Loading...
HomeMy WebLinkAbout20230469.tiffOnkvck.c 93t71 April 3, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2023 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: Toby Taylor Subject: Weld County Health Building Second Floor Painting -Change Order #1 (B2300059) The 2nd floor painting project in the Health Building was awarded to Painting NoCo LLC. They are currently on -site completing this project. The Health Department requested painting the 15' floor clinic hallway in their 2023 budget request. Painting NoCo provided a quote in the amount of $12,507.00 to perform this additional work. The Facilities Department is recommending a Change Order to this contract in the amount of $12,507.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ComonA-ngoncio, NA 6/13 ae-,P ) O, -//0/Q2-3 oon 7613 -611-L99 CHANGE ORDER # 1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND PAINTING NOCO, LLC HEALTH BUILDING 2". FLOOR PAINT PROJECT Date: April 3, 2023 Original Agreement: Weld County document no. 2023-0469 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: $ 49,560.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 12,507.00 Current Change Order Amount $ 62,067.00 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: NO 6O Name: -, C0v— Title: Ov. vver ATTEST: W.,,,,etkA) .a Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair APR 1 0 2023 Page 1 of 1 ora3-- O4/(0 li) Painting `� V NoCo FROM James Cox Painting NoCo LLC 1470 Pennsylvania St. Loveland, CO 80538 paintingnoco@gmail.com paintUngnoco.com PHONE (97C) 682-4036 �r ACCREDITED GU%INESS Exhibit A -Change Order # 1 P0R QUOTE NUMBER Weld County Facilities Department 307 TO Sterling Geesaman EMAIL sgeesaman@weld.gov ADDRESS 1105 H Street Greeley CO 80631 PHONE (970) 400-2029 DATE March 30, 2023 VALID UNTIL April 29, 2023 at 8:00 AM Download PDF First Floor Hallways, Nurses Station, and Second Floor Lobby above Reception PROJECT SCOPE: The scope of this project is to repaint all walls, and door frames that face out into the hallway. Walls will be repainted in the existing color Cotton White and door frames will be repainted in the existing color Useful Gray. The existing flooring and rubber base that is currently in the building will remain and need to be protected. There are some permanently mounted fixtures that will remain and must be painted around and protected. Areas that will not have posters or other wall hangings replaced, will be reset, spackled, and sealed before painting. The areas highlighted in red are within the scope of work. Door frames relative to and facing out into these hallway areas will be part of the scope of work. The nurse's station is also part of the scope of work as well as the second -floor lobby area shown below in photos. 1st Floor Heath building marked up PROJECT SPECIFIC TERMS AND CONDITIONS: 1. Painting NoCo will provide all labor, materials, and equipment necessary to complete all painting, paint prep, and cleanup associated with this project. 2. Paint for walls and ceilings shall be Sherwin Williams ProMar 200 eggshell sheen or equal. Paint for door frames and metals shall be DTM. Colors to be determined. 3. Prep and prime all areas as needed. This includes removing any loose paint or foreign materials prior to painting. 4. Painting NoCo shall remove all cover plates, switch plates and any other wall -mounted devices or covers as necessary and paint behind them. Replace at removed plates and devices when the painting is complete. 5. All minor wall patching and caulking shall be included In this price. 6. Painting NoCo will be responsible for all protection of surfaces not to be painted and all deanup after project is complete. 7. Painting NoCo will include in this price all wall cleaning that is necessary prior to applying paint to any surface. 8. All work on this project will be completed during non -business hours. Business hours in this building are generally 7:00 AM to 5:00 PM. 9. The goal will be to complete this work over a weekend or two to minimize day-to-day interruptions. PROJECT CLOSE OUT: 1. Contractor will complete a punch list generated by the Weld County project manager assigned to this project. 2. Contractor will provide a written one-year warranty for all labor and materials at the completion of the project. Total $12,507.00 1 Year Workmanship Warranty Painting NoCo is aware that all work performed is subject to a one-year warranty period during which Painting NoCo shall correct any failures or deficiencies caused by our workmanship or performance. Painting NoCo warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patentor latent. Painting NoCo shall warrant title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One -Year Period: Painting NoCo shall bear all costs for mileage, travel time, and service trucks used in the servicing (induding repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as is necessary for the first one (1) year period after said goods are first supplied to Weld County. Process Hello Sterling, I have the capacity in the next 3-5 weeks to knock these sections out and may also be able to overlap them with Phase B of the upstairs area since we'll already be in the building at least 1 or 2 weekends. Please let me know if you have any questions or need any areas clarified. I appreciate the opportunity, James Cox Ask a Question Reviews See all reviews ***** The highest quality. I will have them back to paint the rest of the house. Great customer service. ***** ***** I am very happy with the interior and James plans the job in an excellent exterior paint job that James and Mark manner, covering points I wouldn't have completed for me. The entire process from considered. He knows his business well, color suggestions to prep and paint was and explains hls methods so we t V 1 r k. DI • • • • t I' • • 4 h It ..• • rs a • r r' r: t.i i WELD COUNTY PUBLIC HEALTH wil r' � '- ..a� S &AR u *p.m immure n tw tic-Xt. al sou. a41%?lly am 11C/ :URI' tat/ !;: estj a.tl, t=;t,r•xa ttc;i 3'o.3so ceSI ru +> ru- .”..2-8/C1 _«inn 1I1 "` — ~• >t CM Imo a againocwsoo ere I��a I FLOOR PLAN ft ` ` ; sr pat - is.nii saws ./ � _J ContraContrat 74Drin Ne 'o Entity lame* PAINTING NOCO LLC '00046740 Contract Name HEALTH BUILDING 2ND FLOOR PAINT PROJECT Contract Status CTt REVIEW Contract ID 6809 Contract Lead SGEESAMAN ❑ New Entity? Parent Contract ID Requires Board Approval YES Contract .__ ailDe sgeesamanlOco.weld.co.us;I redfervl weldgov.com Contract Description ADDITIONAL PAINTING OF THE CLINIC HALLWAYS ON THE 1ST FLOOR OF THE HEALTH BUILDING Contract Description 2 Contract Type CHANGE ORDER Amount $12,507.00 Rene :..ri=le NO atic Renewal Grant IGA Zl this is a renewal enter lfthis is ofa M.e3 nt BUILDINGS AND GROUNDS CM- BuildivgGrounds+/Rweldgov.c NO one Email CM- BuildingGrounds- DepEHeadeweldgov.com County ey GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATrORNEY O'.COM A E D Does Con YES Bid /REF IT 82300059 Requested RDCC Agenda Date 04/1212023 Due Date 04/08/2023 Will a work session with t'CCC be required?. Purchasing Dept. to be includ 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. 