Loading...
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