HomeMy WebLinkAbout20243360.tiff-Go &Ibif 97_O
BOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW
PASS -AROUND TITLE: Weld County Jail 2 west roof replacement change order.
DEPARTMENT: Facilities DATE: March 20, 2025
PERSON REQUESTING: Patrick O'Neill
Brief description of the problem/issue:
During the strong winds over the last couple of weeks, some areas of the existing jail roof have started to
delaminate. These have been weighted down temporarily but the roof needs to be replaced. We currently have
Front Range Roofing replacing a large portion of the adjacent roof on Jail 2 East. They have provided a price to
replace the roof that is failing
What options exist for the Board?
1. Approve the change order.
2. Deny the change order.
Consequences:
Impacts:
Costs (Current Fiscal Year ! Ongoing or Subsequent Fiscal Years):
$25,867.00
Recommendation:
Facilities recommends placing the change order on an upcoming BOCC agenda for approval.
Support Recommendation Schedule
Place on BOCC Agenda Work Session Other/Comments:
Perry L. Buck
Scott K. James
Jason S. Maxey
Lynette Peppier
Kevin D. Ross
4‘O
c,cK
A -,,M yrsee4 Maw o c. 7
firs s ocrse, c) deck .
eome.ni 8a- cc:6nene ( 9q) 9 zoz�-33V)
grins P w�iizs �,00zlo
March 20, 2025
FACILITIES DEPARTMENT
PHONE: (970) 400-2020
FAX: (970) 304-6532
WEBSITE: www.co.weld.co.us
1105 H STREET
P.O. BOX 758
GREELEY, COLORADO 80632
To: Board of County Commissioners
From: Patrick O'Neill
Subject: Jail 1 west roof replacement change order— (32400150)
The roof replacement on Jail 2 east was awarded to Front Range Roofing Services LLC. and work is
currently being done on the roof. During the high winds the area has had over the last few days, parts of
the adjacent roof have started to delaminate and need to be replaced. Front Range Roofing has
provided a proposal to replace this roof area for $25,867.00
The Facilities Department is recommending this change order be approved for $25,867.00.
If you have any questions, please contact me at extension 2023.
Sincerely,
Patrick O'Neill
Director
Change Order #2 to Service Agreement Between
Weld County and Front Range Roofing Systems LLC
CC
Date: March 20, 2025
Original Agreement: 2024-3360
County Department: Facilities
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:
$ 435,000.00 Original Contract Amount
$(26,000.00) Previously Approved Change order(s) Amount
$ 25,867.00 Current Change Order Amount
$ 434,867.00 New Contract Total
All other terms and conditions of the Original Agreement remain unchanged.
CONTRACTOR:
fit By: 'r'_,.
Name: Charles Trotter
Title: Vice President
ATTEST: ,-/... A) . %€
Weld County lerk to the Board
BY:
Date 03/28/2025
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
Deputy Clerk to the Bo J: `�°'���►-; ck, Chair
APR 0 7 2025
Page 1 of 1
704 33100
FROM" 9flGE
ROOFING SYSTEMS LLC
Change Order Proposal
Project: Weld Jail 2 East Roof Replacement
Firm: Weld County
Bid Date: 3/19/2025
Bid Time:
Address:
FOB: Jobsite
Attention: Mr. Will Hopkins
Phone: 970-381-2264 I Fax:
Proposal Submitted by: Charles Trotter
Tax: Excluded
Bond: Yes
Bonding Rate: 2.1
Specification Section:
Prevailing Wages: No
Addenda Acknowledged: None
Description of Work:
Per Pre -Construction Walk:
• Overlay existing roof area that blew off due to high winds
Change Order Price..... $ 25,867.00
Qualifications and Exclusions:
Price is based on plans dated: N/A
• This is proposal is based on a standard AIA contract format.
• Because of the extreme price volatility regarding steel products, the price quoted in this proposal is
valid only for orders placed within the next 30 days. If there is an increase in the price paid by Front
Range Roofing Systems, Inc. for products, the amount of this proposal/contract shall be similarly
increased to reflect the increased costs to obtain materials.
• Bid may be withdrawn by Front Range Roofing Systems, LLC if not accepted within thirty (30) days.
Charles Trotter
Project Manager/Estimator
Front Range Roofing Systems, LLC
Weld County Facilities
Department
1105 H Street
P.O. Box 758
Greeley, CO 80632
Project Title & Address
Jail 2 East Roofing Project - Change Order #002
Revisions Dates
Sheet Title & Number
Change Order
NOT FOR
CONSTRUCTION
-
Contract Form
Entity Information
Entity Name* Entity ID*
FRONT RANGE ROOFING SYSTEMS @00001443
LLC
Contract Name* Contract ID
REPLACE PORTION OF EXISTING ROOF ON JAIL 1 -WEST 9263
Contract Status
CTB REVIEW
Contract Lead *
CNAIBAUER
Contract Lead Email
cnaibauer@weld.gov
New Entity?
Contract Description*
REPLACE PORTION OF ROOF THAT HAS SUFFERED WIND DAMAGE ON JAIL 1 -WEST.
Contract Description 2
Parent Contract ID
Requires Board Approval
YES
Department Project #
Contract Type* Department Requested BOCC Agenda Due Date
CHANGE ORDER BUILDINGS AND Date* 04/03/2025
GROUNDS 04/07/2025
Amount*
$25,867.00 Department Email Will a work session with BOCC be required?*
CM- NO
Renewable* BuildingGrounds@weld.go
NO Does Contract require Purchasing Dept. to be
Automatic Renewal
Grant
IGA
Department Head Email
CM-BuildingGrounds-
DeptHead@weld.gov
County Attorney
GENERAL COUNTY
ATTORNEY EMAIL
County Attorney Email
CM-
COUNTYATTORNEY@WEL
D.GOV
included?
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
Termination Notice Period
Contact Information
Review Date*
05/30/2025
Committed Delivery Date
Renewal Date
Expiration Date*
05/30/2025
Contact Info
Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2
Purchasing
Purchasing Approver Purchasing Approved Date
Approval Process
Department Head Finance Approver Legal Counsel
PATRICK O'NEILL CHERYL PATTELLI BYRON HOWELL
DH Approved Date Finance Approved Date Legal Counsel Approved Date
04/01/2025 04/02/2025 04/02/2025
Final Approval
BOCC Approved Tyler Ref #
AG 040725
BOCC Signed Date Originator
CNAIBAUER
BOCC Agenda Date
04/07/2025
Cul\vad-104.911°1
BOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW
PASS -AROUND TITLE: Weld County Jail 2 west roof replacement change order.
DEPARTMENT: Facilities DATE: February 11, 2025
PERSON REQUESTING: Patrick O'Neill
Brief description of the problem/issue:
After the bid was awarded for the roof replacement at the Weld County Jail, investigations of the existing
insulation layer revealed that some of the insulation that was presumed damaged and unusable actually was not
damaged and could be re -used. This resulted in a credit back to the County for not removing and replacing the
insulation.
What options exist for the Board?
1. Approve the change order.
2. Deny the change order.
Consequences:
Impacts:
Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years):
($26,000.00)
Recommendation:
Facilities recommends placing the change order on an upcoming BOCC agenda for approval.
Support Recommendation Schedule
Place on BOCC Agenda Work Session Other/Comments:
Perry L. Buck
Scott K. James
Jason S. Maxey
Lynette Peppier
Kevin D. Ross
C0mtY+Z/Z(o/Z
� u.�c9�SCn ��)
zi2�/zsg
7 0V -1-33L00
3C -1 OOZco
February 11, 2025
FACILITIES DEPARTMENT
PHONE: (970) 400-2020
FAX: (970) 304-6532
WEBSITE: www.co.weld.co.us
1105 H STREET
P.O. BOX 758
GREELEY, COLORADO 80632
To: Board of County Commissioners
From: Patrick O'Neill
Subject: Jail 2 west roof replacement change order — (92400150)
The roof replacement on Jail 2 West was awarded to Front Range Roofing Services LLC. After the bid was
awarded for the roof replacement at the Weld County Jail, investigations of the existing insulation layer
revealed that some of the insulation that was presumed damaged and unusable was not damaged and
could be re -used. This resulted in a credit back to the County in the amount of ($26,000.00) for not
removing and replacing the insulation.
The Facilities Department is recommending this change order credit be approved for ($26,000.00).
If you have any questions, please contact me at extension 2023.
