Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20222924.tiff
Con x c1( -cn1443 AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & J&K ROOFING LLC. PRINT SHOP ROOF REPLACEMENT PROJECT THIS AGREEMENT is made and entered into thisv__ of / "reM , 21122, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and J&K Roofing 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: 1. 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 be based upon order of attaclunent. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2200142. 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 constriction 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. Consev�+ Aot,n cto,- u /2_1 /2,2_ 6092,0,,e,(B&) ii/a1aa ZOZ2— Zei ZeI gC, OOZE{ 3. Term. 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 teen 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 all 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 such 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. 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 $51,174.84, 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 Courtly. If, at any time during the term or after tennination 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 finds 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 Courtly 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. 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 sells assign, distribute, or disclose any such confidential information to any other person or entity without 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 wills 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 warranties, 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 caused 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 County 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 to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default 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, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or tinder the law generally. 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 ohe 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 front the time that work under this contract is completed. Minimum 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 Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 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 willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs cohere 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 Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Jim Ferguson Position: Managing Partner Address: 13000 W. 43`a Drive Address: Golden, CO. 80403 E-mail: jim@jkroofing.com Phone: 303-425-7531 County: Name: Toby Taylor Position: Facilities Director Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@weldgov.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. 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 §§24-10-101 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 wills 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 wills 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 fiends render 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, asa 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 the 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 mill and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its teens. 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: J&K Roofing, LL By: Name* Title: WELD COUNTY: ATTEST: .ddriuAi Weld . tnty Clerk to the oard BY: `i.v:lir...,../>/i Deputy Clerk t., j he : oard #" BOAR OF COUNTY COMMISSIONERS WELYYCOUNTYCOLORADO ott K. James, Chair NOV 2 1 2D22 moo_ a9.21/ Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: SEPTEMBER 20, 2022 BID NUMBER: B2200142 DESCRIPTION: PRINT SHOP ROOF REPLACEMENT DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: OCTOBER 3, 2022 BID OPENING DATE: OCTOBER 17, 2022 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: PRINT SHOP ROOF REPLACEMENT A mandatory pre -bid conference will be held on October 3, 2022 at 9:00 AM at the Weld County Print Shop located at 1500 2nd Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: October 17, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on October 17, 2022 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: 345 135 500# PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 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 bidsweldqov.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 C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. 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 #B2200142 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 (C0RA), 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 bidder, concerning 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. BID REQUEST #B2200142 Page 3 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 Procurement 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 completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid 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 parties 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 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 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 approve 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, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, 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 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 subcontfactors O 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 conform to applicable specifications In addition to the foregoing warranties, Contractor is aware that all work 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 warrants 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 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 BID REQUEST #B2200142 Page 4 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 or 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 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 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 ✓ 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 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 accepted bid The 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 BID REQUEST #62200142 Page 5 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 payments made pursuant to the terms of this Agreement Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County 6 INSURANCE REQUIREMENTS General Requirements 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 Company 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, return receipt requested Such written notice shall be sent thirty (30) days pnor to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior If any policy 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 or 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 of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors 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 additional 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 