additional additional insured only with respect to liability arising insured(s) at the site of the covered out of your ongoing operations performed for that operations has been completed; or insured. A person's or organization's status as an insured under this endorsement ends when your (2) That portion of"your work"out of which the operations for that insured are completed. injury or damage arises has been put to its B. With respect to the insurance afforded to these intended use by any person or organization other than another contractor or additional insureds,the following additional exclusions subcontractor engaged in performing apply: operations for a principal as a part of the 2. Exclusions same project. This insurance does not apply to: a. "Bodily injury", "property damage" or"personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 1 of 4 Used with permission. All rphts reserved. INSURED COPY--Page 6 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION - PRIMARY AND NON-CONTRIBUTORY SCHEDULE Name Of Person Or Organization: Any person or organization with whom the insured has agreed within a written contract or written agreement; provided such written agreement is executed prior to the loss. A. Section II—Who Is An Insured is amended to completed; or include as an insured the person or organization shown in the Schedule, but only with respect to (2) That portion of" your work"out of which the liability caused, in whole or in part, by your ongoing injury or damage arises has been put to its operations performed for that insured. intended use by any person or organization other than another contractor or subcontractor B. This insurance is Primary and Non-Contributory, engaged in performing operations for a but only for the Additional Insured shown in the principal as a part of the same project. schedule and only for liability caused by the Insured's negligence for ongoing operations. D. With respect to the insurance afforded to these additional insureds, the following is added to C. With respect to the insurance afforded to these Section III— Limits Of Insurance: additional insureds, the following exclusion is added: 2. Exclusions If coverage provided to the additional insured is required by a contract or agreement, the most we This insurance does not apply to " bodily injury" or will pay on behalf of the additional insured is the "property damage" occurring after: amount of insurance: 1. Required by the contract or agreement; or (1) All work, including materials, parts or 2. Available under the applicable Limits of equipment furnished in connection with such Insurance shown in the Declarations; work, on the project(other than service, maintenance or repairs)to be performed by or whichever is less. on behalf of the additional insured(s)at the This endorsement shall not increase the applicable site of the covered operations has been Limits of Insurance shown in the Declarations. AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 2 of 4 Used with permission. All rights reserved. INSURED COPY--Page 61 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SCHEDULE Name Of Person Or Organization: Any person or organization with whom the insured has agreed within a written contract to waive rights of recovery, provided such written agreement is executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT SCHEDULE Maximum Per Policy General Aggregate Limit: $5,000,000 A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by"occurrences" damages or under Coverage C for medical under Section I — Coverage A, and for all medical expenses shall reduce the Construction Project expenses caused by accidents under Section I — General Aggregate Limit for that construction Coverage C, which can be attributed only to ongoing project. Such payments shall not reduce the operations at a single construction project: General Aggregate Limit shown in the 1. A separate Construction Project General Declarations nor shall they reduce any other Aggregate Limit applies to each construction Construction Project General Aggregate Limit for project, and that limit is equal to the amount of the any other construction project. General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each Declarations. Occurrence, Damage To Premises Rented To You 2. The Construction Project General Aggregate Limit and Medical Expense continue to apply. However, is the most we will pay for the sum of all damages instead of being subject to the General Aggregate under Coverage A, except damages because of Limit shown in the Declarations, such limits will be "bodily injury"or"property damage"included in the subject to the applicable Construction Project "products-completed operations hazard", and for General Aggregate Limit. medical expenses under Coverage C regardless of 5. The Maximum Per Policy General Aggregate Limit the number of: shown in the Schedule is the most we will pay for a. Insureds; the sum of all Construction Project General Aggregate Limits and the General Aggregate Limit b. Claims made or"suits" brought; or shown in the Declarations regardless of the c. Persons or organizations making claims or number of: bringing "suits". a. Insureds; AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 3 of 4 Used with permission. All rights reserved. INSURED COPY--Page 62 b. Claims made or"suits" brought; 2. Such payments shall not reduce any Construction c. Persons or organizations making claims or Project General Aggregate Limit. bringing "suits"; or C. When coverage for liability arising out of the d. Construction projects. "products-completed operations hazard" is provided, any