07,10!2023 Renewal Date Termination Notice Period Contact Information Contact Info Contact Name Contact Type Purchasing Purchasing Approver CHERYL PATTELLI Approval Process Department Head TOBY TAYLOR DH Approved Date Committed Delivery Date Contact Email Finance Approver CHERYL PATTELLI Expiration Date. 07,1012023 Contact Phone I Purchasing Approved Date 04;04;2023 Finance Approved Date 04'33/2023 04/03/2023 Final Approval BOCC Approved BOCC Signed Date 11QCC Agenda Date 04/10/'2023 Originator SGEESAMAN Tyler Ref # AG 041023 Legal Counsel BRUCE BARKER Contact Phone 2 Legal Counsel Approved Date 04/04/2023 Confrac-I- I D 13Z AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & PAINTING NOCO LLC HEALTH BUILDING 2" FLOOR PAINTING PROJECT THIS AGREEMENT is made and entered into this 3 day of 11,(e(tiA, , 2023, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and Painting NoCo LLC, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; 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: I. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the 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. B2300059. Exhibit B consists of Contractor's Response to County's Request for Bid. 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 faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. 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. Conwnt e5enoQok 0/zo/23 202,-c: oc Bel 0025' 3. Tern. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. 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. In its sole discretion, the County, by the Director of the Facilities Department or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. 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 al drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and suck compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination 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 Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. in the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. �1G Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $49,560.00, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees 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 this 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. JC 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity withoit seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing wa_-ranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies mused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to Coady originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed so 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 shall exist 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, previsions 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. JG 13. 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. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all 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; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: 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. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed Mininmm Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the 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. d. 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 Contmetor 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. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. 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 wailful 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. 15. 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. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. 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. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. 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 by the sending party; or .1c Either patty may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: James Cox Positioa: Owner Address: 1470 Pennsylvania Street Address: Loveland, CO 80537 E-mail: paintingnoco@gmail.com Phone: 970-682-4036 County: Name: Toby Taylor Position: Facilities Director Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylorfweldgov.com Phone: 970-400-2021 19. 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. 20. 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. 21. 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. 22. 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. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. 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) shall survive any such expiration or termination. Je 25. 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. 26. 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, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-1 0-101 et seq., as applicable now or hereafter amended. 27. 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. 28. 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. 29. 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. 30. Public Contracts for Services C.R.S. §8-17.5-101. 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 of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). 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, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, 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 the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, 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 individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of this project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if die Work is funded wholly or in part with federal funds.] 32. 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. 33. 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 A and B, 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: Painting NoCo LLC By: Name: / -eu,t5 COX Title: C ‘.. ) Ae / IN(ov�o \3 vitemAiber WELD COUNTY: ATTEST: W.dziGA) .:ok 3l3Iac.23 Date of Signature BOARD OF COUNTY COMMISSIONERS Weld Clerk to the B and WELD COUNTY, COLORADO BY: Deputy Clerk -IYVAtr, Mike Freeman, Chair MAR 2 0 2323 ,zoa3_o469 JG REQUEST FOR BID Exhibit A WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JANUARY 19, 2023 BID NUMBER: B2300059 DESCRIPTION: HEALTH BUILDING SECOND FLOOR PAINTING DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: JANUARY 30, 2023 BID OPENING DATE: FEBRUARY 13, 2023 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: HEALTH BUILDING SECOND FLOOR PAINTING A mandatory pre -bid conference will be held on January 30, 2023 at 10:00 AM at the Weld County Health Building located at 1555 N. 17th Avenue, 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: February 13, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on February 13, 2023 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 Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 554 633 311# PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. 