Loading...
HomeMy WebLinkAbout20220437.tiffC r C+ ID- 5toO ' ji THIS AGREEMENT is made and entered into this 3 day of , 202,, by and between the Board of Weld County ommissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and Front Range Raynor, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and I WHEREAS, Contractor is willing perform the required services according to WHEREAS, Contractor is as time, skill, expertise, and experience NOW, THEREFORE, in conside herein, the parties hereto agree as follows: 1. Introduction. The terms of this document and in the attached Exhibits, eai are incorporated herein. The parties each the attached Exhibits, define the perf willingness and ability to meet those requ Agreement and any Exhibit or other attacl and the remaining order of precedence sh,, Exhibit A consists of County's set forth in Bid Package No. B2 Exhibit B consists of Contractor's 2. Service or Work. Contractor products necessary for the Work and agree materials necessary to perform and con Contractor shall further be responsible for to comply with the standards and require County may result in County's decision to 3. Term. The term of this Al of this Agreement and shall continue responsibilities described in the attached understand and agree that the laws of the Agreements which bind County for pen extended upon mutual written agreement c eone.i+cjrdoL. 03/ 2l/ZZ has the specific ability, qualifications, and time to terms of this Agreement; and to do business in the State of Colorado and has the i to provide the services as set forth below. of the mutual promises and covenants contained ,reement are contained in the terms recited in this of which forms an integral part of this Agreement and knowledge and agree that this Agreement, including ranee obligations of Contractor and Contractor's ments (the "Work"). If a conflict occurs between this l document, the terms of this Agreement shall control, based upon order of attachment. for Bid (RFB) or Request for Proposal (RFP) as to County's Request. pees to procure the materials, equipment and/or to diligently provide all services, labor, personnel and ilete the Work described in the attached Exhibits. ie timely completion and acknowledges that a failure rents of Work within the time limits prescribed by vithhold payment or to terminate this Agreement. ;ement begins upon the date of the mutual execution hrough and until Contractor's completion of the Exhibits. Both of the parties to this Agreement ,tate of Colorado prohibit County from entering into Is longer than one year. This Agreement may be the Parties. . &) 41aV/ca 2022-0 431 8 G00 Z�f i 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 lreach 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 mate 'als, equipment, tools and facilities owned by County which Contractor is using, by whatever nethod it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other d cuments 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 an documents shall be the property of County. Copies of work product that is incomplete at tite time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is ternhlinated by County, Contractor shall be compensated for, and such compensation shall be limited to, (l) the sum of the amounts contained in invoices which it has submitted and which have been appijoved by the County; (2) the reasonable value to County of the services which Contractor provide4 prior to the date of the termination notice, but which had not yet been approved for payment; acid (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 wok satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any mendments 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 qounty 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 le 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, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $53,196.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been 2 specifically approved by Weld County as: time during the term or after termination determines that any payment made by Cou which payment was made did not perform of such determination and request for rei return such payment(s) to County. Upon to funds advanced by County, if any, shall for any taxes from monies paid to the Cont responsible for the accurate reporting and p to the terms of this Agreement. Unless exl shall not be entitled to be paid for any othe the contrary contained in this Agreement, after, nor shall any payments be made to of any year, without an appropriation therel the Board of County Commissioners in c Revised Statutes, the Local Government B Amendment (Colorado Constitution, Articl equired pursuant to the Weld County Code. If, at any or expiration of this Agreement, County reasonably