Sincerely,
Patrick O'Neill
Director
Change Order #1 to Service Agreement Between
Weld County and Front Range Roofing Systems LLC
Date: February 11, 2025
Original Agreement: 2024- 3360
County Department: Facilities
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:
$ 435,000.00 Original Contract Amount
$ 0.00 Previously Approved Change order(s) Amount
$ (26,000.00) Current Change Order Amount
$ 409,000.00 New Contract Total
All other terms and conditions of the Original Agreement remain unchanged.
CONTRACTOR:
By: (12 Date 02/20/2025
Name: Charles Trotter
Title: Vice President
BOARD OF COUNTY COMMISSIONERS
ded,"/
ATTEST:+0;4, WELD COUNTY, COLORADO
Weld County Clerk to the Board
BY:
Deputy Clerk to the Boa
uck, Chair FEB 2 6
2025
Page 1 of 1
F9OflT 9flGE
ROOFING SYSTEMS LLC
Change Order Proposal
Project: Weld Jail 2 East Roof Replacement
Firm: Weld County
Address: 1105 H St, Greeley, CO 80631
Bid Date: 1/23/2025
Bid Time:
FOB: Jobsite
Attention: Mr. Will Hopkins
Phone: 970-502-7293 I Fax:
Proposal Submitted by: Charles Trotter
Specification Section:
Tax: Excluded
Bond: Yes
Bonding Rate: 2.1
Prevailing Wages: No
Addenda Acknowledged: None
Description of Work:
Per Pre -Construction Walk:
• Keep Existing Insulation in Place & Remove Damaged / Wet Insulation as needed per pre -
construction walk conversation.
• Specified area labeled in separate attachment
Change Order Price ($ 26,000)
Original Contract Amount: $ 435,000.00
Previous CO Amount: $ 0.00
New CO Amount: ($ 26,000.00)
Revised Contract Amount: $ 409,000.00
Qualifications and Exclusions:
Price is based on plans dated: N/A
• This is proposal is based on a standard AIA contract format.
• Because of the extreme price volatility regarding steel products, the price quoted in this proposal is
valid only for orders placed within the next 30 days. If there is an increase in the price paid by Front
Range Roofing Systems, Inc. for products, the amount of this proposal/contract shall be similarly
increased to reflect the increased costs to obtain materials.
• Bid may be withdrawn by Front Range Roofing Systems, LLC if not accepted within thirty (30) days.
Charles Trotter
Project Manager/Estimator
Front Range Roofing Systems, LLC
Contract Form
Entity Information
Entity Name* Entity ID*
FRONT RANGE ROOFING SYSTEMS @00001443
LLC
Contract Name*
ROOF INSULATION CHANGE ORDER
Contract Status
CTB REVIEW
❑ New Entity?
Contract ID
9119
Contract Lead *
CNAIBAUER
Contract Lead Email
cnaibauer@weld.gov
Parent Contract ID
Requires Board Approval
YES
Department Project #
Contract Description
CHANGE ORDER TO LEAVE SOME OF THE INSULATION THAT WAS SUPPOSED TO BE REPLACED IN PLACE AND RE-
USE IT.
Contract Description 2
Contract Type*
CHANGE ORDER
Amount*
($26,000.00)
Renewable *
NO
Automatic Renewal
Grant
IGA
Department Requested BOCC Agenda Due Date
BUILDINGS AND Date* 02/15/2025
GROUNDS 02/19/2025
Department Email
CM-
BuildingGrounds@weld.go
Department Head Email
CM-BuildingGrounds-
DeptHead@weld.gov
County Attorney
GENERAL COUNTY
ATTORNEY EMAIL
County Attorney Email
CM-
COUNTYATTORNEY@WEL
D.GOV
Will a work session with BOCC be required?*
NO
Does Contract require Purchasing Dept. to be
included?
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
04/04/2025
Termination Notice Period
Contact Information
Committed Delivery Date
Expiration Date*
04/04/2025
Contact Info
Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2
Purchasing
Purchasing Approver Purchasing Approved Date
Approval Process
Department Head Finance Approver Legal Counsel
PATRICK O'NEILL CHERYL PATTELLI BYRON HOWELL
DH Approved Date Finance Approved Date Legal Counsel Approved Date
02/21/2025 02/21/2025 02/21/2025
Final Approval
BOCC Approved Tyler Ref*
AG 022625
BOCC Signed Date Originator
CNAIBAUER
BOCC Agenda Date
02/26/2025
Con -va& I'D*9oz 4 -
SERVICE AGREEMENT BETWEEN WELD COUNTY AND FRONT RANGE
ROOFING SYSTEMS, LLC
THIS AGREEMENT is made and entered into this ZVty of J(1,yu, icisq
2025, by and between the Board of Weld County Commissioners, on behalf of Fakilities
Department, hereinafter referred to as "County," and Front Range Roofing Systems,
LLC, 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 Request for Bid (RFB) as set forth in Bid Package No.
B2400150
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
como+ Rcpndsi-
/ZZ/ZS
Cc.: Can bcks (BC -1)
plikkekc6z5�
Z024-33(cO
3 G 0021p
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 $435,000.00 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
2
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
3
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,
trustees, employees, agents, and volunteers shall be named as additional insureds
4
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.
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 the County, its elected officials, trustees, employees, agents,
and volunteers as "Additional Insureds" for work that is being performed by 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
5
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.
6
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
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,
7
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:
TO CONTRACTOR:
Name: Charles Trotter
Position: Vice President
8
Address: 222 13th Ave, Greeley, Colorado 80631
E-mail: cbtrotter@frontrangeroofing.com
Phone: (303) 515-0060
TO COUNTY:
Name: Patrick O'Neill
Position: Facilities Director
Address: 1105 H St, Greeley, CO, 80632
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.
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.
9
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.
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.
10
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:
,r
By: ;,
Name: Charles Trotter
Title: Vice President
WELD COUNTY:
Date of Signature: 01/13/2025
ATTEST: -1:atried Cf•® BOARD OF COUNTY COMMISSIONERS OF
WELD COUNTY, COLORADO
Weld ountyClerk to the Board
BY:
Qy
Deputy Clerk to the Board
11
L Buck, Chair
JAN 2 2 2025
Z bLL -33pC
EXHIBIT A
Weld County Finance Department
Purchasing Division
1301 North 17th Avenue
Greeley, Colorado 80601
General Services - Invitation for Bid (IFB) Cover Sheet
Bid Number: B2400150
Title: Weld County North Jail 2 East Roof Replacement
Issue Date: November 20, 2024
Pre -Bid Meeting: December 4, 2024, at 1:00 pm
Pre -Bid Location: North Jail Main Entry — 2110 O Street, Greeley, Colorado 80631
Questions Due: December 11, 2024, by 5:00 pm
Questions email: bids(a�weld.gov
Bid Due Date: December 18, 2024, by 10:00 am, Purchasing's Clock
Bid Delivery: Preferred email to bids(@.weld.gov or hand delivery to 1301 North
17th Avenue, Greeley, CO 80631
For additional information: bids weld.gov
Documents Included in this Bid Package
IFB Schedules IFB Attachments
Schedule A: Bid Instructions
Schedule B: Scope of Work
Schedule C: Project Schedule
Schedule D: Bid Form
Schedule E: Insurance
Schedule F: Weld County Contract
Attachment 1 — Facilities Department Project
Documents
Attachment 2 — Project Drawing
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
Schedule A - Bid Instructions 3
Purpose/Background 3
Bid Advertisement 3
Bid Submission 3
Introductory Information 3
Cooperative Purchasing 4
Schedule B - Scope of Work 5
Project Overview 5
Method of Procurement 5
Pricing Method 5
Project Scope 5
Project Closeout 6
Weld County Facilities Department Standard Terms and Conditions 6
Schedule C - Project Schedule 8
Schedule 8
Schedule D - Bid Form 9
Bid Submittal Instructions 9
Fees 9
Attestation 10
Schedule E — Insurance 11
Insurance 11
Insurance Mailing Information 12
Schedule F - Weld County Contract 13
Contractual Obligations 13
Weld County Standard Contract 13
Solicitation # B2400150 Page 2
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:
Weld County North Jail 2 East Roof Replacement
A mandatory pre -bid conference will be held on December 4, 2024 at 1:00 pm at the Weld
County North Jail located at 2110 O Street, Greeley, CO 80631. Bidders must participate and
record their presence at the pre -bid conference to be eligible to submit bids.