bidder 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, from 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 arising 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 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, 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 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 BID REQUEST #B2200142 Page 6 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, properly 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 #B2200142 Page 7 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING - Print Shop Roof Replacement 1500 2N° Street PROJECT OVERVIEW: Weld County is seeking lump sum turn -key bids, for the asphalt shingle and rolled roof replacement at 1500 2N° Street Greeley, CO METHOD OF PROCUREMENT: Request for Bid (RFB) is a procurement method often referred to as a sealed bid solicitation When issued, the bid package is considered complete foi bidding put poses 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 for the complete asphalt shingle and rolled roofing replacement 1 Contractor will be responsible for removing existing roofing materials and providing and installing all new shingles and rolled roofing materials on the building at the location shown above This will include but not be limited to all associated labor, materials, and equipment It is the contractor's responsibility at the time of bid submission to ensure that all project specifications and requirements have been included per the project documents provided 2 The built-up roof on the concrete storage building attached to the southeast is not Included in this bid request 3 If there are any conditions that differ from the provided documents, it is the contractor's responsibility to immediately notify the County project manager PROJECT SPECIFIC TERMS AND CONDITIONS. 1 New roofing materials should meet the following minimum qualifications and standards All materials will require a submittal to ensure standards are equal to or better than, and for owner approval a UL 2218 Impact/Hail Resistance b ASTM D 3161 Wind Resistance c UL 2390/ASTM D 6381 Wind Resistance d UL 790, Class A Fire Resistance e ASTM D 3462 Asphalt Shingle Specification f Class 4 30 -year warranty 2 Contractor to remove and replace existing gutters and downspouts on all areas of the building that are adjacent to the shingle and rolled roofing replacement 3 Contractor to provide and install all roofing materials, underlayments, flashing, roof jacks, sealants, fasteners and any miscellaneous materials that may be needed 4 Once the existing roofing materials are removed, contractor will be required to verify that all substrate is in good condition and is suitable for new roofing to be installed 5 Any additional work or scope that may be needed due to damages or inconsistencies on existing structure must be submitted to the County project manager in writing and approved before any work is to be slatted If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays 6 Any clarification or information needed from the contractor must be submitted through a Request for Information (RFi) It is the contractor's responsibility for tracking and maintaining all RFI's A RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request BID REQUEST #B2200142 Page 8 7. RFI's are only to be sent through the County project manager, RFI responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed. 8. Contractor and its representatives will need to coordinate with County representative for parking locations and staging of materials. 9. During the roofing process the print shop will be in full operation. Care shall be taken to minimize disruption to the day-to-day operations of the print shop operations. 10. Contractor is responsible for all material handling and deliveries. The contractor will be given a specific laydown area which will be available for materials and equipment storage. The contractor will work closely with the County project manager to schedule all deliveries. Unscheduled deliveries that occur will be turned away until scheduled. If material deliveries are not properly scheduled and must be turned away it is the contractor's responsibility to make up any lost time and bear any associated cost. 11. The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been properly stored in the designated areas at the end of each shift to ensure normal operations are not interrupted. If at any time Weld County personnel or contractors have to clean or move materials or equipment that were not properly stored the contractor will assume all associated cost. 12. Contractor will be responsible to provide any temporary lighting or power that may be needed to complete the scope of work. PROJECT CLOSE OUT: 1. Contractor will provide all manufacturer's warranty documentation. 2. Contractor will provide a maintenance schedule for all materials installed as required to maintain all warranties if applicable. 3. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this 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. It will be the responsibility of the contractor to field verify all dimensions and quantities prior to bidding the project. 3. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. 4. Contractor is responsible for the coordination and scheduling of all inspections that are required for all scopes per the conditions of the Weld County Building Permit. 5. 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 that occur will be the contractor's responsibility to repair or replace. 6. All lifting and hoisting equipment shall be provided by the contractor. 7. The projected contract date is expected to be November 16, 2022. Based on this date, provide expected start and finish dates for this project. 8. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 9. No bid bond is required for this project. 10. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 11. All trash and debris to be properly disposed of offsite. Due to the space constraints of this project this will need to be done on a regular basis. At no time will debris be allowed to accumulate. 12. Weld County is a tax-exempt entity. 13. Davis -Bacon and Buy American requirements are NOT required. BID REQUEST #B2200142 Page 9 14 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: 1 Contractor is responsible for providing and maintaining a full project schedule as well as a three week look ahead schedule throughout the life of this project Contractor will have an updated project schedule available upon request 2 The contractor wiii host a weekly coordination meeting with all associated coniracwrs, and County representatives At this time the contractor will provide the three (3) weeks look ahead schedule as well as all applicable updates to the overall project schedule This will need to be submitted in person at the weekly meeting as well as sent electronically to the County project manager and construction team 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 Construction Start Construction Finish PROPOSED DATES. September 20, 2022 September 20, 2022 October 3, 2022 October 10, 2022 October 17, 2022 November 2, 2022 November 16, 2022 Immediately upon receipt of signed contract December 16, 2022 Please provide proposed schedule dates with the expectation of contract execution being November 16, 2022 FEES: Construction Start Construction Finish Total Lump Sum Cost BID REQUEST #B2200142 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 October 17, 2022: 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 #62200142 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. #B2200142. 