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. Did Delivery to Weld County: 1. Emailed bids are required. Email bids to bids a@weldgov.com; however, 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. 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. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller. 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. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller 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 Controller; 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. 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 G.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. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request 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. 4. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID REQUEST #62300059 Page 2 B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful BID REQUEST #B2 300059 Page 3 bidder, concerninc the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurem ant and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely comnoietion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bic within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both pales. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched t y any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of an -I increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to apprcve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, aid to assume toward the successful bidder all the obligations and responsibilities which the successful bid der, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enfcrce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. 0. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will ccnform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all wore performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrarts that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the BID REQUEST #B2300059 Page 4 minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1 Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall; at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C,R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee o r hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid u ntil it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the BID REQUEST #B2300059 Page 5 accepted bid. he successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order' authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to paymen:s made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or couble time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirenents: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Com ca iy as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, ret am receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any pol icy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease c r limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance pf the work under this Contract by the Successful bidder, its agents, representatives, employees, or sut contractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts; duration, or types. The successful bidder shall maintain, at its own expense, any aid tional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful Dicder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided. the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions. or other deficiencies. INDEMNITY: The successful bidder shall defend. indemnify and hold harmless County, its officers, agents, and employees, tom and against injury. loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount Erising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be ful y responsible and liable for any and all injuries or damage received or sustained by any person, persons, cr property on account of its performance under this Agreement or its failure to comply with the provisions of tie Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This BID REQUEST #32 300059 Page 6 paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder 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. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2300059 Page 7 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Health Building Second Floor Painting PROJECT OVERVIEW: Weld County is seeking a lump sum bid to paint a portion of the second floor of the Weld County Health Building located a. 1555 N. 17TH Avenue, Greeley, CO 80631. METIIOD OF PROCUREMENT: Request for Bid (b'FB): 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 conditic ns are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. PROJECT SCOFE: The scope of this project is to repaint all walls, door frames and hard ceilings. Walls will be painted one color and door frames will be painted another color. Existing flooring and rubber base that is currently in the building will remain and need to De protected. There is some permanently mounted furniture that will remain and must be painted around and Drotected. PROJECT SPECIFIC TERMS AND CONDITIONS: 1. Contractor to provide all labor, materials and equipment necessary to complete all painting, paint prep and cleanup as ;ociated with this project. 2. Paint for walls and ceilings shall be Sherwin Williams ProMar 200 eggshell sheen or equal. Paint for door frames and metals shall be DTM. Colors to be determined. 3. Prep and prime all areas as needed. This includes removing any loose paint or foreign materials prior to painting. 4. Contractor sha_ I remove all cover plates, switch plates and any other wall mounted devices or covers as necessary and paint behind them. Replace all removed plates and devices when painting is complete. 5. All minor wall patching and caulking shall be included in this price. 6. Contractor will be responsible for all protection of surfaces not to be painted and all cleanup after project is complete. 7. Contractor will include in his price all wall cleaning that is necessary prior to applying paint to any surface. 8. All work on this project will be completed during non -business hours. Business hours in this building are generally 7 00 AM to 5:00 PM. Phasing: 1. Project will be phased in two separate phases with part of the building being painted so that we can move personnel in. Once they are moved into these spaces, the spaces that they have moved out of can be painted. 2. See phasing plan shown on Attachment A. BID REQUEST #B2300059 Page 8 PROJECT CLOSE OUT: 1. Contractor will complete a punch list generated by the Weld County project manager assigned to this project. 2. Contractor will provide a written one-year warranty for all labor and materials at the completion of the project. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 2. 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. 3. All lifting and hoisting equipment shall be provided by the contractor as necessary. 4. The projected contract date is expected to be March 10, 2023. Based on this date, provide expected start and finish dates for each phase of this project. 5. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 6. No bid bond is required for this project. 7. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 8. All trash and debris to be properly disposed of offsite. At no time will debris be allowed to accumulate. 9. Weld County is a tax-exempt entity. 10. Davis -Bacon and Buy American requirements are NOT required. 11. Contractor will be required to enter into a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing Department and is available for viewing upon request. SCHEDULE: Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Start Phase 1 painting Start Phase 2 painting Construction Finish January 19, 2023 January 19, 2023 January 30, 2023 February 6, 2023 February 13, 2023 March 1, 2023 March 10, 2023 March 15, 2023 April 3, 2023 April 10, 2023 BID REQUEST #B2300059 Page 9 PROPOSED DATES: Provide proposed ;onstruction start and finish dates. Construction Start Construction Finish TOTAL LUMP SUM COST: TOTAL PRICE: BID REQUEST #B2300059 Page 10 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 February 13, 2023: 1) Pages 8 thru 12 of the Bid Specifications. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) 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 and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #62300050 Page 11 The undersignec, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2300059. 2. The qtotations 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. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Neld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Wel i County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE E-MAIL FAX TAX ID # DATE **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY S EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-33551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 7. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Cler< to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller BID REQUEST 4B2300059 Page 12 1 7• r z=jai •r • C. I. J I ict..,...... s.v)iligetiiii tat M 4 gi s;; it � � II�tIIi ,so i r • - aft i '41 aft 3;4 id it ° i l 01 C rE S T I 111111 1� • 1 ., /4/14fi -44 • r 'tst • \1 49! '` ` -\ •• 1• �.. 1Il .1 r' 0 ` II • �l l! ,S4,14. / / , • r - aaalga 't K are. 71, 1 I 1 • r • • i • 4 r4 • • • 4 4. 74 4,0 I S • .N I It k 4 i 1 Qa (10 HELD COUNTY FUEL :C f---ILAL_ i H E3U!L_PIN GRE L_ EY, COLORADO (37 Health Building Second Floor Painting B2300059 - QUESTIONS & ANSWERS I. Question: Are the windowsills part of the scope of work? Answer: The windowsills will not need to be painted. Caulk around them as necessary. 2. Question: Are the metal window trim / frame part of the scope of work? Answer: The prefinished aluminum frames will not need to be painted. All hollow metal frames will -teed to be repainted. Caulk around all frames as necessary. 3. Question: Can the offices be painted during business hours if the doors are closed to prevent paint fumes, whale the open areas are painted at night. Answer: The offices are still open to the plenum so the paint fumes will travel into the HVAC systems even with the doors closed. All painting shall be bid as aflerhours work. Health Building Second Floor Painting - 2 B2300059 - QUESTIONS & ANSWERS 1. Question: With regards to the door frames, there were around 35 painted hollow metal frames in a couple of different sizes on the project and about 15 prefinished aluminum frames as well. Both the hollow metal door frames and the prefinished frames are now the same color. With the frame color of the new project most likely being "racoon", what is the plan for the prefinished frames? Would they stay the same color and not be part of the project or is the expectation there that some sort of finish be put on the prefinished frames to match the painted hollow metal door frames? Answer: The prefinished aluminum frames will not need to be painted. All hollow metal frames will need to be repainted. Caulk around all frames as necessary. 2. Question: Also, it is my understanding that we should bid the job to work after hours (paintwork only) and taping and prep can be completed earlier in the day prior to the office staff leaving for the day. Is it still on the table that we can try to work normal hours but if the there are complaints about odor, we would need to do the paintwork after staff has left.? Answer: All taping and prep can be done during normal working hours. Bid the project to be painted after hours. Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Health Building Second Floor Painting PROJECT OVERVIEW: Weld County is seeking a lump sum bid to paint a portion of the second floor of the Weld County Health Building located at 1555 N. 17T" Avenue, Greeley, CO 80631. METHOD OF PROCUREMENT: Request for Hid (RFB): 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 RFB the contract. PROJECT SCOPE: The scope of this project is to repaint all walls, door frames and hard ceilings. Walls will be painted one color and door frames will be painted another color. Existing flooring and rubber base that is currently in the building will remain and need to be protected. There is some permanently mounted furniture that will remain and must be painted around and protected. PROJECT SPECIFIC TERMS AND CONDITIONS: 1. Contractor to provide all labor, materials and equipment necessary to complete all painting, paint prep and cleanup associated with this project. 2. Paint for walls and ceilings shall be Sherwin Williams ProMar 200 eggshell sheen or equal. Paint for door frames and metals shall be DTM. Colors to be determined. 3. Prep and prime all areas as needed. This includes removing any loose paint or foreign materials prior to painting. 4. Contractor shall remove all cover plates, switch plates and any other wall mounted devices or covers as necessary and paint behind them. Replace all removed plates and devices when painting is complete. 5. All minor wall patching and caulking shall be included in this price. 6. Contractor will be responsible for all protection of surfaces not to be painted and all cleanup after project is complete. 7. Contractor will include in his price all wall cleaning that is necessary prior to 8pplting paint to any surface. 8. All work on this project will be completed during non -business hours. Business hours in this building are generally 7:00 AM to 5:00 PM. Phasing: 1. Project will be phased in two separate phases with part of the building being painted so that we can move personnel in. Once they are moved into these spaces, the spaces that they have moved out of can be painted. 