Bids will be received until: December 18. 2024 at 10:00 am (Weld County Purchasing Time
Clock). The submitted bids will be read over a Microsoft Teams Conference Call on
December 18, 2024 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.
Phone number: 720-439-5261 Phone Conference ID: 546 853 985#
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(Siweld.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 him with
his usual signature. Bids by partnerships must furnish the full names of all partners and must
be signed with the partnership name by one of the members of the partnership or by an
authorized representative, followed by the signature and title of the person signing. Bids by
corporations must be signed with the legal name of the corporation, followed by the name of
the state of the incorporation and by the signature and title of the president, secretary, or
other person authorized to bind it in the matter. The name of each person signing shall also
be typed or printed below the signature. A bid by a person who affixes to his signature the
Solicitation # B2400150 Page 3
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
negative impact on Weld County in the current term or in any future terms.
Solicitation # B2400150 Page 4
Schedule B - Scope of Work
Project Overview
Weld County is seeking bids for a turn -key lump sum project for a vendor to provide
roofing services to remove and replace the existing EPDM North Jail 2 East roof.
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 the 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.
Project Scope
The scope of this project is for the removal and replacement of a section as shown on
attachment 2 of the existing EPDM roof and underlayment at the Weld County North Jail 2
East Roof complex.
1. Remove and replace approximately 36,700 square feet of existing EPDM roofing and
underlayment of the North Jail 2 East roof. See attachment 2 for roof section. Contractor is
responsible to verify actual dimensions during pre -bid walk through.
2. Existing EPDM roofing and any underlayment, including existing rigid insulation shall be
removed in its entirety.
3. New EPDM roofing shall be fully adhered, and a Carlisle system to match existing roofing
system and warranties.
4. New roof shall be placed on new rigid insulation with cover board to match the existing
slopes and as required by the manufacturer to maintain warranty.
5. Roof shall carry a 20 -year manufacturers and installation warranty. The 20 -year warranty
will be for Labor and Materials. This will require the inspection of the manufacturer to
certify warranty. Results are to be provided to Weld County.
6. Contractor shall be responsible for all wood blocking and cants to match existing, and as
necessary for a complete warrantied roof assembly.
7. New walkway pads shall be provided as needed and required by roofing manufacturer or
directed by owner. These shall consist of approximately 300 lineal feet of walkway.
8. All existing wood pipe supports are rotted and need to be replaced. Provide new rubber or
composite pipe supports that are compatible with the new roofing.
9. All penetrations, transitions, term -bars and terminations inside of scuppers shall be properly
sealed and meet manufacturer's warranty requirements. Some penetrations may be
obsolete and can be removed with coordination of County representatives.
10. Contractor is required to furnish and install new Zurn anchored screens at all roof drains.
11. Installation of new cover board will be as required by manufacturer for warranty. All cover
Solicitation # B2400150 Page 5
board and fasteners shall comply with manufacturer's specifications.
12. Roof will be installed/attached in accordance with manufacturer's recommendations
13. Provide manufacturer cut sheets and warranty information with bid.
14. Existing roof top units shall be flashed, and counter flashed per roofing manufacturers
written directions.
15.Access to roof during business hours may be through the roof hatch/ladder. Afterhours
contractor will need to access by other means with approval of Weld County project
manager.
16. Metal cap flashing shall be replaced. Cobr selected by owner from standard selection that
closely matches existing.
17.All work is to be performed at a secured detention facility. Normal work hours are 7:00 am
to 5:00 pm.
18. Contractor is responsible for always providing a watertight roof. This is a 24 -hour facility
with inmates and staff at all times and cannot be closed.
19. All personnel working or visiting the work site must submit a background authorization form
and be approved by the Weld County Sheriffs office. Contractor shall submit and
coordinate the authorization forms through the Weld County project manager.
20. Contractor is responsible for all electrical, plumbing, and mechanical disconnections and
reconnections that may be required to perform their scope of work and all cost shall be
included in their bid.
Project Closeout
1. Contractor will provide two (2) complete sets of O&M manuals.
2. Contractor will provide all manufacturer's warranty documentation for all equipment.
3. Contractor will provide a detailed report for all craftsmanship and labor warranties.
4. Contractor will provide a maintenance schedule for all systems and or equipment as required
to maintain all warranties.
5. Contractor will provide formal training as outlined and required by all manufacturer's
recommendations, to Weld County's designated staff.
6. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld
County personnel associated with this project.
Weld County Facilities Department Standard Terms and Conditions
1. All submittals will be provided to the County project manager for review and approval no later
than thirty (30) days after contract execution.
2. 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 receive written approval but starts any additional work, the
contractor will be responsible for all associated cost and or schedule impacts/delays.
3. Any clarification or information needed from the contractor must be submitted through an RFI
for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI
log must be maintained and kept by the contractor and available for review at the weekly
coordination meeting or upon request.
4. RFI's are only to be sent through the County project manager. RFI responses will be sent from
the County project manager to the construction team. Direct submissions to or responses from
any other source will not be permitted. If additional resources are needed to clarify or answer
an RFI the County project manager will coordinate as needed
5. All damages to building structure and finishes shall be repaired to original condition as a part of
this contract.
6. Contractor is responsible for all private and public locates.
Solicitation # B2400150 Page 6
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. Contractor
is responsible for the coordination and scheduling of all inspections that are required. The
contractor will be responsible for having a qualified representative on site for any inspection.
8. All electrical work will be done by a qualified State licensed electrician.
9. All plumbing work will be done by a qualified State licensed plumber.
10.All mechanical work will be done by a qualified State Licensed technician.
11.All electrical work will be done by a qualified State licensed electrician.
12.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.
13.All lifting and hoisting equipment shall be provided by the contractor as needed.
14. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory
requirements.
15. No bid bond is required for this project.
16. Bids over $50,000 will require a payment (100%) and performance (100%) bond. Performance
and payment bonds must be submitted using an AIA-A312 bond form. Other bond forms will
not be accepted.
17. Retainage in the amount of 5% shall be held on all pay requests until the final acceptance of
the project.
18. Contractor will be required to provide builders risk insurance in the amount of the bid.
19.All trash and debris to be properly disposed of offsite. Due to the space constraints of this
project this will need to be done on a regular basis. At no time will debris be allowed to
accumulate.
20. Weld County is a tax-exempt entity.
21. Davis -Bacon and Buy American requirements are NOT required.
Solicitation # B2400150 Page 7
Schedule C - Project Schedule
Schedule
Below is the anticipated solicitation schedule for this project:
Date of this Bid
Advertisement Date
Pre -bid conference
Bid Questions Due
Bids Are Due
Bid Award Notice
Contract Execution
November 20, 2024
November 20, 2024
December 4, 2024
December 11, 2024
December 18, 2024
January 6, 2024
January 20, 2025
Solicitation # B2400150 Page 8
Schedule D - Bid Form
Bid Submittal Instructions
The following items must be completed and submitted with your bid on or before the bid
opening deadline of 10:00 am on December 3rd, 2024:
1) Schedule B — Scope of Work
2) Schedule D — Bid Form
3) W9, if applicable.*
4) Any potential or future Addenda must be completed/acknowledged.
5) All other items as requested in the Bid Specifications and/or Scope of Work.
*A current W9 is required for new bidders. If you have previously worked with Weld County, only
provide your W9 if there has been a change.
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 in the space below:
Description
Price
Labor
$
$
$
Materials
Other (Describe)
Total Lump Sum Cost
$
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 No. #B2400150.
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 of Schedule E — Insurance and Bond
5. Acknowledgment of Schedule F — Weld County Contract
6. 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.
7. 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.
Solicitation # B2400150
Page 9
Attestation
Item
Company Name:
Address:
Entry
Phone
Email:
FEIN/Federal Tax ID #:
CONTRACTOR:
By:
Name:
Title:
Date of Signature
Solicitation # B2400150 Page 10
Schedule E — Insurance
Insurance
1. The Contractor shall furnish a certificate of insurance for commercial general liability,
comprehensive automobile liability, workers' compensation, and professional liability upon
notification of award and prior to performance. Work shall not commence under this
Agreement/Contract until the Contractor has submitted to the County, and received
approval thereof, the certificate of insurance showing compliance with the following types
and coverage of insurance.
a. Commercial General Liability Insurance: to include products liability, completed
operations, contractual, broad form property damage, and personal injury.
Each Occurrence
General Aggregate
$1,000,000
$2,000,000
b. Comprehensive Automobile Liability Insurance: to include all motor vehicles owned,
hired, leased, or borrowed.