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 BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE **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 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller GS0922 BID REQUEST #B2200142 Page 12 Print Shop Roof Replacement B2200142 - QUESTIONS & ANSWERS 1. Question: Of the 2 lower sloped roofing areas one of these is in excess of a 2/12 pitch which allows the use of double felt and shingles per code. Can we use shingles on this area? Answer: Provide rolled roofing on both low sloped areas. 2. Question: Rolled roofing is a general term for flat roofing and not a specification per se. What type of flat roofing material are you accepting? Answer: Match the material type that is currently installed on the roof but refer to specification for class and warranty required. 3. Question: Is the parapet wall cap flashing being replaced? Answer: No. Re -use existing parapet cap. 4. Question: Are any of the B vent or commercial hood ventilators being replaced? Answer: No, they will all remain. 5. Question: Will factory finish5 inch K style gutters be acceptable for replacement? Answer: Factory finished is acceptable, match existing gutter and downspout sizes. 6. Question: Will a permit be required? Answer: See Weld County Standard Terms and Conditions item #3 in the bid specifications. 7. Question: Are both shingles and rolled roof to be class 4, Class A fire resistant, and carry a 30 - year warranty? Answer: Yes. 8. Question: Are the colors to match the existing roof? Answer: Owner will pick colors from manufacturers standard color selections. 9. Question: Do you want us to include replacing the parapet cap over the office area in our estimate? Answer: No new parapet cap is needed. Re -use existing. 10. Question: Do you want to add a parapet cap to this area or replace the wall flashing? Answer: No new parapet cap is required. Replace all flashings as needed. 11. Question: Are you open to replacing the existing mod bit roof with shingles? Answer: No. 12. Question: Do you want us to add fascia or guttering to improve this area? Answer: No new fascia is required. Install new gutters in locations of existing gutters only. 13. Question: Do you want to extend the vent above the existing roof? Answer: No. 14. Question: Can we re -flash the skylights with metal: Answer: Yes 15. Question: Page 8, Terms and Conditions, point 1, comment F. Are you requiring a class 4 shingle or a 30 -year shingle? Answer: Provide a class 4 shingle with a minimum 30 -year warranty. 16. Question: Page 10 note 14. Please provide standard Weld County contract for review. Answer: Weld County standard contract has been posted on Bidnet. 17. Question: Are there specific work hours for the project? Answer: There are no specific work hours. 18. Question: Does the roof currently have any intake and exhaust ventilation? If so, how is it ventilated? Answer: The roof does not currently have any ventilation. 19. Question: Who is the skylight manufacturer? Answer: Unknown. 20. Question: Is the scope in regards to the skylights limited to flashing? Answer: Yes. 21. Question: How is the roof deck constructed? (Plywood or other material?) Answer: I X 6 shiplap decking. 22. Question: What is the rafter spacing? Answer: 24" oc. 23. Question: How many layers of roofing currently exist on the roofs being replaced? Answer: Unknown. 24. Question: Are the gutters to be replaced with commercial size gutters or like for like? Answer: Like for like. 25. Question: Can we re -use the coping on the parapet walls (Detach and reset) and replace where needed, or should all the coping be removed and replaced? Answer: Re -use existing parapet cap and replace where needed. 26. Question: In regards to the exposed portions of the parapet wall (no coping on the concrete), should the bid include metal coping for these areas, or like for like? (Existing detail includes rolled roofing and termination bar.) Answer: Like for like. 27. Question: Is access to water and restroom facilities available, or do we need to provide these? Answer: Contractor to provide their own water and restroom facilities. Exhibit B J&� ROOFING TO: Weld County Board of County Commissioners 1150 O St, Greeley, CO 8063 I FROM: Jim Ferguson, J&K Roof rig, LLC 13000 W 43ra Drive, Golden, CO 80403 RE: Bid # B2200142 - Print Shop Roof Replacement 1500 2n° St, Greeley, CO 80631 October 14, 2022 Thank you for allowing us the opportunity to submit a bid to replace the asphalt shingle and rolled roof. This document includes: • Pages 8 — 12 of the Bid Specifications filled out and signed. • Current W9 • Shingle material and warranty information. • Rolled roofing material and warranty information. • 5 year standard warranty. By bid documents, I year is required but we provide a 5 year warranty on all projects. • Bonding letter. We have no outstanding bonds so our entire bond is available. • Miscellaneous information o Safety Experience Modification Rate. Our EMR is .69 which is among the lowest rate in Colorado. o Experience in Greeley. We've successfully worked in Greeley and Weld County for over 20 years. o We acknowledge and include any changes in scope based on communication #I, #2, and #3 listed on Bidnet in our proposal. Our team is ready to complete your project to your complete satisfaction. We plan to complete most of our work in 3 days and complete the project within 5 days. We only intent to work in the parking lot for 2 days and will remove all trash at the end of every day. We don't anticipate any issues interfering with the normal business operations of the print shop. Our service team is ready to deliver any sheathing or additional supplies to the job so we won't have any material delays. We decided to start the project after Thanksgiving but can start earlier if that works better for you. Please let us know if you have any questions or comments. Managing Partner J&K Roofing, LLC Page 1 of 1 J&K Roofing 113000 W43. Dr, Golden, CO804031303-425-7531 I jkroofing.com SPECIFICATIONS ANDIOR SCOPE OF WORK AND PROPOSED PRICING; Print Shop Roof Replacement 1500 2°° Street PROJECT OVERVIEW: Weld County is seeking lump suns turn -key bids, for the asphalt shingle and rolled roof replacement at 1500 2ND Street Greeley, CO. METHOD OF PROCUREMENT: Request foe Bid (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 lcey consideration by Weld County in awarding an RFB the contract. PROJECT SCOPE: The scope of this project is for the complete asphalt shingle and rolled roofing replacement. I. Contractor will be responsible for removing existing roofing materials and providing and installing all new shingles and rolled roofing materials on the building at the location shown above. This will include but not be limited to all associated labor, materials, and equipment. It is the contractor's responsibility at the time of bid submission to ensure that all project specifications and requirements have been included per the project documents provided. 