payments for damages because of"bodily injury" B. For all sums which the insured becomes legally or "property damage" included in the "products- obligated to pay as damages caused by completed operations hazard" will reduce the "occurrences" under Section I—Coverage A, and for Products-completed Operations Aggregate Limit,and all medical expenses caused by accidents under not reduce the General Aggregate Limit nor the Section I — Coverage C, which cannot be attributed Construction Project General Aggregate Limit. only to ongoing operations at a single construction project: D. If the applicable construction project has been abandoned, delayed, or abandoned and then 1. Any payments made under Coverage A for restarted, or if the authorized contracting parties damages or under Coverage C for medical deviate from plans, blueprints, designs, specifications expenses shall reduce the amount available under or timetables, the project will still be deemed to be the the General Aggregate Limit or the Products- same construction project. completed Operations Aggregate Limit, whichever is applicable; and E. The provisions of Section III— Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 4 of 4 Used with permission. All rights reserved. INSURED COPY--Page 63 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY CONTRACTOR ADDITIONAL INTERESTS THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS — AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II—Who Is An Insured is amended to include b. "Bodily injury" or "property damage" occurring as an insured any person or organization for whom after: you are performing operations when you and such (1) All work, including materials, parts or person or organization have agreed in writing in a equipment furnished in connection with contract or agreement that such person or such work, on the project (other than organization be added as an additional insured on service, maintenance or repairs) to be your policy. Such person or organization is an performed by or on behalf of the additional additional insured only with respect to liability arising insured(s) at the site of the covered out of your ongoing operations performed for that operations has been completed; or insured. A person's or organization's status as an insured under this endorsement ends when your (2) That portion of"your work" out of which the operations for that insured are completed. injury or damage arises has been put to its intended use by any person or organization B. With respect to the insurance afforded to these other than another contractor or additional insureds,the following additional exclusions subcontractor engaged in performing apply: operations for a principal as a part of the 2. Exclusions same project. This insurance does not apply to: a. "Bodily injury", "property damage"or"personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 1 of 4 Used with permission. All r ghts reserved. INSURED COPY--Page 6 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION - PRIMARY AND NON-CONTRIBUTORY SCHEDULE Name Of Person Or Organization: Any person or organization with whom the insured has agreed within a written contract or written agreement; provided such written agreement is executed prior to the loss. A. Section II—Who Is An Insured is amended to completed; or include as an insured the person or organization shown in the Schedule, but only with respect to (2) That portion of" your work"out of which the liability caused, in whole or in part, by your ongoing injury or damage arises has been put to its operations performed for that insured. intended use by any person or organization other than another contractor or subcontractor B. This insurance is Primary and Non-Contributory, engaged in performing operations for a but only for the Additional Insured shown in the principal as a part of the same project. schedule and only for liability caused by the Insured's negligence for ongoing operations. D. With respect to the insurance afforded to these C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: additional insureds, the following exclusion is added: 2. Exclusions If coverage provided to the additional insured is required by a contract or agreement, the most we This insurance does not apply to " bodily injury" or will pay on behalf of the additional insured is the "property damage" occurring after: amount of insurance: 1. Required by the contract or agreement; or (1) All work, including materials, parts or 2. Available under the applicable Limits of equipment furnished in connection with such Insurance shown in the Declarations; work, on the project(other than service, whichever is less. maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the This endorsement shall not increase the applicable site of the covered operations has been Limits of Insurance shown in the Declarations. AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 2 of 4 Used with permission. All rights reserved. INSURED COPY--Page 63 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SCHEDULE Name Of Person Or Organization: Any person or organization with whom the insured has agreed within a written contract to waive rights of recovery, provided such written agreement is executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT SCHEDULE Maximum Per Policy General Aggregate Limit: $5,000,000 A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by"occurrences" damages or under Coverage C for medical under Section I — Coverage A, and for all medical expenses shall reduce the Construction Project expenses caused by accidents under Section I — General Aggregate