sty to Contractor was improper because the service for is set forth in this Agreement, then upon written notice nbursement from County, Contractor shall forthwith urination or expiration of this Agreement, unexpended hwith be returned to County. County will not withhold -actor hereunder and Contractor agrees to be solely tyment of any taxes related to payments made pursuant ressly enumerated in the attached Exhibits, Contractor • expenses (e.g. mileage). Notwithstanding anything to .ounty shall have no obligations under this Agreement ontractor in respect of any period after December 31 ore by County in accordance with a budget adopted by )mpliance with Article 25, Title 30 of the Colorado zdget Law (C.R.S. 29-1-101 et. seq.) and the TABOR X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreementsfor the completion of the Work without County's prior written consent, which may be withheld in !County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this A eement, 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 Cont •actor 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 inforrrtion obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawing, 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. Confidenti, separately from non -confidential informs the top the word, "CONFIDENTIAL." Weld County must comply with the provi 24-72-201, et seq., with regard to public documents. Contractor agrees to keep Contractor agrees not to sell, assign, disc any other person or entity without seeking to advise its employees, agents, and consi confidential information and of the restric 11. Warranty. Contractor warrant performed in a manner consistent with tt of this Agreement. Contractor further rep; qualified personnel in a professional m( services will conform to applicable spec design to be used for construction purpo: and quantity calculations and shall subn additional costs during project constru, omissions (professional negligence) whit resulting in costs greater than the cons financially liable for such increased costs. 12. Acceptance of Services Not a W shall submit to County originals of all to this work. Acceptance by County of r Agreement shall not in any way relieve ( of the project. In no event shall any actic a waiver by County of any breach of this of Contractor, and County's action or in impair or prejudice any right or remedy av No assent, expressed or implied, to any conditions of the Agreement shall be d, Acceptance by the County of, or payment be construed as a waiver of any of the C generally. • information of the Contractor should be transmitted ion, clearly denoting in red on the relevant document at lowever, Contractor is advised that as a public entity, ons of the Colorado Open Records Act (CORA), C.R.S. ecords, and cannot guarantee the confidentiality of all ,onfidential all of County's confidential information. ibute, or disclose any such confidential information to written permission from the County. Contractor agrees itants, of the confidential and proprietary nature of this ions imposed by this Agreement. that the Work performed under this Agreement will be standards governing such services and the provisions �sents and warrants that all Work shall be performed by mer, consistent with industry standards, and that all cations. For work in which Contractor produces a w, Contractor shall carefully check all unit quantities t them for County review. If the County experiences ion which are directly associated with errors and require change orders to the construction contract uction contract bid unit costs, Contractor shall be ver. Upon completion of the Work, Contractor results, reports, etc., generated during completion of orts and incidental material(s) furnished under this ritractor of responsibility for the quality and accuracy by County hereunder constitute or be construed to be greement or default which may then exist on the part ion when any such breach or default exists shall not table to County with respect to such breach or default. reach of any one or more covenants, provisions or med or taken to be a waiver of any other breach. r, the Work completed under this Agreement shall not inty's rights under this Agreement or under the law 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 of the Contractor's employees acting within the course and scope of their 4 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., ANI when such Contractor or subcontractor executes the appropriate sole proprietor waiver Form. Commercial General Liability In4irance including public liability and property damage, covering all operations required by e Work Such policy shall include minimum limits as follows: $1,000,000 each occurren e; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment pe person. Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles o erating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors a professional misconduct or lack of of Services of this contract. Cor, wrongful acts, errors and/or omissi sustained by reason of or in the cc professional services. In the event t Contract is written on a claims-maa under the policy shall precede the of coverage will be maintained or an e: of two (2) years beginning at the ti] Limits: $1,000,000 Per Loss; $2,00 Omissions Liability). The policy shall cover 3inary skill for those positions defined in the Scope ]ctor shall maintain limits for all claims covering s, including design errors, if applicable, for damage se of operations under this Contract resulting from t the professional liability insurance required by this basis, Contractor warrants that any retroactive date ;five date of this Contract; and that either continuous nded discovery period will be exercised for a period work under this Contract is completed. Minimum 100 Aggregate. b. Proof of Insurance. Upon Count's request, Contractor shall provide to County a certificate of insurance, a policy, o4 other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, Colorado, its electedoffiicials, 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 their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as r quired herein. Contractor agrees to provide proof of insurance for all such subcontractois 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 obligatio s 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 ovrn expense, any additional kinds or amounts of insurance that it may deem necessary to cov r its obligations and liabilities under this Agreement. e. Uertitication of Compliance with lnsurance 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 add Tonal 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 andagainst 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 Agreem nt or on account of any act, claim or amount arising or recovered under workers' compensation aw or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulaf lion, judicial decision, or other law or court decree. The Contractor shall be fully responsible and r 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 investigai4TJn, defense and judgment costs where this contract of indemnity applies. In consideration of thelaward 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 my 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 o4 denied at the sole and absolute discretion of County. 16. Examination of Records. To th4 extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to tiis Agreement. 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 t 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 6 representative ("County Representative") all necessary and proper decisions with interpretations, change orders, and other i Representative. All notices or other comr the terms and conditions of this contra circumstances: ho shall make, within the scope of his or her authority, reference to the project. All requests for contract larification or instruction shall be directed to County unications made by one party to the other concerning ,t shall be deemed delivered under the following (a) personal service by a reputable lourier service requiring signature for receipt; or (b) five (5) days following delive to the United States Postal Service, postage prepaid addressed to a party at the address et forth in this contract; or (c) electronic transmission via em4ii1 at the address set forth below, where a receipt or acknowledgment is required and re eived by the sending party; or Either party may change its notice to: TO CONTRACTOR: Name: Ryan Long Position: Commercial Address: 3847 South M Address: Fort Collins. E-mail: roan ,frontrai Phone: 970-223-9555 TO COUNTY: Name: Toby Taylor Position: Director of Facilitie Address: 1105 H Street Address: Greeley, CO 80634 E-mail: ttavlor(a_ .weld ov_c: Phone: 970-400-2020 19. Compliance with Law. ( and State laws, rules and regulations in laws applicable to discrimination and i es) by written notice to the other. Notice may be sent ctor shall strictly comply with all applicable federal or hereafter established, including without limitation, employment practices. 20. Non -Exclusive Agreement. This 4greement is nonexclusive and County may engage or use other Contractors or persons to perforn services of the same or similar nature. 