2. The built-up roof on the concrete storage building attached to the southeast is not included in this bid request. 3. If there are any conditions that differ from the provided documents, it is the contractor's responsibility to immediately notify the County project manager. PROJECT SPECIFIC TERMS AND CONDITIONS: I. New roofing materials should meet the following minimum qualifications and standards. All materials will require a submittal to ensure standards are equal to or better than, and for owner approval. a. UL 2218 Impact/Hail Resistance b. ASTM D 3161 Wind Resistance c. UI.2390/ASTM D 6381 Wind Resistance cl. UL 790, Class A Fire Resistance e. ASTM D 3462 Asphalt Shingle Specification f. Class 4 30 -year warranty 2. Contractor to remove and replace existing gutters and downspouts on all areas of the building that are adjacent to the shingle and rolled roofing replacement. 3. Contractor to provide and install all roofing materials, underlayments, flashing, roof jacks, sealants, fasteners and any miscellaneous materials that may be needed. 4. Once the existing roofing materials are removed, contractor will be required to verify that all substrate is in good condition and is suitable for new roofing to be installed. 5. Any additional work or scope that may be needed due to damages or inconsistencies on existing structure must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 6. Any clarification or information needed from the contractor must be submitted through a Request for Inforrttatioit (RFI). It is the contractor's responsibility for tracking and maintaining all RFI's. A RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. BID REQUEST #62200142 Page 8 7. RFI's are only to be sent through the County project manager, RFI responses will he sent from the County project manager to the construction train. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed. 8. Contractor and its representatives will need to coordinate with County representative for parking locations and staging of materials. 9. During the roofing process the print shop will be in full operation. Care shall be taken to minimize disruption to the day-to-day operations of the print shop operations. 10. Contractor is responsible for all material handling and deliveries. The contractor will be given a specific laydown area which will be available for materials and equipment storage. 'fhe contractor will work closely with the County project manager to schedule all deliveries. Unscheduled deliveries that occur will be turned away until scheduled. If material deliveries are not properly scheduled and must be turned away it is the contractor's responsibility to makeup any lost time and bear any associated cost. I i . The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been properly stored in the designated areas at the end of each shift to ensure normal operations are not interrupted. If at any time Weld County personnel or contractors have to clean or move materials or equipment that were not properly stored the contractor will assume all associated cost. 12. Contractor will be responsible to provide any temporary lighting or power that may be needed to complete the scope of work. PROJECT CLOSE OUT: I . Contractor will provide all manufacturer's warranty documentation. 2. Contractor will provide a maintenance schedule for all materials installed as required to maintain all warranties if applicable. 3. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. WELD COUNTY STANDARD TERMS AND CONDITIONS: I. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 2. It will be the responsibility of the contractor to field verify all dimensions and quantities prior to bidding the project. 3. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. 4. Contractor is responsible for the coordination and scheduling of all inspections that are required for all scopes per the conditions of the Weld County Building Permit. 5. Any temporary protection for flooring, avails, 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 that occur will be the contractor's responsibility to repair or replace. 6. All lifting and hoisting equipment shall be provided by the contractor. 7. The projected contract date is expected to be November 16, 2022. Based on this date, provide expected start and finish dates for this project. 8. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 9. No bid bond is required for this project. 10. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 11. All trash and debris to be properly disposed of offsite. Due to the space constraints of this project this will need to be done on a regular basis. At no time will debris be allowed to accumulate. 12. Weld County is a tax-exempt entity. 13. Davis -Bacon and Buy Atnerican requirements are NOT required. BID REQUEST #82200142 Page 9 14. 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: 1. Contractor is responsible for providing and maintaining a full project schedule as well as a three week J Contractor i have n updated I t schedule look ahead schedule throughout the life of this project. �..ntrac,,,, will h e a �.r !at .. project sche u available upon request. 2. The contractor will host a weekly coordination meeting with all associated contractors, and County representatives. At this time the contractor will provide the three (3) weeks look ahead schedule as well as all applicable updates to the overall project schedule. This will need to be submitted in person at the weekly meeting as well as sent electronically to the County project manager and construction team. Below is the anticipated schedule for this project: Date Of This Bid September 20, 2022 Advertisement Date September 20, 2022 Pre -Bid Conference October 3, 2022 Bid Questions ace Due October 10, 2022 Bids Are Due October 17, 2022 Bid Award Notice November 2, 2022 Contract Execution November l6, 2022 Construction Start Immediately upon receipt of signed contract Construction Finish December 16, 2022 PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being November 16, 2022. FEES: Construction Start Nov. 28, 2022 Construction Finish Dec 2 2022 Total Lump Sum Cost: 51,174.84 BID REQUEST#82200142 Page 10 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the :bid opening` de'adllno iaf 1:0:00 AM od October IT: 2022 1) Pages 8 thru 12 of the Bid Specifications. 