Limit for that construction Coverage C, which can be attributed only to ongoing project. Such payments shall not reduce the operations at a single construction project: General Aggregate Limit shown in the 1. A separate Construction Project General Declarations nor shall they reduce any other Aggregate Limit applies to each construction Construction Project General Aggregate Limit for project, and that limit is equal to the amount of the any other construction project. General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each Declarations. Occurrence, Damage To Premises Rented To You 2. The Construction Project General Aggregate Limit and Medical Expense continue to apply. However, is the most we will pay for the sum of all damages instead of being subject to the General Aggregate under Coverage A, except damages because of Limit shown in the Declarations, such limits will be "bodily injury"or"property damage"included in the subject to the applicable Construction Project "products-completed operations hazard", and for General Aggregate Limit. medical expenses under Coverage C regardless of 5. The Maximum Per Policy General Aggregate Limit the number of: shown in the Schedule is the most we will pay for a. Insureds; the sum of all Construction Project General Aggregate Limits and the General Aggregate Limit b. Claims made or"suits" brought; or shown in the Declarations regardless of the c. Persons or organizations making claims or number of: bringing "suits". a. Insureds; AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 3 of 4 Used with permission. All rights reserved. INSURED COPY--Page 64 b. Claims made or"suits" brought; 2. Such payments shall not reduce any Construction c. Persons or organizations making claims or Project General Aggregate Limit. bringing "suits"; or C. When coverage for liability arising out of the d. Construction projects. "products-completed operations hazard" is provided, any payments for damages because of"bodily injury" B. For all sums which the insured becomes legally or "property damage" included in the "products- obligated to pay as damages caused by completed operations hazard" will reduce the "occurrences" under Section I—Coverage A, and for Products-completed Operations Aggregate Limit,and all medical expenses caused by accidents under not reduce the General Aggregate Limit nor the Section I — Coverage C, which cannot be attributed Construction Project General Aggregate Limit. only to ongoing operations at a single construction project: D. If the applicable construction project has been abandoned, delayed, or abandoned and then 1. Any payments made under Coverage A for restarted, or if the authorized contracting parties damages or under Coverage C for medical deviate from plans, blueprints, designs, specifications expenses shall reduce the amount available under or timetables, the project will still be deemed to be the the General Aggregate Limit or the Products- same construction project. completed Operations Aggregate Limit, whichever E. The provisions of Section III—Limits Of Insurance not is applicable; and otherwise modified by this endorsement shall continue to apply as stipulated. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AGL-176 06 19 Includes copyrighted material of ISO Properties, Inc. Page 4 of 4 Used with permission. All rights reserved. INSURED COPY--Page 65 Entity Information Entity Name* Entity ID* New Entity? Please use the job BRAVE BEAR CUSTOM BUILDERS SUP-51906 aid linked here to add a LLC ❑supplier in Workday. Contract Name* Contract ID Parent Contract ID FT. LUPTON SAND AND SALT SHED REPAIRS 10501 Requires Board Approval Contract Status Contract Lead* YES CTB REVIEW CNAIBAUER Department Project# Contract Lead Email cnaibauer@weld.gov Contract Description* PROVIDE CONSTRUCTION SERVICES TO REPAIR THE FT. LUPTON SAND AND SALT SHED. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND Date* 03/26/2026 GROUNDS 03/30/2026 Amount* $142,200.00 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go NO Does Contract require Purchasing Dept. to be included?* Automatic Renewal Department Head Email YES Grant CM-BuildingGrounds- DeptHead@weld.gov Bid/RFP#* IGA B2600014 County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 08/03/2026 Termination Notice Period Expiration Date* Committed Delivery Date 08/03/2026 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 03/30/2026 Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHRIS D'OVIDIO BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 03/27/2026 03/30/2026 03/30/2026 Final Approval BOCC Approved Doc ID# AG 040126 BOCC Signed Date Originator BOCC Agenda Date CNAIBAUER 04/01 /2026 Con ac+ 1D 0505 BOARD OF COUNTY COMMISSIONERS PASS-AROUND REVIEW PASS-AROUND TITLE: Weld County 2026 Road Base Supply Class 6, Change Order#1 DEPARTMENT: Public Works DATE: 2/27/2026 PERSON REQUESTING: Ron Graves, Road and Bridge Supervisor Brief description of the problem/issue: Weld County's current Road Base Supply agreement was originally awarded to Holcim 2024. The agreement was extended on March 24th ,2025, and will end on May 21st, 2026. A change order is needed to encumber dollars budgeted for 2026 into the agreement for the amount of $155,000. Public Works has budgeted $723,000 for this contract in 2026. What options exist for the Board? 1) The Board may approve the change order. 