21. Entire Agreement/Modifications. hereto and incorporated herein, contains tli the subject matter contained in this Agreerr representations, and understandings or agrf this Agreement. This Agreement may be signed by both parties. This Agreement including the Exhibits attached entire agreement between the parties with respect to it. This instrument supersedes all prior negotiations, nents with respect to the subject matter contained in anged or supplemented only by a written instrument 22. Fund Availability. Financial c year are contingent upon funds for that pi available. Execution of this Agreement County to expend funds not otherwise ap rations of the County payable after the current fiscal ,se being appropriated, budgeted and otherwise made County does not create an obligation on the part of mated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — CR.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreemeiit state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. j 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 requirements) shall survive any such expir4tion 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 e4tent 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. enforcement of the terms and conditions of enforcement, shall be strictly reserved to t shall give or allow any claim or right of acti Agreement. It is the express intention of undersigned parties receiving services or beneficiary only. It is expressly understood and agreed that the is Agreement, and all rights of action relating to such undersigned parties and nothing in this Agreement i whatsoever by any other person not included in this e undersigned parties that any entity other than the !nefits under this Agreement shall be an incidental 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 through participation in the E -Verify 1 pursuant to C.R.S. §8-17.5-102(5)(c). subcontractor that fails to certify with employ or contract with an illegal alien not use E -Verify Program or State of Col screening or job applicants while this Ag knowledge that a subcontractor perform contracts with an illegal alien Contractoi (3) days that Contractor has actual knoi with an illegal alien and shall terminate tl or contracting with the illegal alien withii terminate the subcontract if within three i that the subcontractor has not knowingly shall comply with reasonable requests pursuant to C.R.S. §8-17.5-102(5), by th Contractor participates in the State of Colc hiring an new employee to perform work the legal work status of such employee, r falsified the identification documents for written notarized affirmation that it has ex. comply with all of the other requirements comply with any requirement of this pro terminate this Agreement for breach, and i consequential damages. ie United States to perform work under this Agreement, .ogram or the State of Colorado program established Contractor shall not enter into a contract with a iontraetor that the subcontractor shall not knowingly perform work under this Agreement. Contractor shall ,rado program procedures to undertake pre -employment -ement is being performed. If Contractor obtains actual rig work under this Agreement knowingly employs or shall notify the subcontractor and County within three ledge that a subcontractor is employing or contracting subcontract if a subcontractor does not stop employing three (3) days of receiving notice. Contractor shall not ays the subcontractor provides information to establish mployed or contracted with an illegal alien. Contractor nade in the course of an investigation, undertaken Colorado Department of Labor and Employment. If -ado program, Contractor shall, within twenty days after nder the contract, affirm that Contractor has examined tamed file copies of the documents, and not altered or uch employees. Contractor shall deliver to County, a mined the legal work status of such employee and shall f the State of Colorado program. If Contractor fails to ision or of C.R.S. §8-17.5-101 et seq., County, may so terminated, Contractor shall be liable for actual and Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) yeas of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective pate of the contract. 31. Attorney's Fees/Legal Costs. In thevent of a dispute between County and Contractor concerning this Agreement, the parties agr4e that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, I with the attached Exhibits, is the con parties and supersedes all proposals communications between the parties re ILM By: __ Name: Title: WELD COU 7Y: ATTEST: Weld ct5ilnty Clerk to th( BY-( Deputy Clerk and exclusive statement of agreement between the prior agreements, oral or written, and any other to the subject matter of this Agreement. 10 3-3-2Z Date of Signature BOARD OF COUNTY COMMISSIONERS WEL COUNTY, COLORADO Sco . James, Chair MAR 2 12022 ?O22— o47 Weld County Department of Purchasing Phone (970) 356-4000 Ext. 4223 1150 "O" Street Greeley, Colorado 80631 PURCHASE ORDER T©:@00005172 VENDOR CODE FRONT RANGE RAYNOR DOOR COMPANY PO BOX 270746 FORT COLLINS CO 80527 BUYER. NAME: Christie Peters ITEM _ _. __ . _ ... _ __._...,.. . COMMODITY DESCRIPTICTI ,.._..