2) W9, If appiicable." 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. POII.I t citttle any. Ollittitioittt,Retrtd, Upon suibrnittdJ p of r btd.may redit ltyoler kI being' irti p sPIe` t l y uir,3b/ I t '1eated. If tlteiie 0.riat y a lu8lone ationt)ri fr$I"e8"'st brf tttea with your.bld,U may be'dlsgtlellfled BID REQUEST #82200142 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. #B2200142: 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 J&K Roofing, LLC BUSINESS ADDRESS 13000 W. 43rd Dr CITY, STATE, ZIP CODE . Golden. CO 80403 TELEPHONE NO 303-425-7531 FAX 303-425-1562 PRINTED NAME AND TITLE Jim Fergusgit. Managing Partner SIGNATURE E-MAIL TAX ID # 84-1375515 jim@jkroofing.com DATE 10/97/2022 *'ALL BIDDERS SHALL PROVIDE A'WL9 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 SENDBACK PAGES 4 O. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Controller GS0922 BID REQUEST#62200142 Page 12 2010) Request for Taxpayer Identification Number and Certification ► Qo to tyww.dra4gov/hlo fftWP for insiruotbns and the latest information. 8 Y NMMI)U lhowri on your J&K Roofing LLC tramebrequired on this 0n. dons Give Form to the requester. Do not send to the IRS. above Cheek epproprlatebox for federal dux daaltkatbn of the person whose name le entered on Ilne 1. Me. only one of fie following seven boaee. ❑ IndlvlduaVsole proprietor or 0 C Corporation 0 S Corporation 0 Partnership ❑ Tale tits .4 akrpk•mamber LLC El Limited eablUty company. Enter., tax classification (C•C corporation, S. corporation, P.Partnerehl)}► P Note Check the aPpO boa In Ow.. above Waist. embalm of the singe -member nest. to mar. LIONtoUCladeaelld�sea�e�f�Ie�monk•r[1CYWIsdisregardedkomMeoweryawiaowr of do.' stied* LW dallier. dsngnded h the owes for U 9. fed. tax purposes. Otharwisa • ergismolber tt.C that ...girded Sam.. owner hated clink the appropriate box hr the tax clswilitation of Ile wow © Oars► Mbe lima aoaone). I Addws (momiser, sifwl, ant sec a sti1M Doi Shea khekuolbne. t 13000 W 43rd Dr Go end CO 80403 4 Th emptlons (codes apply only to ceneln redoes, not rndlvlduela; sea Instructions on page 0): Exempt payee code Of any) _ Exemption from FATCA reporting cots Of any} elefatere•seru.mwar.Aaw4ra.r. es.J and address List scone Ella Tmpsys td+anU8co8on Nuotb or ITt thaw your TIN In t s appmprlan box. Ds TMV provided must match the name given on line t to mold backup 1MtNioldrtg. For rndMdtMe, tidsis generally your social smarmy number (8nM. However, for' taslderd atlsn, sob Probeda, or deregaded wily, see the Inibuotlorfs for Part I, kin. For outer entk(rts, It a your employer ldenIMcstlan number (BM). If you do not have a number, see How togas TIN, later. Notes If the account is IA more than one name, eee the Instructions for line 1. Also sae What Normand Number To OW the Requeeter for guidelines on whose number to enter. or 8 4 wersNNsaonnlrtrm 1131714511 5 Under penalties of perfury, low* that: 1. The number shown on titre form la my correct taxpayer Identification number (or t em welting far a number b be Issued to ma); end 2. I em not WNW to beriup withholding because: Wain am exempt from backup withholding, or When" not been nolteed by the Internal Revwtue Service pHs) that I am a olds to backup wit holding ea a teetdt of a fa8ure to report a4 Intenq ar dhMdends. a (c) the IRS has notated me Hiat t am no longer subject to backup withholding; and 3. I am a US, citizen or other U.S. person (defined below); and 4. The FATCA code(e) enured on thin farm Of arty) indicating that I am exempt from FATCA reporting is correct. OedlitostIon Inebua tons. You must cross out Mtn 2 above if you have been notated by the IRS that ya we ame ity subieot to backup withholdng bacwee you have feted to report M Moist end ldttldenda on your tax return. For reel estate tremsetbrte, asm 2 does not eppy. For ntntgags Intew snd arreastt paid, acquisition 0hetti nbred and d ikfen yngtired to a rt s cent rism. but you must provide me ° contribution. to en Indidduel onset 71Ng 8w the habuctlons fa Pert t later. Sign Ieten.wn of Hero u8p.rae.► = General instructi Section references we to the Internal Rbverxie Cork unless otherwise noted. Future dewtopaemnts. For the latest knt0tntadon about developments related to Form W-9 and Ile me nfo0060 such as leORts40n emoted after they were published, go to www.ha.gov/FomnW9, Purpose of Form Ail Indhriduel or entity (Font W-8 requester) who le required to ttM eo information return with the IRS must obtain yew correct taxpayer fdentifkottort rwnper(rt4 wIIctt may be your model security number (Stikg, Indlviduel Papaw Identification number frith adoption taxpayer Identleoatlon raNtrber (AT00). or mtpbyer Idsntltetlon number (E1N), to report an an atfatsrfmdoet reams the mount paid to you. °r other ' mound reportable on an laform'tbO return. Examples of Information returns Include, but we nab H a led to, the following. • Form 1099-INT (Interest earned or paid) sate► ics20,24 • Form 1090-DIV (dMdende, Including those from stocks a mutual funds) • Form 1099-MI9C(vedous types of Income, prizes, awards, or gross proceeds) • Form 1009-B (stock or mutual fund soles end certain other treneac0ons by broken) • Form 1099.3 (proceeds from reel estate transactions) • Form 1000 -IC (mncitent osrd and third perry network transactions) • Form 1098 (hom►mortgege interest), 1098-E (student loan interest), 1098, (tuition) • Form 1089-C (cance5d debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form Wg only If you ere a U.S. person Qncludlng a resident alien), to provide your correct TIN, If you do not rote' Form VV -9 to the requester w0h a TIN, you might be subject to beokop withholding. See What *backup withholding, later. Cat. No. 10231X FormW^9toev. io-oor8) For Your Customers Who Want the Best, IKO Offers Two Best -in -Class Shingles. N�dic Quit"e"' be§t.larniria il�gle money ca iC �i�ilE i t, F,:-•rr� ;'iiti �i;l,� li-t�-1+. '� .i:'�r,', i, . t,J.1I�i f.i�;.i�lr, I'.( rt;,�i.s�t - tumuct, riil i? Itfn, i rd -l;li I ,)i ni ;ili tii ofv ir.. .i)rn t _1J b, r^,; IC I astyc Wind resistance and fast installation nailed. Uynast, is an over surd, heavy, I-nirnktt .. ,�: t urRtis n ..n s'. I , r,`.r ,)Uic)IYtCr•ri a.r lt,H ;: (Apron 'a features i)1,n3stk. ,, f..., • rr: s.'/'V.kourifY'e, rotting Caster.11 1i dr,tic, r: i Sle 'r it IKOsirma is Roo Nng Elevated. PERFORMANCE" LL NORDLC & DYNASTY SHLLGLES Irct�i r:l:;rl Pict mini' I oi,nuil hl Blrir-r:�F�•r r r Y.I. %i.,. C:1 , trI_`,I_� IMPORTANT! ' o ; r1 urt :o n+)IC`.._ i,l.,i ,ui 't -.<l .t. l,:.e , . , rni `. I }h luj r s a l i, actt, roG -nr,t. tiro ()':.l to fii,_I t slur •_x:11 I;i��,t t , _.'I 11 vii; ROOFtllewe _.!:1 it's -1 no'. _ o`uiij i?nC " 1 r f>> .