2. See phasing plan shown on Attachment A. BID REQUEST #B2300059 Page 8 PROJECT CLOSE OUT: 1. Contractor will complete a punch list generated by the Weld County project manager assigned to this project. 2. Contractor will provide a written one-year warranty for all labor and materials at the completion of the project. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 2. 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. 3. All lifting and hoisting equipment shall be provided by the contractor as necessary. 4. The projected contract date is expected to be March 10, 2023. Based on this date, provide expected start and finish dates for each phase of this project. 5, Work will oonaply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 6. No bid bond is required for this project. 7. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 8. All trash and debris to be properly disposed of offsite. At no time will debris be allowed to accumulate. 9. Weld County is a tax-exempt entity. 10. Davis -Bacon and Buy American requirements are NOT required. 11. Contractor wil be required to enter into a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing Department and is available for viewing upon request. SCHEDULE: Below is the anticipated schedule for this project: Date Of This Bid January 19, 2023 Advertisement Date January 19, 2023 Pre -Bid Conference January 30, 2023 Bid Questions are Due February 6, 2023 Bids Are Due February 13, 2023 Bid Award Notice March 1, 2023 Contract Execution March 10, 2023 Start Phase I painting March 15, 2023 Start Phase 2 painting April 3, 2023 Construction Finish April 10, 2023 BID REQUEST #B2300059 Page 9 PROPOSED DATES: Provide proposed construction start and finish dates. Construction Start 3/I 5 /,90'Z3 Construction Finish 41 101 .oa3 TOTAL LUMP SUM COST: TOTAL PRICE: It 44, 5 (co . oo BID REQUEST #82300059 Page 10 JG BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 1Q:1*1 AA on February 13.2023: 1) Pages 8 thru 12 of the Bid Specifications. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other hems 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 and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #82300059 ' Page 11 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2300059. 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. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM VeriA-iA3 LAC BUSINESS ADDRESS {4 RAI/1'51 [ Ara -, CITY, STATE, ZIP CODE Lout[ (.O ` 0537i TELEPHONE NO 9W)-(ot2-4O3&, FAX TAX ID # 114 -11.9.51 31 PRINTED NAME AND TITLE -Xqbvte5 (0,x 1 W vim( -- SIGNATURE E-MAIL DATE P.tg /.2Og3 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98.03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1- ATTEST: Weld County Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller BID REQUEST #B2300059 Page 12 Farm W-9 (Rev. October 2018) Overheard ofdreTreerury Interned Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.irregov/FeesW9 for instructions and the latest infonnatOn. Give Form to the requester. Do not send to the IRS. a a Print or type. See Specific Instructions on page 3. t Name lets shown onyour interns tax retnanl. Name is rkquirad on this fine, do not leave this tr e' blank. James Cox 2 nt ektess nrertte Rfist+rgarded entity name, a drflerent front above Painting NoCa LLC 3 Check appropriate box for federal tax classification of the person whose name is entered on the 1. Check following seven boys. El IndividuaVsoa proprietor or ❑ C Corporation 0 S Corporation ❑ Partnership single -member LLD 0 IJmited liability company. Ester the tax classification (C=C corporation. S=S corporation, PsPartnership) Note: Check theatppropriate box in the line above for the tax classification of the single -member owner. LLC ii the LLC isxlassified as a single -member" that is disregarded from the owner unless the ovmer another LLC theta not disregarded from ttre owner for U.S, federal tax purpoes. Otherwise, asingle-member is disregarded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other (see only one of the 0 Teat/estate ► 4 Exemptions certain entities, instructions Exempt payee Exempla code (if any) OPP. IO a xounra (codes apply only to not individuals; see on page 3): code (if any) prom FATCA reporting Do not check of the iLC is LLC that ...nod outs. NIB...I 5 Address (number, street, and apt. or suite no. See instructions. 1470 Pennsylvania St. Requester's name and adaose{optional) 0 City, state, and ZIP code Loveland, CO 80038 7 List account nurnba4s) here (optional) Taxpayer Identification Number ((TiN} vain, TIN in the amrrsriate has The TIN nmvided must match the name aiven on line 1 to avoid i 800tait security number ' backup withholding. Fvar (iai(vidual., this is generally your social security number (SON). However, for a resident Welt, sole profrletDf, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employeridentification number (E1N). If you do not have a number, see How to get a 71N, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Emeloyerldentlieetten number Number To Give the Aequmter for guidelines on whose number to enter. 1 I or 4 7 2 5 I 1 3 cetlictltion Under penalties of perjury, I certify that: 1. The number shown on tills fort is my correct taxpayer identification number (or I am waiting for a number to be issued to me): and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service ORS) that I am subject to backup withholding as a result of a falklna to report ail interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3.1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA codes) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above If you have been notified bythe IRS that you are Currently subject to backup withholding because you have failed to repartall htterest and tdvtdends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest perkl, acquisition or abandonmenttof secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign I blge sea of Here U.S, persoo ► General instructions Section references are to the Internal Revenue Code unless otherwise noted. Future dnvetopmeeto. For the latest Information abbut developments related to Fonn W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with t}telRS must obtain your correct taxpayer identification number (FIN)Aohich may be your social security number (SON), individual taxpayer identification number (ITIN), adoption taxpayer identification wrdner (MIN), or employer identification number (EIN), to report on an iniortnation 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) Dace► 'rJ 10va� • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Face 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Fenn 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. If you der not return Form W-9 to the fequester with a 1iIIt you alight be subject to backup withttotding. See What Is backup withhdang, later. Cat No. 1023. Form W-9 (Rev.10-201x) Painting VNo$o FROM .lames Cox Painting NoCo LLC 1470 Pennsylvania St. Loveland, CO 80538 paintingnoco@gmaiLcom paintingnoco.com PHONE (970) 682-4036 FOR Weld County Weld County bids@weldgov.com ADDRESS 1150 O Street Greeley CO 80631 wriTE F tJ hti3Et? 297 DATE February 9, 2023 April 10, 2023 at 4:00 PM Bid Number: B2300059 Health Building Second Floor Painting PROJECT SCOPE: The scope of this project is to repaint all walls, doorframes and hard ceilings. Walls will be painted one color and door frames will be painted another color. Existing flooring and rubber base that is currently in the building will remain and need to be protected. There is some permanently mounted furniture that will remain and must be painted around and protected. PROJECT SPECIFIC TERMS AND CONDITIONS: 1. Painting NoCo will provide all labor, materials, and equipment necessary to complete all painting, paint prep, and cleanup associated with this project. 