__..... .. ..__._.._.. PJRCHASE ORDER.# P2200157 Page 1 DATE OF P.a. 02/16/22 B=AN+ET C I1tELD COUNTY ri CTh ATTN: TOBY TAYLOR 1105 "H" STREET GREELEY, CO 80631 U -22f WELD COUNTY FACILITIES DEPARTMENT I ATTN: TOBY TAYLOR 1105 "H" STREET GREELEY, CO 80631 1 JAIL SALLY PORT OVERHEAD DOOR REPLACEMENT EA 53,196.00 PER B2200044 APPROVED BY THE WELD BOCC ON 02/14/22. TOBY TAYLOR IS THE PROJECT MANAGER & P2200157. --CP DISCOUNT: .00 ADDL CHARGES: .00 TOTAL TAXES: .00 53,196.00 The articles specified are subject to the following conditions: 1. Goods other than those specified must not be substituted or prices changed without authorization. 2. The right of cancellation in case of long delay in shipment is reserved. 3. Either party may terminate this agreement at any time upon delivery to the other party of written notice received at least ten (10) days prior to the anticipated date of termination. This agreement may be terminated at any time by either party without notice upon a material breach of the terms herein by the other party. 4. No sales tax or use table shall be included in or added to prices of material on this order. 5. If the quantity shipped is short of the purchase order quantity, specify on the packing slip if that quantity is on back order or cancelled. ku$ 6. Bills will be paid off of original invoices only. By " AcoRD CERTIFICATE 01 LIABILITY INSURANCE DATE(MMIDD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATI N ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY MEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CO ISTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HO DER. IMPORTANT: If the certificate holder is an ADDITIONAL INSUR D, the policy(ies) must have (ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditi ns of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in eu of such endorsement(s). PRODUCER - MA Select LLC 2721 Council Tree Ave Suite 218 g Fort Collins CO 80525 NAME: Morgan Schv/eizer PHONE Ext): 970-204-6044 Nc : 970-282-8848 E-MAIL ADDRESS: fCbusiness f imacu .com INSURER(S) AFFORDING COVERAGE NAIC A SISURERA: United Fire!& Casualty Company 13021 License#: PC 1115916 INSURED FR NRAN-09 Front Range Raynor Door Co Inc/Front Range Raynor of CS, Inc PO Box 270746 INSURER B: *Pinnacol Assurance 41190 INSURER C Fort Collins CO 80527 INSURER D: INSURER E INSURER F: -- --- IS WflJIVr5 ISVIVIOGri. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BE OW 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 FFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN M.Y HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE AINsr DD. SUB POLICY N MBER MI D/ POLICY POLIlDQ EXP YYY LIMITS A X COMMERCIALGENERN. LIABILITY CLAIMS -MADE OCCUR ; 60516917 ! i 6/1/2021 I 6/1/2022 EACH OCCURRENCE $1,000,000 DAMAGE TO RE PREMISES lEa occurrence) $ 300,000 MED EXP(A one person) $10,000 L_i GEN'L _ PERSONAL & ADV INJURY $1,000,000 AGGREGATE LIMIT APPLIES PER: POLICY JET I - - I LOG OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X1 LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED I NON -OWNED AUTOS ONLY - AUTOS ONLY 60516917 `• + 1 6/1/2021 6)1/2022 COMBINED SINGLE LIMIT Ea accident $1 000 Ooo BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accdent $ A UMBRELLALIAB EXCESS LIAR XLi OCCUR CLAIMS -MADE 60516917 6/1/2021 6/1/2022 EACH OCCURRENCE $2,000,000 X AGGREGATE $2,000,000 DED X RETENTION$n $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYPROPRIETORIPARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA 4052719 j ; 6/1/2021 611/2022 X H _. STATUTE ER E.L. EACH ACCIDENT __ $1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 A Leased/Rented Equipment 60516917 6/1/2021 6/1/2022 Limit Deductible $50,000 $1,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remar Schedule, may be attached if more space is required) General Liability Policy does not exclude acts of Subcontractors & Indep ndent Contractors, subject to the terms and conditions of the policy. RE: Jail Sally Port Overhead Door Replacement SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County ACCORDANCE WITH THE POLICY PROVISIONS. 