>t s. ... ' u . ;:ial d : ul ilicllil Note: WAY Dynasty snngles are avaAabk: m Toler blends marked nth ih�s symbol Santlnel slate la available In select markets. The information in this literature is subject to change without notice We assume no responsibility for errors that may appear in this literature Find out more about our products now by talking to an IKO sales representative or contact us directly: In the United States, call1-888-1K0-ROOF (1-888-456-7663). In Canada, call 1-85S-IKO ROOF (1-858-456-7663). Or visit our wehsite at: IKO.C0M. LI ?ITEM IN RR hI`i IiVfUF''A"i0t. "/NHL: SHINGLE NAME Armaurshake' Crown Slate' Royal Estate' Dynasty= Cambridge Cool Colors' Cambridge' Marathon" Plus AR' I A, SHINGLE NAME Cambridge Cool Coors' WARRANTY IKO REDUCTION PERIOD' 'IRON CLAD FIGURE PROTECTION Limited Lifetime' Limited Lifetime' Limited Lifetime' Limited Lifetime' Limited Lifetime' Limited Lifetime' Refer to Chart 8 (181 - 206 PERIOD' MONTHS) (MONTHS) M. REDUCTION REDUCTION STANDARD ALGAE FIGURE FIGURE I APPLICATION RESISTANCE WINO MONTHS) 481t)MONTHS HPPLI APPLICATION (MONTHS) Y4 WARRANTY 1 (mph) 180 m/260 384/480 432/480 110/130 180 m/260 384/480 432/480 110/130 180 m/280 384/480 432/480 110/130 180 m/260 384/480 432/480 180 m/260 364/480 432/480 Refer toChart A Refer toChart A Refer toChart A Refer toChart A I Refer toChart A Refer toChart A Refer toChart A RereftaChart A Refer toChart B Refer toChart B Refer toChart B Limited Warranty Information Table for: Cambridge Coal Colors and Cambridge Shingles WARRANTY PERIODS Limited Lifetime' IKO 'IRON CLAD REDUCTION PROTECTION FIGURE PERIOD' (121 -180 (MONTHS) MONTHS) n• 120 n/225 Cambridge' Unshed Lifetime' 120 n/225 MEILimited Warranty information Table for. Marathon Plus AR Shingles SE NAMEHINGL WAY PERRI00'RANT (MONTHS) Maratha, Plus AFP 300 130 130 110/130 110/130 60 120 120 120 120 120 N/A' 120 60 I Po any nonindividual owner. such as a corpoation. religions entity, condominium, government entity oi homeowner association, or for any nan•singlt:-family residential (tome, the Warranty Period rot these .Shingles is limited to 40 years ' Hip and ridge shingles used for installation of Shingles must be either Mataihon Plus AR. IKO Ultra FM IKO LlltraHP lit, IKO Hip IS; Ridge 12, or an fKO-approved equivalent product ,he stated Warranty Period and lion Clad Protection Pet iocl apply to the Owner only The Wal rainy Pei lad and Iron Clad Protection Pet iod applicable to the Transferee, if any,. be limited to lessen of (a) 120 months from of iginal installation. and (b) the Warranty '0r iod and Iron Clad Protection Pct iod that would otherwise be teimtining for the Owner. but for the (nosier. ,lease see the "Limited Algae Resistance Warranty' section in this Limited Warranty for complete details Cambridge Cool Colors - Dual Grey color only has AR warranty for l20 months. n' — refers to the number of months that have passed since the Shingles were installed on the building. m' — refers to tI to number or months greater than 180 that have passed since tl ie SI singles were installed on the building EXAMPLE: A manufacturing defect substantially affecting the water shedding performance of the Shingles is found in June 2039 in Shingles with a 25 -year limited warranty. The Shingles were installed In June 2021;18 years, or a total of 216 months, have elapsed since completion of installation. IKO's warranty obligation will be reduced by (180/225 = S0) + (36/600= 06) _ .BO. So, IKO's maximum obligation would be 14%(100 - 86) of the cost of the replacement Shingles. IKO LIMITED WARRANTY I Information for Asphalt Shingles I PAGE 2 lbpShield PRO TECHNICAL DATA: Modified Bitumen Coating: Non -oxidized (flux) asphalt, blended with various thermoplastic atactic polypropyl- ene polymers and co -polymers. PRODUCT INFO: Product Use: TopShield° PRO APP -G is designed for use as a cap membrane over various types of substrates for both new construction and reroofing Installations. It is suitable for most low sloped roof decks and may be used for roof system flashings Including wall treatments, base flashings and field flashings. Product Composition and Features: TopShleld• PRO modified bitumen membranes are manufactured on state-of-the-art, dedicated roofing lines that were exclu- sively designed for the production of modified bitumen products.TopShieid• PRO APP -G is produced with a high performance, stress -resistant polyester mat that is impregnated and coated with a superior grade, modified bitumen compound. Roll Dimensions: 39W 32'10. Coverage: One square ApproxlmateWelght: 103 lbs. per roll Top Surface: Mineral granule Back Surface: Torchabie polyethylene film Applicable Standards: Meets ASTM D6222, Grade G, Type (.TopShield° PRO APP -G is approved by Underwrit- ers Laboratories for use In various Class A, B and C roof assemblies. Top5hkklProducls corn TECHNICAL PRODUCT DATA Support Mat: High performance, stress -resistant polyes- ter mat. TEST DESCRIPTION Solar Reflectance Index ASTM 81980 27/18 (SRI) Initial/Aged: Softening Point: ASTM D36 310°F Tensile Strength: ASTM D5147 ® 73.4 +/- 3.6'F MD/XD 100/60 lbs./In. ®0 +/- 3.6°F MO/XD 130/80 Ibadln. Elongation: ASTM D5147 0 73.4+/- 3.6°F MD/XD 45%/55% ®0+/- 3.6°F MD/XD 30%/20% Dimensional Stability: ASTM DS147 MDIIXD 05%10.3% Low Temperature Flex: ASTM D5147 Passan'F Compound Stability: ASTM D5147 250'F Thickness: ASTM D5147 4.0 mm (160 Ws) Tear Strength: ASTM D5147 e 73.4 +/- 3.6'F MD/XD 130/90lbs. TEST METHOD .RESULTS "NOTE: Published results are nominal production values confirmed by Independent laboratory testing. SRS DlstAbutlon 77405 Hwy 121, McKInney,TX 75070 lbpShield PRO TECHNICAL PRODUCT DATA APP -G PRODUCT APPLICATION: TopShield° PRO modified bitumen roofing systems must be applied in accordance with installation procedures con- tained in the CertainTeed Commercial Roof Systems Speci- fications. The following information is intended for general information purposes only and is not all-inclusive. Limitations:TopShield• PRO APP -G is Intended for torch application only and should not be exposed to adhesives or solvent based materials. Rolls should be stored upright, off the ground and completely protected from the weather. Roof decks must be structurally sound, dry, smooth and meet or exceed minimum requirements of the deck man- ufacturer, local code and CertainTeed. Additional specifi- cations and precautions are contained in the CertainTeed Commercial Roof Systems Specifications. Preparation: Substrates to receive a roof system must be firmly attached, smooth, dry, clean and free of sharp projec- tions and depressions. Substrates requiring priming must be primed with asphalt primer and be allowed to complete- ly dry. Substrates must provide positive drainage. Roof must be tapered to drains. Installation: Install one ply of base sheet lapping 2" on sides and 4"on ends. Base sheet must be mechanically fastened to nailable substrates, and either solid or spot mopped In hot asphalt to non-nallable or insulated sub- strates as specified in the CertainTeed Commercial Roof Systems Specifications. Apply base sheet in such a manner as to provide and maintain a minimum 6"offset between side and end laps of base ply and TopShield• PRO finishing membrane. Over