2. Paint for walls and ceilings shall be Sherwin Williams ProMar 200 eggshell sheen or equal. Paint for door frames and metals shall be DTM. Colors to be determined. 3. Prep and prime all areas as needed. This includes removing any loose paint or foreign materials prior to painting. 4. Painting NoCo shall remove all cover plates, switch plates and any other wall -mounted devices or covers as necessary and paint behind them. Replace all removed plates and devices when the painting is complete. 5. All minor wall patching and caulking shall be Included in this price. 6. Painting NoCo will be responsible for all protection of surfaces not to be painted and all cleanup after project is complete. 7. ContractoPainting NoCo will include in his price all wall cleaning that is necessary prior to applying paint to any surface. 8. All work on this project will be completed during non -business hours. Business hours in this building are generally 7:00 AM to 5:00 PM. Phasing: 1. Project will be phased in two separate phases with part of the building being painted so that we can move personnel in. Once they are moved into these spaces, the spaces that they have moved out of can be painted 2. See phasing plan shown on Attachment A PROJECT CLOSE OUT: 1. Contractor will complete a punch list generated by the Weld County protect manager assigned to this project. 2. Contractor will prorde a written one-year warranty for all labor and materials at the completion of the project. SCHEDULE: Below is the anticQathd schedule for this project: Date Of This Bid January 19, 2023 Advertisement Date January 19, 2023 Pre -Bid Conference January 30, 2023 Bid Questions are Due February 6, 202,3 Bids Are Due February 13, 2023 Bid Award Notice Mach 1, 2023 Contract Execution March 10, 2023 Start Phase 1 painting March 15, 2023 Start Phase 2 paintingApril 3, 2023 Construction Finish April 10, 2023 Total $49,560.00 1 Year Workmanship Warranty Painting NoCo is aware that all work performed is subject to a one-year warranty period during which Painting NoCo shall correct any failures or deficiencies caused by our workmanship or performance. Painting NoCo warrants that the goods to be supplied shall be merchantable, of good quality, and frets frorh defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the BID REQUEST #02300059 Page 5 mrrimum specifications herein. Painting NoCo shag warrant title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the Fist One -Year Period: Painting NoCo shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. ACC:NW CERTIFICATE OF LIABILITY INSURANCE 02102/2023 DATE ALIA/00/YYYY7 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPONTHE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOTAFFIRMATIVELY OR NEGATIVELY F AMEND, EXTEND OR ALTER THECOVERAGE AFFORDED BYTHE ROLM.BELOW. THIS CERTIFiCATEOF INSURANCE DOES NOTCONSTFTWE ACONTRACC BETWEEN THE ISSUINGINSURER(S). AUTHORIZED REPRESENTATIVE 0R PRODUCER.ANDTHE CERTIFICATE HOLDER. IMPORTANT: If the certificate horderisan ADDITIONAL INSURED. thepolicy(ies) must have ADDmONALINSURED provisions or be endorsed. If SUBROGATION IS WANED, mi lectto meterms and romtkinesart. polkas out. nott esanymurkyaeendersemare.Astatenenten#iMIMMIXIMA does notaanforriglasto.cartificatahohlerIn Rasta socaendorsement, . PRODUCER CONTACT NAME: Kristin Kristin Riley Farmers Insurance Agent PHONE 1528 N Lincoln Ave /Ki (Atc HD F_XT): 970-617-2817 EMAIL ADDRESS: Kristin Loveland co 83538 INSURED James Cox dba Painting NOCO LLC 1964 Dove Creek Cir Loveland CO 80538 COVERAGES CERTIFICATE NUMBER: FAX (A/C, NO, 970-413-6979 INSURERS) AFFORDING COVERAGE INSURER A: Accredited .Surety J. Casualty Company INC. INSURER B: RER D: INSURER E: INSORERF ISION NUMMI, NAIL THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELowHAvE. BEEN ISSUED TO THE INSURED NAME ABOVE TOR THE POLICY PERSOD INDICATED. WIWIHST.W NNG ANY REQUIREMENT TERM OR CONDITION OFANY CONTRACT OP.OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DEsem BEO HEREIN IS SUBJECT TO ALL THE'. =RMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. Mrs SHOWN MAY HAYS BEEN REDUCED BY PAID C,IMS. INSR TYPE OF INSURANCE ADDTL SUER POLICY NUMBER MN= P(HICY EXP LIMITS LTR INSD WVD (M#1/tN!/YYYY). " (MM/DO/YYYY) VFMERCIAL GENERAL LIABI UTY CtAIR95 mADE X : ocCUR GEM_ AGGREGATE LIMIT APPLIES PER: XPOLICY PROJECT tOC I OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNEDAUTOS ONLY . HIRED AUTOS ONLY UMBRELLA LIAR : OCCU EXCESSUAB CLAims-MADE DEO J WORKERS COMPENSATION AND PLOVERS• UABItRY AN`l PROPRIETOR/PARTNER,' EXECUTIVE OFFICER/ MEMBER EXCLUDED? (Mandatory inNH) If yes, describe under DESCRIPTION OF OPERATIONS heirur. CERTIFICATE HOLDER Y/N Weld County Government 1150 D St Greeley_ ACORD 25 (2016/03) 31-1769 11-15 1AVPCO05132241000 07/19/2022 CANCELLATION EACH OCCURRENCE 1,000,000 DAMAGE TO RENTED PREttSEs(EaOccur:ebbe) 100,000 :EDEXP(Any one person ) 5 5,000 pm 9,2.3 PERSON. &ADVINj1RY 1,000,000 GENERAL AGGREGATE S 2,000,000 PRODUCTS • COMP/OP AGG 5 2,000,000 CONIBINEO SINGLE LIMIT iEa a[[Kient) BODILY INJURY (Per Person) ,$ SOD. INLURY(Per accident) ,$ PROPERTY DAMAGE. ,Per xciden:) EACH OCCURRENCE AGGREGATE PER 01 HER -s EL D}SE451:" PGI1CY umtr �$ SHOULD ANY OFTHE ABOV E DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUlliORIZED REPRESENTATIVE f/ ©1988-2015 ACORD CORPORATION_ All Rights Reserved The ACORD name and logo are registered marks ofACORD AC©R©® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 03/08/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BYTHE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER KRISTIN RILEY FARMERS AGENT 1528 N LINCOLN AVE #3 LOVELAND CO 80538 CONTACT NAME: KRISTIN PHONE FAx (A/C, No, EXT): 970-617-2817 (A/c, NO): 970-413-6979 EMAIL ADOREss: KRILEY@FARMERSAGENT.COM INSURERS) AFFORDING COVERAGE NAIL INSURED JAMES COX dba PAINTING NOCO LLC 1470 Pennsylvania St LOVELAND CO 80538 INSURER, ACCREDITED SURETY & CASUALTY CO INC INSURER B: INSURER C: INSURER D: INSURER E. INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS IOCFR;IFY T!