1105 H Street AUTHORIZED REPRESENTATIVE Greeley CO 80631 @1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: JANUARY 3, 2022 BID NUMBER: B2200044 DESCRIPTION: JAIL SALLY PORT OVERHEAD DOOR REPLACEMENT DEPARTMENT: FACILITIES MANDATORY PRE -BID MEETING: JANUARY 12, 2022 BID OPENING DATE: JANUARY 26, 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: JAIL SALLY PORT OVERHEAD DOOR REPLACEMENT A mandatory pre -bid meeting will be held on January 12, 2022 at 10:00 AM at the Weld County Jail located at 2110O Street, Greeley, OO80631. Meet in main lobby. Vendors must participate and record their presence at the mandatory pre -bid meeting to be eligible to submit bids. Bids will be received for the above stated merchandise, equipment, and/or services up to, but not later than: January 26, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on January 26, 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, St. Vrain Meeting Room, 1150O Street, Greeley, OO80631. Phone number: 720-439-5261 Phone Conference ID: 102787308 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 which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: Email. Emailed bids are required. Bids may be emailed to bidsc�weldgov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet 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 we receive your bid/proposal. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. 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. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. 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. H. 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. I. 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. Iii.01 11 ��a„ -..- J. Extension or Modification: Any amendments or modifications to this agreement shall be in writing, signed by both parties. K. 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. L. Warranty: The successful bidder shall provide a warranty to the County as arranged by the parties. M. 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. N. 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. O. 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. P. 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. Q. 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. R. 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. S. Insurance. Insurance coverage must be maintained as required by law and as specified in the specifications and/or scope of work. BID REQUEST #B2200044 Page 3 Jail Sally Port Overhead Door Replacement OVERVIEW: This bid is to replace an existing overhead door at the Weld County Jail in the main sally port garage. The building is located at 2110 O Street, Greeley CO 80631. SPECIFICATIONS: 1. Provide and install (1) 1,000,000 cycle overhead door. Door to be Cornell EPD1024 or equal. 2. Remove existing overhead door and dispose of. 3. New door will be approximately 24'— 0" X 12'- 0". Contractor to verify size prior to bidding. 4. Minimum door construction specifications are: a) 18 GA gray galvanized steel finish. b) FOW mount. c) 24" / SEC open. d) Springless design and high-performance parts for 1,000,000 cycle rating. e) Direct drive 3HP 460V 3PH operator with wall mount control panel for controls and interfaces. f) Light curtain and PEC sensors for safety 5. Contractor will be responsible for all electrical connections. 6. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 7. Dispose of / recycle all trash off -site in a legal manner. 8. Any employee that will be working on site will be required to pass a background check through the Weld County Sheriffs Office before being permitted on site. 9. Payment and Performance bonds are required if the costs exceed $50,000.00. 10. Bidder is expected to enter into a standard County contract. 11. It is critical that this door be out of operation for the shortest time possible. Based on a contract being ready by February 28, 2022, provide a start and completion date based on current lead times and workloads in the area below. 12. No bid bond is required for this project. 13. Davis -Bacon and Buy American requirements are NOT required. Start date Completion date Make/Model PRICE: Provide a price for the turn -key installation for overhead door replacement. Total price for overhead door replacement $ 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 January 26, 2022: 1) Completed page 4 of the Bid Specifications. 2) Completed page 5 of the Bid Specifications. 3) Payment and Performance bonds are required upon award if the costs exceed $50,000.00. 4) W9, if applicable** 5) Any future Addenda must be completed. **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 #B2200044 Page 4 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2200044. 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 proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal 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. 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 PRINTED NAME AND TITLE SIGNATURE E-MAIL BOARD OF COUNTY COMMISSIONERS ATTEST: Weld County Clerk to the Board Deputy Clerk to the Board FAX 07_110 WELD COUNTY, COLORADO Scott James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller C fS-i .n. .... »v ... "Y `! M.as.Y MG .