the base ply, install one ply of TopShield° PRO APP -G lapping 3" on sides and 6" on ends, with end laps diagonally staggered not less than 3' apart. Side and end laps should be inspected to ensure a minimum 3/8" flow of modified compound has been achieved. Precautions: Cold weather applications require special handling to prevent damage to the rolls and ensure sat- isfactory installation. Do not apply roofing systems over Improperly prepared substrates or substrates that contain moisture. Follow all safety recommendations relating to the use and maintenance of liquid propane gas torches and equipment. Refer to the CertainTeed Commercial Roof Systems Specifications for additional safety information. Maintenance:TopShield• PRO Roof Systems do not re- quire any additional maintenance beyond normal yearly roof maintenance procedures. CertainTeed recommends regular roof maintenance and inspection to determine the condition of drains, flashings and other similar Item's, and to prolong the life expectancy of the roof system. WARRANTIES: SRS Distribution (SRS) warrants to the original building owner (Owner) that the Product described above, will remain free of manufacturing defects until the Warranty Expiration Date. CAUTION FIRE HAZARD: Torch application of this product may create a risk of fire, including smoldering fires. The roofing applicator is solely responsible for ensuring and enforcing safe and proper application of CertainTeed's roofing products by competent and qualified personnel. Only properly trained roofing pro- fessionals are authorized to install this product. Never apply flame directly to combustible materials or allow the flame to enter into hidden or protected areas that may contain combustible materials. Follow all local code requirements. Have a Class A -B -C fire extinguisher available to each applicator.Thoroughly inspect the job site when- ever torching equipment has been used. Be certain that all chances of a fire have been eliminated. Refer to the CertainTeed Commercial Roof Systems Spec- ifications, Midwestern Roofing Contractors Association (MRCA) CERTA program, National LP Gas Association, National Roofing Contractors Association (NRCA), National Fire Protection Association (NFPA), and Asphalt Roofing Manufacturers Association (ARMA) for further information and safety recommendations. To pShleldProduclecom SRS Distslbutinn 7740 S Hwy 1I1. McKlnney,TX 75070 J&KRoofing,LLC 13000 W. 43. Dr. Golden, CO 80403 Phone (303)425-7531 — Fax (303)425-1562 www.jkroofing.com FIVE YEAR LABOR WARRANTY AK Roofing, LLC. warrants to the general contractor or homeowner their asphalt/cedar roof/tile will be free from defects in workmanship that may cause leakage or the loss of shingles. J&K Roofing, LLC. will repair such problems, by supplying labor for a period of 5 years from the date of completion. This contract exceeds industry standards by 4 years. The warranty items are to be repaired only by J&K Roofing, LLC. and the customer must notify J&K Roofing,'LLC. within seven days after the problem has been discovered. The warranty is non -transferable and J&K Roofing, I.LC. will not be liable for the roof or structural damage resulting from normal wear and tear, including but not limited to: ice damage, wind damage, acts of God, hailstorms or foreign objects. In addition, any fungus, bacteria, infestation, UV degradation, rust, or corrosion resulting in metal or wood decay will not be covered. This warranty is in lien of all other expressed and implied warranties of merchantability and fitness for a particular purpose and is limited to the duration of this warranty. J&K Roofing, LLC. shall not be liable for any incidental, consequential, or special damages of any form. This includes damage to the interior or exterior of any building or replacement not authorized in writing or performed byJ&K Roofing, LLC. To obtain services, the general contractor/homeowner must have their contract amount completely paid in full. Secondly, present this certificate of warranty, and J&K Roofing, LLC. will respond within seven working days, weather permitting. Name LTVClJL 0-4 Pysw4 ,5119 etc/ Job Address /600 2` 6'Y4e/fe.. (4.-7 Date of Completion e114,4 r/ 0-0 12 - J & K Representative 11440 Carmel Commons Blvd Ste 207 Charlotte, NC 28226 (800) 438-1162 (704) 366-6847 PAX (704) 364-3214 tbe@bondexchange.com Official Offer of Terms/Prequalification Letter Date: July 18, 2022 J & K Roofing LLC 13000 W 43rd Dr Golden, CO 80403 Thank you for your application for bonding prequalification, We have been successful in placing your company with a Surety Company to meet your current bonding needs. Below is you offer of terms. Name of Surety: Address of Surety: Single Limit: Aggregate Limit: Annual Bid Bond Fee: N/A American Contractors Indemnity Company 801 S Figueroa Street, Suite 700 Los Angeles, CA 90017 $1,000,000 $3,000,000 Premium for Finals $24/thousand (2.4%) (Payment/Perf.): Any arrangement for bonds required by a contract Is subject to the satisfactory review of all contract documents, warranty periods, and bond forms. This letter is not an assumption of liability, nor is it a bid bond or performance bond. It is issued only as a letter of recommendation requested from us by our client. This offer can be used a a letter of good standing. You may make copies and file them with any General Contractors or Obligees who might wish to retain a copy for their records. Should you or any of your associates have any questions concerning any non -confidential information such as your above capacity or bond rate, please feel free to give me a call to discuss, Thank you again. Nick Brady 1 Senior Contract Underwriter The Bond Exchange, Inc. J&KROOF-01 CERTIFICATE OF LIABILITY INSURANCE APHILLIPS DATE(MM/DD/YYYY) 11/7/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Bradley Insurance Group 1350 Independence St, Suite 200 Lakewood, CO 80215 CONTACT NAME: PHONE FAX ran, EXt): (303) 480-5005 (aC, No):(303) 458-5857 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL # INSURER A:Owners Insurance 32700 INSURED J & K Roofing LLC 13000 W 43rd Drive Golden, CO 80403 INSURER B:Colony Insurance Company 39993 INSURER c:Copperpoint INSURER D: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: HE INSURED NAMED ABOVE FOR THE POLICY PERIOD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TORE() INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TN TYPE OF INSURANCE ADDL SUBR INSD WVD POLICY NUMBER POLICY EFF IMM/DDrrYYYI POLICY EXP IMM/DD/YYYYI LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GE, AGGREGATE LIMIT APPLIES PER: POLICY ❑ JEe7 LOC OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ A AUTOMOBILE LIABILITY X ANY AUTO OWNED AUTEO�S ONLY AUTOS ONLY SCHEDULED AUTOOSyyN A0 OS ONLY 5292072600 7/16/2022 7/16/2023 COMBcdeINED nt) SINGLE LIMIT a ac $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ (Peon //ERjOtDAMAGE $ B X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE XS174926 