2) The Board may deny the change order. Consequences: If the Board approves the change order the Road and Bridge Division will begin purchasing material for 2026 construction needs Impacts: If the Board denies the change order Public Works will have to delay purchasing road base until the renewal date of May 21st, 2026. This delay will negatively impact road construction in 2026 Costs (Current Fiscal Year/Ongoing or Subsequent Fiscal Years): Public Works has budgeted $723,000 for this contract in 2026. Recommendation: Public Works recommends the change order be placed on the BOCC agenda. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck Scott K. James, Chair 6\_ Jason S. Maxey, Pro-Tern Lynette Peppier Kevin D. Ross 0 Lag ()Mee Change Order# 1 to Supply Agreement Between .-•�J F. Weld County and Amrize West Central Inc., formerly Holcim Date: 3/12/2026 Original Agreement: 2024-0905 County Department: Public Works The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $723,000.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $155,000.00 Current Change Order Amount $878,000.00 New Contract Total 4. Agreement will be amended to recognize Holcim is now doing business as Amrize West Central Inc. All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: /� aA. irc44- Date 3/13/26 Name: Nic Hartman Title: Sales and Dispatch Manager BOARD OF COUNTY COMMISSIONERS ATTEST: WELD COUNTY, COLORADO Weld County Clerk to the Board BY: Deputy Clerk to the Board Scott K. James, Chair 0 Page 1 of 1 2025 BID SCHEDULE North Weld County—North of State Highway 14 ITEM ITEM QUANTITY UNIT PRICE CONTRACT PRICE Pit Location PER UNIT Up to 703.03 Class 6 30,000 TON $13.00/ton $390,000.00 1587 WCR 20.5, ABC Longmont, CO 80504 Central Weld County—South of State Highway 14 &North of State Highway 34 ITEM ITEM QUANTITY UNIT PRICE CONTRACT PRICE Pit Location PER UNIT Up to Class 6 1587 WCR 20.5, 703.03 Crushed 10,000 I TON $15.50/ton $155,000.00 Longmont, CO 80504 Concrete _..---------.....__---- South Weld County—South of State Highway 34 ITEM ITEM QUANTITY UNIT PRICE CONTRACT PRICE Pit Location PER UNIT Up to Class 6 1587 WCR 20.5, 703.03 ABC 10,000 TON j $13.00/ton $130,000.00 Longmont, CO 80504 Prices will include all labor and equipment costs necessary to stockpile and load material ready for use. Transportation of all the aggregates will be by Weld County personnel. BID SUMMARY 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 specifications. FIRM NAME: Amrize BUSINESS ADDRESS: 1687 Cole Blvd CITY, STATE, ZIP CODE: Golden Co 80401 TELEPHONE NO: 303-716-5200 EMAIL: nic.hartman@amrize.com TAXPAYER ID# 84-0404340 BY: /t 7 a4tritauI- TITLE: Sales and Dispatch Manager DATE: 3/13/26 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS#98-03551-0000. Contract Form Entity Information Entity Name* Entity ID* New Entity? Please use the job AMRIZE WEST CENTRAL INC SUP-51 8 aid linked here to add a ❑supplier in Workday. Contract Name* Contract ID Parent Contract ID 2026 ROAD BASE SUPPLY CLASS 6 10505 Requires Board Approval Contract Status Contract Lead* YES CTB REVIEW RGRAVES Department Project# Contract Lead Email rgraves@weld.gov Contract Description* CHANGE ORDER TO THE CLASS 6 ROAD BASE SUPPLY FOR PURCHASE OF 10,000 TONS CLASS 6 CRUSHED CONCRETE. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CHANGE ORDER PUBLIC WORKS Date* 03/26/2026 03/30/2026 Amount* Department Email $155,000.00 CM- Will a work session with BOCC be required?* PublicWorks@weld.gov NO Renewable* YES Department Head Email Does Contract require Purchasing Dept. to be CM-PublicWorks- included?* Automatic Renewal DeptHead@weld.gov YES Grant County Attorney Bid/RFP#* IGA GENERAL COUNTY B2400074 ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date* 02/16/2026 05/01 /2026 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 03/30/2026 Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CHRIS D'OVIDIO BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 03/24/2026 03/30/2026 03/30/2026 Final Approval BOCC Approved Doc ID# AG 040126 BOCC Signed Date Originator BOCC Agenda Date RGRAVES 04/01 /2026 1864 !`, FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 y �= WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 4, 2026 To: Board of County Commissioners From: Patrick O'Neill Subject: Ft. Lupton sand and salt shed repairs- B2600014 As advertised this bid is for Ft. Lupton Sand & Salt Shed Repairs. The low bid is from Brave Bear Custom Builders in the amount of $142,200 and meets the specifications. Therefore, the Facilities Department is recommending the award to Brave Bear Custom Builders in the amount of $142,200. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Director Facilities 2026-0493 379 56 002 861 ta Weld County Finance Department \ I = r) Purchasing Division ;' bids(a�weld.gov U' c O U N Y 1301 North 17th Avenue Greeley, Colorado 80631 Bid Opening Tabulation Title: Ft. Lupton Salt & Sand Shed Repairs Bid Number: B2600014 Department: Facilities Department Bid Opening Date: February 25, 2026 Approval Date: March 9, 2026 Vendor(s) Name Total Amount Brave Bear Custom Builders 7741 O'Connor Road $142,200.00 Boulder, CO 80303 WCC Construction LLC 1112 Oxborough Lane $166,900.00 Fort Collins, CO 80525 G2 Construction LCC 5805 Mangrove Court $171,243.96 Loveland, CO 80538 TCC Corporation 6820 Powell Street $192,481.00 Loveland, CO 80538 Whitestone Construction Services, Inc. 5375 Western Avenue, Suite B $214,412.00 Boulder, CO 80301 The Facilities Department is reviewing the proposals. Hoff Construction P.O. Box 7448 $222,635.00 Loveland, CO 80537 Classic Contractors, Inc. P.O. Box 2798 $239,428.00 Loveland, CO 80538 Mappco Construction 3201 E. Mulberry, Unit S $299,120.00 Fort Collins, CO 80524 Baker Builders, LLC dba Baker Constructors $308,281.00 5660 Iris Parkway Frederick, CO 80504 The Facilities Department is reviewing the proposals.
Hello