�� e. I'a .� .. -_e..' .. vi =••am e. t i r 1i w6 `rb. {qe a Ifl smEa ••y Exhibit B Jail Sally Port Overhead Door Replacement OVERVIEW: This bid is to replace an existing overhead door at the Weld County Jail in the main sally port garage. The building is located at 2110 O Street, Greeley CO 80631. SPECIFICATIONS: 1. Provide and install (1) 1,000,000 cycle overhead door. Door to be Cornell EPD1024 or equal. 2. Remove existing overhead door and dispose of. 3. New door will be approximately 24' — 0" X 12' — 0". Contractor to verify size prior to bidding. 4. Minimum door construction specifications are: a) 18 GA gray galvanized steel finish. b) FOW mount. c) 24"! SEC open. d) Springless design and high-performance parts for 1,000,000 cycle rating. e) Direct drive 3HP 460V 3PH operator with wall mount control panel for controls and interfaces. f) Light curtain and PEC sensors for safety 5. Contractor will be responsible for all electrical connections. 6. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 7. Dispose of / recycle all trash off -site in a legal manner. 8. Any employee that will be working on site will be required to pass a background check through the Weld County Sheriffs Office before being permitted on site. 9. Payment and Performance bonds are required if the costs exceed $50,000.00. 10. Bidder is expected to enter into a standard County contract. 11. It is critical that this door be out of operation for the shortest time possible. Based on a contract being ready by February 28, 2022, provide a start and completion date based on current lead times and workloads in the area below. 12. No bid bond is required for this project. 13. Davis -Bacon and Buy American requirements are NOT required. 10-i4, tasep ♦ aar.+.wr '.4we., a. L*) iwas is 'o-'4 Ws.. Start date ein.m W� Wititf�ilC.'t1AC!.+ a A"I IS 1�2 osgs- `740go#,et .jury I $JA.ual ea•+R7i0JW1 $ff iF A Completion date CdP0" W$ ' bO Make/Model PRICE: Provide a price for the turn -key installation for overhead door replacement. BID SUBMITTAL INSTRUCTIONS: 1.2 bel( 1NSTwt,t COa t.L Wspo Ioz4 Total price for overhead door replacement $5 1 . o.._ The tang IWns must be completed and submitted with your bid on or before the bid opening deadline of 10:00 A. Y A 1) Completed page 4 of the Bid Specifications. 2) Completed page 5 of the Bid Specifications. 3) Payment and Performance bonds are required upon award if the costs exceed $50,000.00. 4) W9, if applicable" 5) Any future Addenda must be completed. **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 Willow 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 #92200044 Page 4 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 proposal for Request No. #82200044. 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 proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal 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. 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 FftNT AAN Ra 4N6 . Ooo2 BUSINESS ADDRESS 384? SoUW MASON sigET' CITY, STATE, ZIP CODE Faa-r t*u.r, cowUa IDO 1 S0525 TELEPHONE NO 9'70.223.75'S FAX 1►70. 223.95'58 TAX ID # 84 - toy3793 PRINTED NA SIGNATURE E-MAIL ICY*4.. Q Fy*ar=^w"_9n wa¢.. CvM DATE _JAMu4e'/ 2'5, 2022 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 - 3. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Scott James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller BID REQUEST #82200044 Page 5 ADDENDUM#1 BID REQUEST NO. B2200044 JAIL SALLY PORT OVERHEAD DOOR REPLACEMENT Currently: Page one of the request for bid (Bid Specs) states that the pre -bid meeting on January 12, 2022 is mandatory: Change: Remove mandatory. This pre -bid meeting is not mandatory. f MktTl%V4(A WAS 41I.CAOD 04 Oulz CaMPAJ JANUA" 12 2022. ***We need signed copy submitted with your bid. Thank You!*** Addendum received by: Faon>T `(.IS f)U� FIRM 31&47 SUJTH Nwso%a s -7R Er ADDRESS Faa.T C.aU VS G1 .0RiiDD $O52S CITY AND STATE BY >»rrA,�� Fa�nirrt�r�t�W�2 EMAIL January 5, 2022 FRONT RANGE RAYNOR Front Range Raynor 3847 South Mason Street Fort Collins, Colorado 80922 Phone: 970-223-9555 QUOTE Project: WELD COUNTY JAIL SALLY PORT 2110O STREET, GREELEY CO, 80631 BID# B2200044 - WELD COUNTY JAIL SALLY PORT OVERHEAD DOOR REPLACEMENT DATE CREATED: 01/25/2022 QUOTE STATUS: Out for Bid CREATED BY: CREATED BY: Ryan Long (Front Range Raynor) Ryan Long (Front Range Raynor) # Description Amount OVERHEAD DOOR REPLACEMENT —1,000,00 CYCLE RATING (1) CORNELL EPD1024 EXTREME PERFORMANCE COILING DOOR, 24'-0" X 12-0", GRAY GALVANIZED STEEL FINISH, 18GA, FOW MOUNT, 24"/SEC OPEN, SPRINGLESS DESIGN AND HIGH- PERFORMANCE PARTS FOR 1,000,000 CYCLE RATING. DIRECT DRIVE 3HP 460V 3PH OPERATOR WITH WALL MOUNT CONTROL PANEL FOR CONTROLS AND INTERFACES. LIGHT CURTAIN AND PEC