8/26/2022 8/26/2023 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED I I RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' onrcTY ANV PROPRIETOR/PARTNER/EXECUTIVE Y/ N OFFICER/MEMBER EXCLUDED? �N (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below X N / A 1024028 7/1/2022 7/1/2023 X STATUTE I I OERH E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 701, Addkional Remarks Scedule, may be attached if more space is required) Waiver of subrogation applies in favor of the certificate holder for worker's compensation. CERTIFICATE HOLDER CANCELLATION Weld County Board of County Commissioners tY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1150 O Street Greeley, CO 80631 AUTHORIZED REPRESENTATIVE I ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us). This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. State CO Schedule Blanket/Schedule/State BLANKET Blanket Waiver: Anyone for whom you have agreed to provide this Waiver subject to the terms of this endorsement This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. This document may have been uploaded to the CopperPoint Portal. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 07/01/2022 Policy No. 1024028 Endorsement No. 9 Insured J & K Roofing LLC Premium $ Insurance Company CopperPoint American Insurance Company Countersigned by `/c. J WC 00 0313 (Ed. 4-84) ©1983 National Council on Compensation Insurance. AFRO` JKROO-1 CERTIFICATE OF LIABILITY INSURANCE P ID: TF DATE (MM/DD/YYYY) 11/07/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 303-991-7180 Phil Kiplin cia Agency 7970 Kiplin Street Lakewood, CO 80215 CONTACT John Booth NAME: PHONE 303-991-7180 I FAX 303-238-7345 rail, Ext): (ac, No): E-MAILSS: Jbooth@insurecolo.com ADDRE INSURER(S) AFFORDING COVERAGE NAIL ft INSURER A: Clear Blue Specialty Ins. Co. 37745 n�g�q� J&K ROofinn, LLC 13000 W. 43rd Dr. Golden, CO 80403 INSURER B INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE SUER INSD WVD al POLICY NUMBER POLICY FM fMM/DDIYVYYI mom IMM/DD/YYWI LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X AR01-RS-2201954-02 08/26/2022 08/26/2023 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL 8,ADV INJURY $ 1,000,000 GEM_ AGGREGATE LIMIT APPLIES PER: POLICY X JECT I7 Loc OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTEO�S ONLY AUTOS ONLY \ SCHEDULED AUTOOSWN AUTOS ONLY (Ea al deD SINGLE LIMIT $ BODILY INJURY (Per person) $ BODILY INJURY (Per axident) $ (PeMidrentDAMAGE $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPRO RIIm NH) ETOER EXCLUDED? /ECUTIVE ❑ (Mandatory If yes, describe under DESCRIPTION OF OPERATIONS below N /A I STATUTE I I ERH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate holder is listed as additional insured, and a waiver of subrogation applies per attached endorsements. 30 days written notice of cancellation will be sent to the certificate holder. CERTIFICATE HOLDER CANCELLATION WELDCOU SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld Coun tY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1555 N 17th Ave Greeley, CO 80631 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: AR01-RS-2201954-02 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Blanket as required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 O POLICY NUMBER:AR01-RS-2201954-02 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations Blanket where required by written contract signed by both parties and the contract is executed prior to any loss Any location where required by written contract signed by both parties and the contract is executed prior to any loss Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to B. include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 O Contract Form N Request Entit Entity Name* J&K ROOFING LLC Contract Name* PRINT SHOP ROOF REPLACEMENT Contract Status CTB REVIEW Contract Description* REPLACE THE ROOF ON THE PRINT SHOP Contract Description 2 Contract Type* CONTRACT Amount* 151,1 74.84 Renewable* NO Automatic Renewal Entity ID* 0©46252 El New Entity? Contract ID 6443 Contract Lead* SGEESAMAN Contract Lead Email sgeesamanvco.weld.co.us Parent Contract ID Requires Board Approval YES Department Project Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 11/10/2022 11,14,2422 Department Email CM- BuildingGroundsitweldgov.c om Department Head Email CM-BuildingGrounds- DeptHead0)weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- C:OU NTYATTG RN EYO)WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a NSA enter &ISA Contract ID Will a work session with BUCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid /RFP It* B22©0142 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase u Effective Date (Ryyeview Date* 0130/2023 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date* 01,130/2023 Contact Information I Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 11/17/2022 Approval Process Department Head TORY TAYLOR OH Approved Date 1111512022 Final . Approval 13OCC Approved 6OCC Signed Date 13OCC Agenda Date 11,,'21/2022 Originator SGEESAMAN Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 1 1 /1 5 2022 11/16/2022 Tyler Ref # AG 112122 October 20, 2022 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Print Shop Roof Replacement; B2200142 As advertised this bid is for the Print Shop Roof Replacement. The low bid is from J&K Roofing, LLC. and meets specifications. Therefore, Facilities is recommending the award to J&K Roofing, LLC. for $51,174.84 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director I 1 /O1 Qoaa-aga9 L3C000ay DATE OF BID: OCTOBER 17, 2022 REQUEST FOR: PRINT SHOP ROOF REPLACEMENT DEPARTMENT: FACILITIES BID NO: B2200142 PRESENT DATE: OCTOBER 19, 2022 APPROVAL DATE: NOVEMBER 7, 2022 VENDOR J&K ROOFING, LLC 13000 W. 43RD DRIVE GOLDEN, CO 80403 3G CONSTRUCTION & ROOFING 835 E. PLATTE AVENUE COLORADO SPRINGS, CO 80903 BRAHMA ROOFING AND CONSTRUCTION 1540 MAIN STREET, SUITE 218 #194 WINDSOR, CO 80550 G2 CONSTRUCTION 5805 MANGROVE COURT LOVELAND, CO 80538 REYNOLDS ROOFING SYSTEMS 2812 N. PROSPECT STREET COLORADO SPRINGS, CO 80907 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 reverett(aaweldaov.com coeisert(6 weldoov.com cmoetersCaaweldoov.com Phone: (970) 400-4222, 4223 or 4216 Fax: (970) 400-4024 START FINISH DATE DATE TOTAL 11/28/22 12/2/22 $51,174.84 11/16/22 11/23/22 $55,973.00 11/16/22 12/16/22 $58,502.34 11/17/22 12/16/22 $61,800.00 IMMEDIATELY 12/16/22 $89,291.75 UPON RECEIPT OF SIGNED CONTRACT 2022-2924 10 ll9 bet 06Z4 PAGE 2 DATE OF BID: OCTOBER 17, 2022 REQUEST FOR: PRINT SHOP ROOF REPLACEMENT DEPARTMENT: FACILITIES BID NO: B2200142 START FINISH VENDOR DATE DATE TOTAL ALPINE ROOFING LTD 11/21/22 12/2/22 $89,579.00 4780 YORK STREET DENVER, CO 80216 US WOMEN'S ROOFING AND ASSOCIATES, LLC 11/21/22 12/16/22 $91,904.78 1794 PLATTE STREET, SUITE 200 DENVER, CO 80202 UNITED MATERIALS 12/07/22 12/23/22 $144,803.00 5135 YORK STREET DENVER, CO 80216 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS.
Hello