Bodily Injury/Property Damage $1,000,000 (each accident) Personal
Injury Protection Per Colorado Statutes
c. Workers' Compensation Insurance: Per Colorado Statutes
d. Professional Liability Insurance*: to include coverage for damages or claims for
damages arising out of the rendering, or failure to render, any professional services.
Each Occurrence $1,000,000
*This insurance requirement applies only to Contractors who are performing services under
this Agreement as professionals licensed under the laws of the State of Colorado, such as
physicians, lawyers, engineers, nurses, mental health providers, and any other licensed
professionals.
2. The Contractor's commercial general liability, comprehensive automobile liability, workers'
compensation, and professional liability insurance policies and/or certificates of insurance
shall be issued to include Weld County Government as an "additional insured" and shall
include the following provisions:
a. Underwriters shall have no right of recovery or subrogation against the County, it being
the intent of the parties that the insurance policies so affected shall protect both parties
and be primary coverage for any and all losses resulting from the actions or negligence
of the Contractor.
b. The insurance companies issuing the policy or policies shall have no response against
the County for payment of any premiums due or for any assessments under any form of
any policy.
Solicitation # B2400150 Page 11
c. Any and all deductibles contained in any insurance policy shall be assumed by and at
the sole risk of the Contractor.
3. If any of the said policies shall be or at any time become unsatisfactory to the County as to
form or substance, or if a company issuing any such policy shall be or at any time becomes
unsatisfactory to the County, the Contractor shall promptly obtain a new policy, submit the
same to the Purchasing Division of Weld County for approval, and thereafter submit a
certificate of insurance as herein provided.
a. Upon failure of the Contractor to furnish, deliver, and maintain such insurance as
provided herein, this Agreement/Contract, at the election of the County, may be
immediately declared suspended, discontinued, or terminated.
b. Failure of the Contractor to obtain and/or maintain any required insurance shall not
relieve the Contractor from any liability under the Agreement/Contract, nor shall the
insurance requirements be construed to conflict with the obligations of the Contractor
concerning indemnification.
c. Contractor shall provide copies insurance coverage policies to the County department
maintaining contract administration duties. These include initial policy,
updated/changes to coverage, extensions, renewals, etc.
4. If the Contractor is a Joint Venture, then the respective parties thereto are each individually
held fully responsible for completion of the project according to the terms of this Agreement.
The parties thereto also have joint and several liabilities to the County for any liquidated
damages assessed or for performance bond claims against the Joint Venture. The
performance bond and all insurance required by this Agreement shall set forth the identity
of each party to the Joint Venture.
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: Will Hopkins
Email: whopkins@weld.gov
Telephone: (970) 400-2044
Mail:
Weld County Facilities Department
ATTN: Will Hopkins
PO Box 758
Greeley, CO 80632
Solicitation # B2400150 Page 12
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
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.
NOW, THEREFORE, in consideration of the mutual promises and covenants contained
herein, the parties hereto agree as follows:
Solicitation # B2400150 Page 13
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 based upon order of attachment.
Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No.
6
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
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
Solicitation # B2400150 Page 14
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 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.
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
Solicitation # B2400150 Page 15
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.
Types of Insurance.
Workers' Compensation /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.
Commercial General Liability Insurance including public liability and property damage, covering
all operations required by the Work. Such policy shall include minimum limits as follows:
$1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury
$5,000; Medical payment per person.
Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily injury
per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property
damage applicable to all vehicles operating both on County property and elsewhere, for
vehicles owned, hired, and non -owned vehicles used in the performance of this Contract.
Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate
of insurance, a policy, or other proof of insurance as determined in County's sole discretion.
County may require Contractor to provide a certificate of insurance naming Weld County, its
elected officials, and its employees as an additional named insured.
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
Solicitation # B2400150 Page 16
expense, any additional kinds or amounts of insurance that it may deem necessary to cover its
obligations and liabilities under this Agreement.
12. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers,
agents, and employees, from and against any and all injury, loss, damage, liability, suits,
actions, claims, or willful acts or omissions of any type or character arising out of the Work
done in fulfillment of the terms of this Agreement or on account of any act, claim or amount
arising or recovered under workers' compensation law or arising out of the failure of the
Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or
court decree. The Contractor shall be fully responsible and liable for any and all injuries or
damage received or sustained by any person, persons, or property on account of its
performance under this Agreement or its failure to comply with the provisions of the
Agreement. It is agreed that the Contractor will be responsible for primary loss investigation,
defense and judgment costs where this contract of indemnity applies. In consideration of the
award of this contract, the Contractor agrees to waive all rights of subrogation against the
County its associated and/or affiliated entities, successors, or assigns, its elected officials,
trustees, employees, agents, and volunteers for losses arising from the work performed by the
Contractor for the County. A failure to comply with this provision shall result in County's right to
immediately terminate this Agreement.
13. 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.
14. Examination of Records. To the extent required by law, the Contractor agrees that an
duly authorized representative of County, including the County Auditor, shall have access to and
the right to examine and audit any books, documents, papers and records of Contractor, involving
all matters and/or transactions related to this Agreement. Contractor agrees to maintain these
documents for three years from the date of the last payment received.
15.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.
16. 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:
Solicitation # B2400150 Page 17
Name:
Position:
Address:
Address:
E-mail:
Phone:
TO COUNTY:
Name:
Position:
Address:
Address:
E-mail:
Phone:
17. 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.
18. 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.
19. 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.
20. 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.
21. 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.
22. Survival of Termination. The obligations of the parties under this Agreement that by their
n ature 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.
23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or
u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and
e nforced without such provision, to the extent that this Agreement is then capable of execution
within the original intent of the parties.
24. Governmental Immunity. No term or condition of this Agreement shall be construed or
interpreted as a waiver, express or implied, of any of the immunities, rights, benefits,
Solicitation # B2400150 Page 18
protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et
seq., as applicable now or hereafter amended.
25. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of
the terms and conditions of this Agreement, and all rights of action relating to such
enforcement, shall be strictly reserved to the undersigned parties and nothing in this
Agreement shall give or allow any claim or right of action whatsoever by any other person not
included in this Agreement. It is the express intention of the undersigned parties that any
entity other than the undersigned parties receiving services or benefits under this Agreement
shall be an incidental beneficiary only.
26. Board of County Commissioners of Weld County Approval. This Agreement shall not be
valid until it has been approved by the Board of County Commissioners of Weld County,
Colorado, or its designee.
27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant
thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement.
Any provision included or incorporated herein by reference which conflicts with said laws, rules
and/or regulations shall be null and void. In the event of a legal dispute between the parties,
Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to
resolve said dispute.
28. Public Contracts for Services. Contractor certifies, warrants, and agrees that it does not
knowingly employ or contract with an illegal alien who will perform work under this
Agreement. Contractor will confirm the employment eligibility of all employees who are newly
hired for employment in the United States to perform work under this Agreement, through
participation in the E -Verify program. Contractor shall not knowingly employ or contract with an
illegal alien to perform work under this Agreement or enter into a contract with a subcontractor
that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract
with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify
Program or State of Colorado program procedures to undertake pre -employment screening or
job applicants while this Agreement is being performed. If Contractor obtains actual
knowledge that a subcontractor performing work under this Agreement knowingly employs or
contracts with an illegal alien, Contractor shall notify the subcontractor and County within three
(3) days that Contractor has actual knowledge that a subcontractor is employing or contracting
with an illegal alien and shall terminate the subcontract if a subcontractor does not stop
employing or contracting with the illegal alien within three (3) days of receiving
notice. Contractor shall not terminate the contract if within three days the subcontractor
provides information to establish that the subcontractor has not knowingly employed or
contracted with an illegal alien. Contractor shall comply with reasonable requests made in the
course of an investigation by the Colorado Department of Labor and Employment. Contractor
shall, within twenty days after hiring a new employee to perform work under the contract, affirm
that Contractor has examined the legal work status of such employee, retained file copies of
the documents, and not altered or falsified the identification documents for such
employees. Contractor shall deliver to County, a written notarized affirmation that it has
examined the legal work status of such employee and shall comply with all the other
requirements of federal or state law. 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.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if
Contractor receives federal or state funds under the contract, Contractor must confirm that any
Solicitation # B2400150 Page 19
individual natural person eighteen (18) years of age or older is lawfully present in the United
States, if such individual applies for public benefits provided under the contract. If Contractor
operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is
a citizen of the United States or is otherwise lawfully present in the United States pursuant to
federal law, (b) shall produce one of the forms of identification required by federal or state law,
and (c) shall produce one of the forms of identification required by federal law prior to the
effective date of the contract.