-IAI TH, POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAME ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTI- ER DOCUMENT WITHH RESPECT TO WHICH THIS CER TIFICATt MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN iS SUB ECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OFS ICH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS IL RR TYPE OF INSURANCE ANSDL UB POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS R rTrTII DAMAGE TO RENTED PREMISES (Ea Occurrence) 100,00!' , IIII 0f!! ■ 1AVPCO05132241000 07/19/2022 07/19/2023 •' I $ 2,000,00!' GEN'L AGGREGATE LIMIT APPLIES PER: POLICY I I PROJECT LCC PRODUCTS COMP/OP AGIGG 5 4,000,001', 4 000,00L OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY (Per person) OWNED AUTOS ONLY HIRED AUTOS ON, SCHEDULED AUTOS AUTOSONEU AUTOS ONLY BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) '• UMBRELLALIAB OCCUR EXCESS LIAR CLAIMS -MADE. DED RETENTIONS ®� WORKERS COMPENSATION AND EMPLOYERS' LIABILITY PER 01 HER S I.AI U'. t. ANY PROPRIETOR/ PARTNER/ Y/N EXECUTIVE OFFICER!MEMRER EXCLUDED? (Mandatory 3n NH) I(yes, describe under DESCRIPTION OF OPERATIONS below FL., DISEASE - POLICY LIMIT DESCRIPTION This policy CERTIFICATE OF OPERATIONS/LOCATIONS/VEHICLES will provide coverage to 1099 field HOLDER (ACORD employees I 01, Additional working, Remarks Schedule, maybe attached CANCELLATION if more space is required) . ill WELD COUNTY GOVERNMENT 1150 O ST _,_,-_.__.GEIFFI FY nn 80&3t SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORI2ED REPRESENTATIVE , / 121.dt1,;1, /-Llel. ACORD 25 (2016/03) 31-1. 11-15 ©1988-2015 ACORD CORPORATION. All Rights Reserved The ACORD name and logo are registered marks of ACORD COLORADO DEPARTMENT OF LABOR AND EMPLOYMENT DIVISION OF WORKERS' COMPENSATION Rejection of Coverage by Corporate Officers or Members of a Limited Liability Company (LLC) PART A 1. Type of Entity: 0 Corporation 0 Limited Liability Company (LLC) 2. Name of Corporation or LLC: Painting NoCo LLC 3. Mailing Address: 4. Email Addres& 5. Nature of Business: 1470 Pennsylvania St. Street or P.O. Box, Unit/Suite Loveland City paintingnoco@gmail.com CO 80538 State Zip Painting Contractor 6. Federal Employer Identification Number: 47-1125131 7. Business Phone: 970-682-4036 8. Date of Incorporation or Organization: 06/17/2014 9. State of Incorporation or Organization: CO (The business must be in Good Standing with 10. Corporate Officers or LLC Members rejecting coverage: the Colorado Secretary of State) Name Percent of First Middle Last Suffix (Jr., Sr., Title(s) Ownership/ Member Interest James Zachary Cox Member 100 11. Number of employees of the business other than the officers or members listed above: 0 12A. Does your company have workers' compensation insurance? O Yes d No 12B. If yon answered "Yes" to Question 12A, please include your workers' compensation policy information below and submit this completed form directly to your carrier. If you answered "No" to Question 12A, please submit this completed form directly to the Colorado Division of Workers' Compensation. a. Insurance Carrier Name: b. Policy Number: c. Effective Dates: From: To: 13. Certification: I, James Zachary Cox , in my capacity as Corporate Secretary or LLC Manager of Name of Corporate Secretary or LLC Manager Painting Nato LLC Name ofCorporation or LLC , certify that the above and attached information is correct and complete. 31 —11 tore of C, + Secretary or LLC Manager Date C.R.S. Section 10-1-128(ti$a) states: altit to knowingly provide false, incomplete, or misleading faaa or iofarmatton to au Mummer company for the purpose of dehspitog or attempting to defraud the company. Penalties may laclude 1mprisoamoat, lines, denial of insurance, and civil damages. Any warms company or nom of so insurance compsay who knowingly provides false, Incomplete or misleading facts or Information to a policyholder or claimant for the purpose of def rani ft or attempting to defraud the policyholder or rLbmet with regard to a settlement or award payable from insurance groins. chalk be reported to the Colorado division of insurance within the department of regulatory *geodes.^ WC43 Rev 10/20 Pause 1 of 4 MICHSU1 JOHNSON NOTARY PUSUC sTAT E: OE 4I.ORADO NOTARY ID 2022404m1 MY COMMISSION EMPIRES 11122/2024 COLORADO DEPARTMENT OF LABOR AND EMPLOYMENT DIVISION OF WORKERS' COMPENSATION Rejection of Coverage by Corporate Officers or Members of a Limited Liability Company (LLC) PART B - Corporate Officer or LLC Member Questionnaire IMPORTANT: A separate Part B MUST be completed by ev a person listed in Part A. 1. Name of Corporation or LLC: Painting NoCo LLC 2. Mailing Address: 1470 Pennsylvania St. Street or P.O. Box, Unit/Suite Loveland CO 80538 City State Zip 3. Officer or Member Name: James Zachary Cox First Middle Last Suffix (Jr., Sr., III) 4. Corporate Officer Title: 5. Business Phone: 970-682-4036 6. Date Officer/Member Elected: 06/17/2014 7. Duties performed for Corporation or LLC: Owner/Managing Member of Painting company 8. Mark ONE that applies: ® I hereby elect to reject workers' compensation insurance coverage based on C.R.S. § 8-41-202 (Non- agricultural). By signing this form, you are acknowledging your rejection of all benefits under the Workers' Compensation Act and that if you are hurt on the job, C.R.S. § 8-41-401(3) may limit your recovery to $15,000. You are further acknowledging that you are an owner of at least 10% of the stock of the corporation or at least 10% of the membership interest of the LLC at all times, and control, supervise or manage the business affairs of the corporation or LLC. The election to reject workers' compensation insurance as a corporate officer/LLC member must be voluntary and cannot be a condition of your employment. 0 1 hereby rescind my previously filed rejection of coverage. 