29.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.
30. 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:
Title:
Date of Signature
WELD COUNTY:
ATTEST:
Weld County Clerk to the Board
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
BY:
Deputy Clerk to the Board Kevin D. Ross, Chair
Solicitation # B2400150 Page 20
EXHIBIT B
bids
From:
Sent
To:
Subject
Attachments:
Charles Trotter <cbtrotter@frontrangeroofing.com>
Wednesday, December 18, 2024 8:55 AM
bids
#B2400150 - FRONT RANGE ROOFING BID PROPOSAL
#B2400150 - FRONT RANGE ROOFING BID.pdf
This Message Is From an External Sender
This email was' -tent by someone outside Weld County Government. Dc not cliiok links or wen attachments unless you reOgni1e
the senderanaktiow the content is safe.
Please find attached bid proposal for project #B2400150.
Thank you.
Charles Trotter
Front Range Roofing Systems, LLC
222 13th Ave.
Greeley, CO 80631
Office: (970) 353-2322
Cell: (303) 515-0060
www.frontrangeroofing.com
Schedule B - Scope of Work
Project Overview
Weld County is seeking bids for a turn -key lump sum project fora vendor to provide
roofing services to remove and replace the existing EPDM North Jail 2 East roof.
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 the 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.
Project Scope
The scope of this project is for the removal and replacement of a section as shown on
attachment 2 of the existing EPDM roof and underlayment at the Weld County North Jail 2
East Roof complex.
1. Remove and replace approximately 36,700 square feet of existing EPDM roofing and
underlayment of the North Jail 2 East roof. See attachment 2 for roof section. Contractor is
responsible to verify actual dimensions during pre -bid walk through.
2. Existing EPDM roofing and any underlayment, including existing rigid insulation shall be
removed in its entirety.
3. New EPDM roofing shall be fully adhered, and a Carlisle system to match existing roofing
system and warranties.
4. New roof shall be placed on new rigid insulation with cover board to match the existing
slopes and as required by the manufacturer to maintain warranty.
5. Roof shall carry a 20 -year manufacturers and installation warranty. The 20 -year warranty
will be for Labor and Materials. This will require the inspection of the manufacturer to
certify warranty. Results are to be provided to Weld County.
6. Contractor shall be responsible for all wood blocking and cants to match existing, and as
necessary for a complete warrantied roof assembly.
7. New walkway pads shall be provided as needed and required by roofing manufacturer or
directed by owner. These shall consist of approximately 300 lineal feet of walkway.
8. All existing wood pipe supports are rotted and need to be replaced. Provide new rubber or
composite pipe supports that are compatible with the new roofing.
9. All penetrations, transitions, term -bars and terminations inside of scuppers shall be properly
seated and meet manufacturer's warranty requirements. Some penetrations may be
obsolete and can be removed with coordination of County representatives.
10. Contractor is required to furnish and install new Zum anchored screens at all roof drains.
11. Installation of new cover board will be as required by manufacturer for warranty. All cover
Solicitation # B2400150 Page 5
board and fasteners shall comply with manufacturer's specifications.
12. Roof will be installed/attached in accordance with manufacturer's recommendations
13. Provide manufacturer cut sheets and warranty information with bid.
14. Existing roof top units shall be flashed, and counter flashed per roofing manufacturers
written directions.
15.Access to roof during business hours may be through the roof hatch/ladder. Afterhours
contractor will need to access by other means with approval of Weld County project
manager.
16. Metal cap flashing shall be replaced. Color selected by owner from standard selection that
closely matches existing.
17.All work is to be performed at a secured detention facility. Normal work hours are 7:00 am
to 5:00 pm.
18.Contractor is responsible for always providing a watertight roof. This is a 24 -hour facility
with inmates and staff at all times and cannot be closed.
19.All personnel working or visiting the work site must submit a background authorization form
and be approved by the Weld County Sheriffs office. Contractor shall submit and
coordinate the authorization forms through the Weld County project manager.
20.Contractor is responsible for all electrical, plumbing, and mechanical disconnections and
reconnections that may be required to perform their scope of work and all cost shall be
included in their bid.
Project Closeout
1. Contractor will provide two (2) complete sets of O&M manuals.
2. Contractor will provide all manufacturer's warranty documentation for all equipment.
3. Contractor will provide a detailed report for all craftsmanship and labor warranties.
4. Contractor will provide a maintenance schedule for all systems and or equipment as required
to maintain all warranties.
5. Contractor will provide formal training as outlined and required by all manufacturer's
recommendations, to Weld County's designated staff.
6. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld
County personnel associated with this project.
Weld County Facilities Department Standard Terms and Conditions
1. All submittals will be provided to the County project manager for review and approval no later
than thirty (30) days after contract execution.
2. 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 receive written approval but starts any additional work, the
contractor will be responsible for all associated cost and or schedule impacts/delays.
3. Any clarification or information needed from the contractor must be submitted through an RFI
for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI
log must be maintained and kept by the contractor and available for review at the weekly
coordination meeting or upon request.
4. RFI's are only to be sent through the County project manager. RFI responses will be sent from
the County project manager to the construction team. Direct submissions to or responses from
any other source will not be permitted. If additional resources are needed to clarify or answer
an RFI the County project manager will coordinate as needed
5. All damages to building structure and finishes shall be repaired to original condition as a part of
this contract.
6. Contractor is responsible for all private and public locates.
Solicitation # B2400150 Page 6
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. Contractor
is responsible for the coordination and scheduling of all inspections that are required. The
contractor will be responsible for having a qualified representative on site for any inspection.
8. All electrical work will be done by a qualified State licensed electrician.
9. All plumbing work will be done by a qualified State licensed plumber.
10.All mechanical work will be done by a qualified State Licensed technician.
11.All electrical work will be done by a qualified State licensed electrician.
12. 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 contractors responsibility to repair or replace.
13.All lifting and hoisting equipment shall be provided by the contractor as needed.
14. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory
requirements.
15. No bid bond is required for this project.
16. Bids over $50,000 will require a payment (100%) and performance (100%) bond. Performance
and payment bonds must be submitted using an AIA-A312 bond form. Other bond forms will
not be accepted.
17. Retainage in the amount of 5% shall be held on all pay requests until the final acceptance of
the project.
18. Contractor will be required to provide builders risk insurance in the amount of the bid.
19.All trash and debris to be properly disposed of offsite. Due to the space constraints of this
project this will need to be done on a regular basis. At no time will debris be allowed to
accumulate.
20. Weld County is a tax-exempt entity.
21. Davis -Bacon and Buy American requirements are NOT required.
Solicitation # B2400150
Page 7
Schedule D - Bid Form
Bid Submittal Instructions
The following items must be completed and submitted with your bid on or before the bid
opening deadline of 10:00 am on December 3rd, 2024:
1) Schedule B — Scope of Work
2) Schedule D — Bid Form
3) W9, if applicable.*
4) Any potential or future Addenda must be completed/acknowledged.
5) All other Items as requested in the Bid Specifications and/or Scope of Work.
*A current W9 is required for new bidders. If you have previously worked with Weld County, only
provide your W9 if there has been a change.
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 in the space below:
Description
Price
Labor
Materials
Other (Describe) - Equipment, Fees.
$ 195,000.00
$ 100,000.00
$ 55,000.00
Base Bid Based on Addendum #1, Question 4 Total Lump Sum Cost
Add to Tear Roof Completely Off, All New Insulation
Add to Base Bid:
$ 350,000.00
$ 85,000.00
Full Tear Off Base Bid- $ 435,000.00
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 No. #B2400150.
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 of Schedule E — Insurance and Bond
5. Acknowledgment of Schedule F — Weld County Contract
6. 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.
7. 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.
Solicitation # B2400150
Page 9
Attestation
Item
Company Name:
Address:
Phone
Email:
FEIN/Federal Tax ID #:
CONTRACTOR:
ii,g--
By: �S
Name: Charles Trotter
Title: Vice President
Entry
Front Range Roofing Systems. LLC
222 13th Ave, Greeley. CO 80631
(303) 515-0060
cbtrotteri frontrangeroofing.com
84-159-7218
12/18/2024
Date of Signature
Solicitation # B2400150
Page 10
Addendum # 1
Bid Request Number B2400150
North Jail 2 East Roof Replacement
Questions and Answers
1. Question: Will we be able to remove skylights or is skirt flashing required?
Answer: Yes, skylights can be removed and reinstalled. Contractor will need to
coordinate with the Weld County project manager as they can not all be removed
at the same time.
2. Question: Specs call to replace rotten wood pip supports but supports are rubber
already. Can we reuse it?
Answer: Yes
3. Question: Specs call for new drain baskets. Can we just replace as needed?
Answer: All drain baskets are to be replaced.
4. Question: At the roof hatch we measured 3" ISO, no cover board. Is 2.5" ISO or
EPS acceptable with a W primed covered board?
Answer As long as it meets the insulation value of R-30 and all manufacturers
recommendations and requirements for a complete system.
5. Question: Is there a set of as -built architectural drawings that can be forwarded
to the bidders?
Answer: No
6. Question: Are there any accurate test cuts that can be forwarded to the bidders?
Answer: No
7. Question: Please confirm the composition of the roof deck.
Answer: Approximately 3" of ISO and EPDM.
8. Question: Can the bid date be extended?
Answer: No
9. Question: At the walk or do the specifications clarify what the existing system is.
Can you please give us the exact composition of the roof with a picture of the test
cuts? If you do not have this, we are happy to perform a test cut and patch the
roof per industry standards. We need to confirm if this is structurally sloped or
fully tapered. We need this information to provide a proposal for this as the
specifications are calling to match like for like.
Answer: No, this was to be done during the bid walk.
10. Question: Are the skylights to be reused?
Answer: Yes
11. Question: Can you confirm the detail for the tie-in from existing roof to new roof?
See the marked -up image and recommended detail, U -13C from Carlisle.
Answer: Yes, Carlisle U -13C is acceptable as long as it maintains the current and
new warranties.
12. Question: Between the two roofs to be replaced a ladder is currently installed.
Are we to reinstall as it currently is installed on the roof?
Answer: Yes
13. Question: See the attached marked up document, are we allowed to access the
roof in this location?
Answer: Yes, the contractor will be allowed to access on the north or west side of
the roof.
14. Question: Can the roof be accessed via exterior ladder only, eliminating the need
for interior access?
Answer: Yes
15. Question: If exterior access is allowed via ladder, do background checks still
need to be performed?
Answer: Background checks are required.
16. Question: After roof is removed to the deck, code will require that an R30
insulation be installed to meet code requirements. Please confirm that R30 is the
desired R -value so all bids are apples to apples? If R30 is NOT the desired
value, will the county provide a variance for lesser R -value?
Answer: R30 is required.
17. Question: Specifications call for installation of approximately 300 linear feet of
walk pads and currently on the roof sections being reroofed there are
approximately 600 linear foot of walk pads in place. Please confirm the lineal feet
of walk pads to be carried by bidders.
Answer. Please include approximately 600 linear feet of walk pads.
Addendum Acknowledgement
***A signed copy must be submitted with your bid. Thank you!***
Company Name: Front Range Roofing Systems, LLC 12/18/2024
p �, Date of Signature
Signature: �'`
Name: Charles Trotter
Title: Vice President
December 17, 2024
Form
(Rev. October 201 e)
Detwament of the TreasaN
Internal Revenue Service w
W-9
is
e �
Request for Taxpayer
Identification Number and Certification
I. Go to wwwjrs.gov/FormW9 for instructions and the latest information.
1 Name (as shown on your Income tax return). Name Is required on this line; do not leave this line blank.
Front Range Roofing Systems, LLC
2 Business name/disregarded entity name, if different from above
3 Check appropriate box for federal tax classil.tion of the person whose name is entered on line t, Check only one of the
following seven boxes.
❑ Individual/sole proprietor or ❑ C Corporation 0 S Corporation 0 Partnership 0 Trust/estate
single -member LLC
® United oabiety company. Enter the tax classification (C.. corporation. S.S corporation. Pi:Partnership) ► p
Note: Chadt the appropriate box m the line above for lne tax classification of the single -member owner. Do not check
LLC if the LLC is classified as a singlwrnember LLC that Is disregarded from the owner unless the owner of the LLC B
idisregarded from the other LI.C that Is not wner should check t appropriate box Igor the taxtax .3sIfieatIon o► its owner. member LLC that
❑ Other (see.trudiotu) ►
S Address (number. street, and apt. or suite no.) Sea instructions.
222 13th Avenue
e City, abate, and 21P code
Greeley. CO 8(3631
7 Ust account numbered here (optional)
Give Form to the
requester. Do not
send to the IRS.
4 Exemptions (codes apph only to
cenekt entftbs, not Individuals; see
instructions on page 3):
Exempt payee oode (if any)
Exemption from FATCA reporting
code Of wry)
Opp. m WM. m•irosMru warts r. LLsJ
Requester's name and address (optional
Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box. The TIN provided the names �n (ine 1 to avold
However for a
backup withholding. For individuals, this is generally you
resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other
entities, It Is your employer identification number (EIN). If you do not have a number, see How to get a
TIN, later.
Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and
Number To Give the Requester for guideNnes on whose number to enter.
Social security numbs
I I
or
i Employer identiffes000000ber
iii
6
4
5
9
7
2
8
• Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting fora number to be issued to me); and
2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; end
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA codes) entered on this form (1 any) indicating that I am exempt from FATCA reporting is correct. Certification Instructions. You must cross out Hem 2 above d you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all interest and dividends on your tax return. For reel estate transactions, item 2 does not apply. For mortgage Interest paid,
acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments
other than interest and dividends, you are not required to sign the certification, but you must provide your correct 11N. See the instructions for Part II. later.
it:tibanaturo or
Here ,11 person ►
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments. For the latest information about developments
related to Form W-9 and 1s Instructions, such as legislation emoted
after they were published. go to www.irs.gov/FonnW9.
Purpose of Form
An individual or enUly (Form W-9 requester) who is required to file an
information return with the IRS must obtain your correct taxpayer
identification number (TIN) which may be your social security number
ISSN), individual taxpayer identification number IITIM, adoption
taxpayer Identification number (ATIN), or employer identification number
MIN), to report on an information return the amount paid to you. or other
amount reportable on an information return. Examples of information
returns Include, but are not limited to. the following.
• Form 1099-INT (interest earned or paid)
2vL
• Form 1099-DIV (dividends, including those from stocks or MUtual
funds)
• Form 1099-M)SC (various types of income, prizes. awards, or gross
proceeds)
• Form 1099-B (stock or mutual fund sales and certain other
transactions by brokers)
• Form 1099-S (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest), 1098-E (student ban interest),
1098-T (tuition)
• Form 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you area U.S. person (including a resident
alien), to provide your correct TIN.
It you do not return Form W-9 to the requester with a TfN, you might
be subject to backup withholding. See What is backup withholding,
later.
Cat. No. 10231X
Form W9 (Rev. 10.2018)
EXPERIENCE THE CARLISLE DIFFERENCE
Sure -Seal
Kleen Non -Reinforced Membranes
Overview
Carlisle's Sure -Seal Kneen Non -Reinforced roofing membranes are available
in thicknesses of 45 -mil (1.14 mm), 60 -mil (1.52 mm). and 90 -mil (2.29
mm). Ideal for new single -ply roof construction and re -roofing applications,
Sure -Seal EPDM Kneen Non -Reinforced membranes are available in widths
of up to 10' (3 ml and lengths of up to 100' (30 m). These membranes ere
Fire Retardant (FR), which means they are specially formulated to inhibit
the spread of flame and meet or exceed code body testing criteria for fire -
retardant roofing membranes.