3.77/o-23 Officer/LLC Member Signature Date 9. Notary: if this form is being filed with the Division of Workers' Compensation, the signature of the individual corporate officer or LLC member completing Part B must be notarized. If this form is being filed with your insurance carrier, please contact your insurance carrier to determine if they require this form to be notarized. Acknowledged before me this day of !1 7 ()Z NW— g �c In and for LQ..Y( twt r County and C,-01 fl)5 C O State. My commission expires i Z/ZZ/ ZO Z (o . C.B.S. Section 10-1-128(6)(a) states: "It is unlawful to knowingly provide false, incomplete, or misleading facts or information to an insurance company for the purpose of defrauding or attempting to defraud the company. Penalties may include imprisonment, fines, denial of insurance, and civil damages. Any insurance company or agent of an insurance company who knowingly provides false, incomplete or misleading facts or information to a policyholder or claimant for the purpose of defrauding or attempting to defraud the policyholder or claimant with regard to a settlement or award payable from insurance proceeds shall be reported to the Colorado division of insurance within the department of regulatory agencies." WC43 Rev 10/20 Page 2 of 4 Painting haikiNoSo 1470 Pennsylvania St. Loveland, CO 10538 (970) 682-4036 paintingnoco@gmail.com March 8, 2123 Painting NoCo will carry liability coverage for the following subcontractors that may be providing subcontracting labor: 1. Corey Frith of Frith Inc 2. TJ Burzak of Paint Relief LLC 3. Chris Jutte These subcontractors will not be left unattended and will have their assignments handled personally by James Cox. Mark Widdows Jr. of Checkmark Pro Services may assist on this project as well and his proof of liability insurance is attached below for reference. James Cox Owner of Paining NoCo LLC To ensure delivery to your inbox, please add to your address book. i A`` USAA Auto Insurance Confirmation Please use this as confirmation of auto insurance; however, this doesn't take the place of an insurance identification card. Registered owner: Address: Policy number: Policy effective date: Policy expiration date: Vehicle: VIN: JAMES ZACHARY COX JESSICA ILANA COX 1470 PENNSYLVANIA ST LOVELAND CO 80538 GAR 017991617 7101 March 12, 2022 April 25, 2023 2017 FORD F-150 1FTEW1EP3HFC87150 Bodily injury liability limit: $1,000,000 each person / $1,000,000 each accident Property damage liability $500,000 each accident limit: Comprehensive $1,000 deductible: Collision deductible: $1,000 Lienholder: CARMAX AUTO FINANCE PO BOX 440609 KENNESAW GA 30160 9511 Meets Colorado minimum statutory liability requirements �Rd CERTIFICATE OF LIABILITY INSURANCE OATS n� DUOG2O23 WO CONIviCATE Al MR= AS A SUOMI OF NNOIDIATDM ONLY AND GONERS NO ANNaS UPON NO CORTrMICATe NOLOEIL TIpS CERiR1CATE COED NOl MNIrATN1E/L►Y OR NEGATIVELY ARE D, EXTEND OR ALTER TIE COVERAGE AFFORDED NY THE POLICIES BELOW. IRIS CERTN7GTE OF INSURANCE DOES NOT ":=IS AieMyRa. SMPORTAITT: p dr uMS M E DWL�AVI DUER06ATNAt IS _ _ _ _D SpDptt OISIo NT.s End CSgN .. of inn pneE, galaNl policies may moon an enaamemanl A Mremeal OA OMR Car a Sou riot *Wm HORN b OM CMNNIetla Baldwin Me of Non eeBNarrN11 PRODUCE, Calvin Ineuluux Agency, LLC Not AG,. OH 45242 SlSSes-tot1 CORTI. NAME PHONE �A1( ELY ASS -566W t tA1C, NO, ., RAWL ROOKS& Sugpvleooktipliu nea.cam Ra R M: Check.. Pro Sink.. LLC 1510 VF 2NMh SI LarelAAu, [:O 8063E-3149 =MEN. WORD. COVERAGE ROMEO A: Swum. yyylnn0o Company NAIL • NERVIER S: EUERER C: 4134E MIMI D: NS19tERE: MOM F: CERTInc ATE TINS 4110 Can. THAT RNE POI.. OF INSURANCE LISTED BELOYT HAVE REEN ISSUED TO THE INSURED HATED ABOVE FOR THE POUCY PLRDO NMATE° NOPRITIISTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT Rini RESPECT TO VOUCH MS CERTIFICATE MAY BE LSSUED on MAY PERTNN, THE INSURANCE AFFORDED BY THE RAJOES DESCRIBED HEREIN IS SUBJECT 70 ALL THE TERMS, EXCLUSIONS AND COND/TIOI.5 OF SUCH POLICIES LMRS SHOWN MAY HAVE BEEN REDUCED BY PAD CLAWS. LTD TYPE OF INSURANCE POLICY NWSER [D) toPM �Y) LIMITS cow... %FER LL uAlsuo lam*: Aim. E i I% CCC. L_l t.T' 000&... 510502023 DUiN202A SEAf1t OCCURRENCE .1,0000TO DAMAGE TO RENTED PREYS. [Ea 0.0A.Pta) ,... NED DIP (Airy one WAN., J... PERSONAL a AOV INJURY 6ETERALAGGIEC,/17E LLOCODOO ammo MEHL AGGREGATE HAW. APPLES PER: 11'Ftl7LH:r ❑I�IW,ILSt L. -1{i 0., PRODUCTS - COMFOP RGG "zoo... OMOWSN,E u_WORD moan: ANY AMU MART IR, Hew AU14WCRr SClEUTAl0MHOS —....r.N6D'WH10 __ =MEMO SINGLE fRAR SODEY INJURY (PR unall e ;OcileAD JURY (Per e PNDPERTY DAMAGE NT Tnilknll ` — OCCUR LIMN.. LIASHCLAIRE-MADE MESS UTAE v EACH OCCURENCE S AGGREGATE DED I 'RETENTIONS S IMMURE,CDNFERIUTIDN SIDEEPUINEINV UL BUTT UN PROPIETORSPARTNEIUE]tECUTIVE YIN DFFIC®MEMSER EXCLUDER? ❑ pra'► . danoaro cry ti NN) t TuMaf N IDESCREDE OF OPERATORS brim NAEM /ANT - I"•••• EL. EACH ACCIDENT S E L DISEASE • EA I PLOYEP i EL DISEASE - POLICY U OEfQINT1ON OF OPERATIONS L LOCATIONS J VEHICLES (ACORD NOT, AONSOIW Raman S.M. cry M ARTURO N mote apace b ratoRm ) CERTIFICATE MOLDER CANCELLATION PROOF OF COVERAGE SNOURD ANY OF iME /JOVE DESgtSTEO POLICES EE CANCELLED BEFORE TIE EXNRATI ON DATE TIEREOF, NOTICE SILL EE C"OEU ID NI ACCORDANCE VRTH DIE RIMY PNDYISIOTR- ADTHORREO REPRESENTATIVE Pete Xtccola ACORO ZS (7ltRpRl The ACORD name and Ng0 an mpht . NON DI ACORD UN630USACORD CORPORINTOPL Apt*TMYNYed New Contract Request Entity Information Entity Name. PAINTING NOCO LLC Contract Name. HEALTH BUILDING 2ND FLOOR PAINTING Contract Status CTB REVIEW Entity ID. .00046740 Contract Description* PAINT REFRESH ON 2ND FLOOR OF HEALTH BUILDING Contract Description 2 Contract Type* CONTRACT Amount $49,560.00 Renewable* NO Rer Grant IGA ❑ New Entity? Contract ID 6732 Contract Lead. SGEESAMAN Contract Lead Email sgeesarnan7co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date. 03,11 2023 03'15,2023 Department Email CM- BuildingGrounds@weldgov.c Om Department Head Email CM-BuildingGrounds- DeptHead aweldg0v.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EYVELDG OV.COM Will a work session with BOCC be required?. NO Does Contract require Purchasing Dept. to be included? YES Bid / RFP # 62300059 If this is a renewal enter previous Contract ID It 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 Effective Date Review Date* 08/01 12023 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date* 08,101,2023 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approver Purchasing Approved Date CHERYL PATTELLI Approval Process Department Head TOBY TAYLOR DH Approved Date 03 08,/2023 Final Approval BOCC Approved 11OCC Signed Date 1OCC Agenda Date 03 20/2023 ginator SGEESAMAN 03,1412023 finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 03/10/2023 03:14/2023 Tyler Ref # AG 032023 February 16, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2023 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: Toby Taylor Subject: Weld County Health Building Second Floor Painting (B2300059) As advertised this bid is for painting the second floor of the Health Building. The low bid is from Painting NoCo LLC, and meets specifications. Therefore, the Facilities Department is recommending the award to Painting NoCo LLC in the amount of $49,560.00 If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director 03101 3Gi OOZ5 DATE OF BID: JANUARY 19, 2023 REQUEST FOR: HEALTH BUILDING SECOND FLOOR PAINTING DEPARTMENT: FACILITIES BID NO: B2300059 PRESENT DATE: FEBRUARY 15, 2023 APPROVAL DATE: MARCH 1, 2023 VENDOR PAINTING NOCO, LLC 1470 PENNSYLVANIA STREET LOVELAND, CO 80538 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 reverett(Biweldoov.com cgeisert(ir).weldgov.com cmpeters Biweldgov.com Phone: (970) 400-4222, 4223 or 4216 Fax: (970) 400-4024 START FINISH DATE DATE TOTAL 3/15/2023 4/10/2023 $49,560.00 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 2023-0469 62A 5 Hello