Features and Benefits
• Carlisle EPDM has 50 years of proven performance and industry -
leading weathering resistance (41,560 kJ/rna total radiant exposure
without cracking or crazing)
• Factory -Applied Tape"' seam technology and a full line of Pressure -
Sensitive flashing accessories enhance workmanship quality
• Dark -colored EP0M Is the smart choice in colder climates:
- Reduces heating costs, which are generally 3— Slimes greater than
air condiooning costs
• Reduces carbon footprint by lowering heating costs
- Reduces safety hazards caused by snow and ice accumulation
• Reduces hazardous conditions caused by host, dew, and Ice
• Reduces the potential for condensation problems
u Life Cycle Assessment using EPA's TRACI model analyzed EPDM. TP0,
PVC and Modified Bitumen:
- EPDM had the lowest global warming potential
• EPDM had the lowest acid rail impact
EPDM had the lowest contribution to smog
CARLISLE
SYNTEC SYSTEMS'
= Numerous studies and real -world experience confirm that Sure -Seal
EPDM's 465% elongation and weathering resistance result in
superior hail damage resistance (UL 2216 Class 4 rating)
• EPDM is the most dimensionally stable heal resistant membrane
and stays flexible even in extremely cold conditions, down to -40.F
(•40°C): see flexibility/torsion DMA data
• Extruded manufacturing technology results in seamless sheets that
are UL Classified and FM Approved
Industry -leading 15-, 20-, 25-, and 30 -year warranties ere available
Carlisle manufactures all the major components of a typical roofing
system, Including membrane, fleshings, tapes, adhesives, sealants,
insulations, and insulating cover boards
Carlisle's Factory -Applied Tape Seam Technology
The Factory -Applied Tape process results Ina ►eeable seam with greater
peel and shear strengths and no entrapped air bubbles. Consistent
placement of the Factory -Applied Tape maximizes the splice area and
results in a high -quality seam. Factory -Applied Tape has a shell He of
one year.
ProdyctivitY 03099000 Fe rea rlci Alts'
• Pre -leaned EPDM allows primer to be miler applied 59 5( c
♦S
} With Carlisle's Factory -Applied Tape, most of me itr
labor to create seams between membrane panels Is
completed In a dustily -controlled, state -el -the -ail
environment
= Factory -Applied Tape is available on all Sure -Seal
Kleen nrenrbranes up to 10' (3 ml In vdtlfit, provictng the fastest
way to complete a seam in today's roofing market
30 Year Warranty
Carlisle's 30 -year Sure-Seai EPDM roof system features a thicker.
more durable membrane complemented by enhanced details and
accessories. Carlisle's 90 -mil EPDM is used for 30 -year warranty
Installations to provide long-term value and performance. In addition
to 30 years of guaranteed protection, this system is available with
warranties to cover hail, accidental punctures, and wind speeds up
to 120 mph.
9011-479-6832 I P.O. 00 7000 I Carlisle, PA 17013 I Fax: 717.245-7053 r www.carlislesynleo.eom
EXPERIENCE THE CARLISLE DIFFERENCE
Sure -Seat::
!(teen Non -Reinforced Membranes
installation
Sure -Seal Kleen 45 -mil (1.14 mm), 60 -mil (1.52 mm), and 90 -mil (2.29
mm) membranes are utilized primarily in Design A (Fully Adhered rooting
systems).
Design A (Fully Adhered Roofing System): insulation is mechanically
fastened or adhered to the roof deck. The substrate and membrane are
coaled with the appropriate Carlisle banding adhesive. The membrane is
then rolled into place and broomed down. To complete seams between
two adjoining membrane panels, apply primer to the splice area in
conjunction with Carlisle's Faclory-Applied Tape. As an alternative,
Carlisle's hand -applied SecurTAPE'" maybe used.
Follow these steps for splicing In temperatures below 40°F (5°C):
Heat the primed area of the bottom membrane with a hot-air gun as
the top sheet With Factory -Applied Tape is applied and pressed into
place.
2. Prior to rolling the splice area with a 2" -wide steel hand roller, apply
heal to the top side of the membrane with a hot-air gun. The heated
surface should be hot to the touch. Be careful not to bum or blister
the membrane.
Consult Carlisle specifications for complete installation information.
Precautions
• Use proper stacking procedures to ensure sul licienl stability of the
materials.
Exercise caution when walking on wet membrane. Membranes are
slippery when wet.
• Membranes with Factory -Applied Tape should not be exposed to
prolonged jobsite storage temperatures to excess of 90°F (32°C),
otherwise the shelf life of the tape may be affected.
✓ When membranes with Factory -Applied Tape are used in warm, sunny
weather. shade the tape end of the rolls until ready to use.
Factory -Applied Tape has a shelf life of one year.
LEED Information
Pre -consumer Recycled Content 5%
Post consumer Recycled Content 0%
Manufacturing Location Carlisle, PA
Soler Reflectance Index
G4RL ISL E
SYNTEC SYSTEMS
Typical Pro,p7:ties and Characteristics
Physical Properly Test Method (PASS) Typical
Tolerance on Nominal Thleknosc, % AS174 0412 .10
Weight. Ibsnl' (kglalr► 029 (I.A31
as-mn 03911.91)
W mD 059(2.66)
90•mll __
Tensile Stranglh,mhr, psi (Atia) ASTr,1 0412 1305 (01 1600 {t 1.0)
Elongation. Ultimate. mm, % ASTM 0412 300 465
Tear Strength, min.lbUm 0rNim) ASTM 0624 150 (26.31 200135 01
(Ole C)
Factory Seam Strength, min Modipkd Membrane Membrane
Rupture Rupture
ASi1A 0616
Raistanoo u Hem Aging' asnra 0573
Properties alter 26 drays
Ci 240°F (116°C)
Tendte SUerplh, min psi (MPaI I A5TM D412 t205 18,31 1450170 01
E]rhngatral, NUlnate rMn. % ' ASTM 0412 200 250
Tear Strength, min.... 01..1 ' ASTM 0624 125121.91 21513761
LMeat Oboe eoionel tilange. max. x ASTM 01204 .t o -0 5
.10
owns Resistance• ASTLl o11a9
Candltion after exposure to 100 pphm ';
Ozone 1n air for 108 sours .1041
MOT) 5pedmen is at 50% strain t.
T
muteness Temp., mas,'F{`C) ASTIA 0746
Resistance to Water Absorption• ASTM 0471
Altar 7 days Immmilan da 1581
OM) Change h mass, mas, %
Water VaporPenneanee°
Max. perms
FlesibilllylTorslan DMA
Fungi ResLstanse
fro Cracks Ho Cracks
491 451 19(.45)
46.•2 :20
ASTME96 010 003
Mot 8orBW)
ASTM 05279.08 NIA
Asnt G21 NIA
•
Roslslance to Outdoor (Ultraviolet) ' ASTIv 6155
Weathering' Xeulan•Ne, total radiant
exposure at 0 70 Whe irradiance.
80°C black panel temperature
At 035 Wfm' hrodlance. 80.C black
panel !emperal .
'Nota quality control lest due 10 the lime required lap the lest or 111e complexity of
the test. However, all tests are run on a statistical basis to ensure overall long-term
performance of the sheeting.
Typical proper Ow end characteeshcs are based on samples tested and are not guaranteed
for all samples of this product. This data end information is intended as a guide and does
ram reelect the speciricalion range for any panicular properly of this product
Note: Sure•Seal Kleen Non -Reinforced EPOM Membrane meets or exceeds the
minimum requirements set forth by ASTM 04637 for Type t non-reinlarced EPOiA
single -ply roofing membranes.
225 MPa
re •40°F
0
1No Growth)
I:oCrads hoCrack5
No rangg No Garkrg
7,560 L;IaP 41,(60 kitmr
3,000 hra 16,500 his
6.000 his 33,000 ►ns
800•a7y•6832 1 P.O. Box 7000 I Carlisle, PA 770:3 I Fax: 717.245-7053 1 www.carlislesyntec.com
fa a.Nr St:rc•$CdL reLiW'j,t',,r.At�rarn'. in43lYrllNilll aiEr3WI3NealtSte
oL.OZIi .��m; ran:rr lEFp l5adeerrrnM n3C.e'ri rrkrd rhrUS 6:rrne,Rt n7 f,°u,e.l
IEgI147 CdinE 005:2'.•Sutter+l El it4l✓.ts en no) ll•vla:r41'IMIK1 Dal 4 441c.1
EXPERIENCE THE CARLISLE DIFFERENCE
IlnsulBase POLY'S()
Insulation
Overview
InsulBase is a rigid -roof insulation panel composed of a closed -cell
polyisocyanurale foam core bonded on each side to glass -reinforced
felt (GAF).
Features and Benefits
InsulBase polyiso insulation provides the highest 11 -value per Inch of
commercially available insulation products
✓ Environmentally friendly construction will' 0% ozone -depleting
components and CFC tree
▪ Approved for direct application to steel decks
Panel Characteristics
v Available in 4' x 4' (1220 mm x 1220 mm) and 4' 5 8' (1220 minx 2440
mm) panels in thickness of 14" (13 min) to 4.5" (115 mm)
Applications
o Single -Ply Roof Systems (Ballasted. Mechanically Attached.
Fully Adhered)
C,IRL ISL E
s YNTEC
SYSTEAIS
InsulBase Polyiso Thermal Values
flub
Spahebitily
2 %.
21/4"
4
4?i"
4?'e
4 %-
Thickness
(inches)
0.50
1.00
150
2.00
2.50
3.00
3.50
4.00
4.50
Thickness
teal
25
38
51
64
le
89
162
114
i.TTR
0-estue
57
8.6
14.4
17.4
20.5
23.6
26.8
4'b"
4 s"
Installation
Ballasted Single -Ply Systems
Each InsulBase panel is loosely laid on the roof deck. Butt edges and
stagger joints of adjacent panels. Install the root membrane according to
Carlisle's specifications.
Mechanically Attached Single -Ply Systems
InsulBase panels must be secured to the roof deck milli fasteners and
plates (appropriate to the deck type). Butt edges and stagger joints
of adjacent panels. instal the roof membrane according to Carlisle's
specifications.
Fully Adhered Single -Ply Systems
InsulBase panels must be secured to the roof deck with fasteners and
plates (appropriate to deck type). Butt edges and stagger joints of adjacent
panels. Install the root membrane according to Carlisle's specifications.
InsulBase 4' x 8' panels can be secured to the roof deck with Carlisle's
FAST, Adhesive, either full coverage a bead spacing.
InsulBase 4' x 4' panels maybe adhered to prepared concrete deck with e
full mopping of Type III or IV asphalt.
Review Carlisle specifications and details for complete installation
infomridion.
eon -479-6832 I P.O. Box 7000 I Carlisle. PA 17013 1 fax: 717.245.7053 I www.earlisresyn►oe.com
EXPERIENCE THE CARLISLE DIFFERENCE
InsulBase P LY SO
Insulation
Codes and Compliances
• ASTM C1289, Type H. Class 1, Grade 2 (20 psi), Grade 3 (25 psi)
* International Budding Code (IBC) Section 2603
UL Standard 790, 263 and 1256: Component of Class A Roo( Systems
(refer to UL Roof Materials' system directory)
• FM- Standards 4450/4470: Class I approval for steel roof -deck
constructions (refer to FM RootNays")
Catifomia Code of Regulations, Title 24, Insulation Quality Standard
License #01.1418
N Third -party certification with the PIMA Quality Mark for Long -Term
Thermal Resistance (LTTR) values
CAN/ULC 5704, Type 2 & 3, Class 2
» Florida Building Code Approval
Precautions
Insulation must be protected from open Same and kept dry at all times.
Install only as much insulation as can be covered the same day by
completed root -covering material. Protect installed product from excessive
fool traffic. Carlisle will not be responsible for specific building and root
design by others, for deficiencies in construction or workmanship, for
dangerous conditions on the job site or for improper storage and handling.
Technical specilicalions shoes in this literature are intended to be used
as general guidelines only and are subject to change 011110u( notice. Call
Carlisle for more specific details, or refer to PIMA Technical Bulletin No.
109: Storage & Handling Recommendations for Potylso Roof Insulation.
ae4t• ms,. aorbcan: mr
nElal:lCpDE ROa=r1 I.tuI..l�,au1'IalurU:bsN
G4RLISL E
SYNTEC SYSTEMS
Typical Properties and Characteristics
(ASTM C1289)
Phesicat Propatty Test Method Value
Compressive Slrerglh ASTM DI621 20 psi. minimum
1138 kPa, Grade 2)
Dimensional StabiMly ASTM, 02126 0% linear change (7 days)
Moisture Vapor Panama ASTM EYG <I perm
(57.5 neliPals•a ll
WaterAosorpnen Cr763 cl%valaee
tyycal properties and cliaaeeeristzs are based on samples tested and are not gualantood
for all samples of this product Ids data and inrorma rag is intended as a guide and dos not
rddect te° spaas:diea amp les any pare., properly di Ws product
'Afro wadable m 25 psi minimum. Grade 3
0081F,
Foamed pluck as rod deck oe*a iron material sign
7 reds.' to m aoenW Ire es5ccec sly for tee fn
=swarm lops) 520 and 523. See 11 Daeceary of
US Products Cortied for Canada ass Rooting We.
rend Systems DM.. 99.
I
tyMark-
fho cmkod rrnr.�
Ope-479-68:12 I PO. 0.7000 I Carlisle:, PA 17013 I Fax: 717-245.7053 I tvww.carlislosynlec.canr
Contract Form
Entity Information
Entity Name* Entity ID"
FRONT RANGE ROOFING SYSTEMS @00001443
LLC
Contract Name
JAIL 2 EAST ROOF RE[PLACEMENT
Contract Status
CTB REVIEW
Contract Description *
REPLACE THE ROOF ON JAIL 2 -EAST.
Contract Description 2
Contract Type*
CONTRACT
Amount*
$435,000.00
Renewable *
NO
Automatic Renewal
Grant
IGA
Q New Entity?
Contract ID
9024
Contract Lead *
CNAIBAUER
Contract Lead Email
cnaibauer@weld.gov
Parent Contract ID
Requires Board Approval
YES
Department Project #
Department Requested BOCC Agenda Due Date
BUILDINGS AND Date* 01/18/2025
GROUNDS 01/22/2025
Department Email
CM-
BuildingGrounds@weld.go
Does Contract require Purchasing Dept. to be
included?
Department Head Email YES
CM-BuildingGrounds-
DeptHead@weld.gov Bid/RFP #*
B2400150
Will a work session with BOCC be required?*
NO
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
Termination Notice Period
Contact Information
Review Date*
08/01/2025
Committed Delivery Date
Renewal Date
Expiration Date*
08/01/2025
Contact Info
Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2
Purchasing
Purchasing Approver Purchasing Approved Date
TOBY TAYLOR 01/15/2025
Approval Process
Department Head Finance Approver Legal Counsel
PATRICK O'NEILL CHERYL PATTELLI BYRON HOWELL
DH Approved Date Finance Approved Date Legal Counsel Approved Date
01/14/2025 01/15/2025 01/15/2025
Final Approval
BOCC Approved Tyler Ref #
AG 012225
BOCC Signed Date Originator
CNAIBAUER
BOCC Agenda Date
01/22/2025
December 30, 2024
FACILITIES DEPARTMENT
PHONE: (970) 400-2020
FAX: (970) 304-6532
WEBSITE: www.co.weld.co.us
1105 H STREET
P.O. BOX 758
GREELEY, COLORADO 80632
To: Board of County Commissioners
From: Patrick O'Neill
Subject: Weld County North Jail 2 East Roof Replacement — B2400150
As advertised this bid is for the removal and replacement of the roofing systems at the Weld County
North Jail 2 East facility. The low bid is from Front Range Roofing Systems, LLC and meets specifications.
Therefore, the Facilities Department is recommending the award to Front Range Roofing Systems, LLC in
the amount of $435,000.00.
If you have any questions, please contact me at extension 2023.
Sincerely,
Patrick O'Neill
Facilities Director
t /D
Zo24-33W
BC -ION (v
WELD COUNTY PURCHASING
1301 N. 17th Avenue, Greeley, CO 80631
reverett(a,weld.gov
cgeisert(S weld.gov
ttavlor anweld.gov
Phone: 970-400-4222, 4223 or 4454
DATE OF BID: DECEMBER 18, 2024
REQUEST FOR: WELD COUNTY NORTH JAIL 2 EAST ROOF REPLACEMENT
DEPARTMENT: FACILITIES
BID NO: B2400150
PRESENT DATE: DECEMBER 23, 2024
APPROVAL DATE: JANUARY 6, 2025
VENDOR TOTAL
Front Range Roofing Systems, LLC
222 13th Avenue
Greeley, CO 80631
Douglas Colony Group
110 le Avenue
Greeley, CO 80631
Roofsimple Commercial LLC
4941 Allison Street, Unit 13
Arvada, CO 80002
Supreme Roofing Done Right, LLC
10775 E. 51ST Avenue
Denver, CO 80239
Colorado Moisture Control, Inc.
3801 E. 50th Avenue
Denver, CO 80216
L. E. Roofing, LLC
2110 e. 4th Street
Pueblo, CO 81001
THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS.
$435,000.00
$525,900.00
$574,320.00
$603,597.00
$620,000.00
$655,934.00
2024-3360
ziz 3 BC 00Z(o
Hello