SENSORS FOR SAFETY. PRICING INCLUDES REMOVAL OF THE EXISITNG DOOR AND THE INSTALLATION OF THE NEW DOOR. $51,150.00 *HIGH VOLTAGE 460V 3PH WIRING MUST BE PROVIDED AND WIRED TO THE DOOR CONTROL PANEL BY A LICESNSED ELECTRICIAN. TERMINATIONS FROM THE DOOR CONTROL PANEL TO THE OPERATOR AND SAFETY SENSORS WILL BE BY FRONT RANGE RAYNOR. *THE EXISTING DOOR HAS ADDITIONAL DOOR CONTROLS IN THE SECURITY CONTROL ROOM. THE CURRENT INTENT IS TO USE THE SAME CONTROLS AND EXISITNG WIRING FOR THE NEW DOOR SO THIS CURRENT CONFIGURATION REMAINS THE SAME. PLEASE ADVISE IF NEW CONTROLS ARE TO BE PROVIDED FOR THE CONTROL ROOM. INCLUSION OF PAYMENT AND PERFROMANCE BOND AT 4% $2,046.00 APPROVAL DRAWINGS INCLUDED WITH PROPOSAL. THE DOOR TO BE RELEASED FOR ORDER UPON APPROVAL OF THE DRAWINGS AND PENDING AWARD OF THE FEBRUARY 28TH CONTRACT. MANUFACTURER LEAD TIME IS CURRENTLY (10-14) WEEKS. UPON PRODUCT ARRIVAL, WE SCHEDULE INSTALLATION WITH THE WELD COUNTY JAIL REPRESENTATIVE. THE EXPECTED INSTALLATION DURATION IS (1-2) DAYS. THIS WILL REQUIRE COORDINATION FOR THE ELECTRICIAN TO BE ONSITE FOR ELECTRICAL CONNECTIONS AT TIME OF INSTALLATION. THE OPENING WILL BE SECURE OVERNIGHT IF A SECOND DAY IS NEEDED FOR FINAL WIRING AND COMMISSIONING TOTAL FURNISHED AND INSTALLED: $53,196.00 NOTES: Prices include all material and labor. Job is Bid per Description above. Lead times have been affected by extensions across the industry. Tax not included, unless specified. Excludes any Header or Jamb Preparation, In -Wall Blocking or Structural Support. Excludes All Electrical Hookup, Wiring, Conduit, and Disconnects. Front Range Raynor Page 1 of 1 CORIELL Innovative door solut)ona" CRESTWOOD INDUSTRIAL PARK MOUNTAINTOP, PA 18707 PHONE (800) 233-8366 WWW.CORNELLIRON.COM DATE: 1/25/2022 PROJECT: WELD COUNTY JAIL LOCATION: DEALER*: FRONT RANGE RAYNOR PHONE: ADDRESS: Po Box 270746 Ft Collins, CO 80527 ATTN: Peter Long CORNELL#: LEER® RECYCLED CONTENT INFO FOR JOB: 2566.0 Lbs. - Total Weight of All Units 1394.0 Lbs., 54.3% - Post Consumer Content 503.0 Lbs., 19.6% - Post Industrial Content 1897.0 Lbs., 73.9% - Total Recycled Content 970-223-9555 E1635250 Submittal * "Dealer" refers to any purchaser, customer, or reseller of CornellCookson products, and not necessarily an authorized CornellCookson dealer. COR IELL Innovative door soIUtions� LEED® RECYCLED CONTENT DFTAII ITEM TOTAL WEIGHT POST CONSUMER % POST INDUSTRIAL % TOTAL RECYCLED % 1 2566 lbs 1394 ,bs 54.3% 503 lbs 19.6% 1897 lbs 73.9% 3 HP motor with gear reducer, solenoid brake, limit switch, auxiliary 1 - Pair of Telco failure and function photo eyes, hand chain operator (including power cutout switch when engaged), and 1 - Telco failure and function light curtain. reversing magnetic controller in NEMA 4/12 enclosure complete with overload protection and 24V control circuit. Operator includes wall mounted NEMA 4 control box and complete with terminal strip to facilitate field wiring. Wall mounted means of disconnect supplied for auxiliary hand chain operation. Motor equipped with eurodrive brake motor. CURRENT CHARACTERISTICS: 460 V 3 PH 60 HZ Electrical current must be verified in writing before job is released for manufacture; current verified and found correct. Operator bracket bracing required, unless operator is wall mounted, 151/2" 21" 7 IOOD BEAD 20" x 16" x 8" MOTOR CONTROL BOX None (1) 001 MATERIAL & FINISH: Curtain- Gale steel. phosphatized, CycleShietdm powder coating, color Standard Gray Bottom Bar -Struc steel, CycleShield'° powder coating, color Standard Gray Guides- Struc steel, CydeShieldTM powder coating, color Standard Gray Hood- Galy steel, phosphatized, CydeShieldTM' powder coating. color Standard Gray Plain Steel- CycleShield°" powder coating, color Standard Gray A BRAKE (PRINGLESS *HAFT :ONSTRUCTION -- ' UISvANCE BETWEEN GUIDES ' ' "- 10-12-2021 oouc soae ELEVATION (COIL SIDE) AND SECTION VIEW MOOD, tI 4C,/i/ MTR STDL MFI 5F 18GPI See drawing # E01635250001 B for guide detail. EPD1024 E 01635250 001 A , Q► ELL � TR PRO FDG MOTOR FRONT RANGE RAYNOR OPERATED ROLLING DOOR NumwaMthte door 5oMIond oe ORIGINAL DRAWING ovt2n2 Asos -"Dealer' refers to any purchaser, customer, or reseller of WELD COUNTY JAIL ,ARCHMECT, # REVISION DATE BY CorneltCookson products, and not necessarily an authorized r.,...dir..,.�e..., 0-.,..r... 5" 2 112" 21/2' NOTE YVell cansruot an detail shown is For lflusttanve purposes only does rat Imply 0cmpllance with bwld;rg re- cements, and must meet arckdectural s0acdfcations to properly support prod,ct Products designed with wind load reguvements must be properly fastened to structural members as specified in order to avoid catastrophic fadore Wag wnsttu t!cn and closure installation shall be in accordance wah Ina local authorgy having jurt! 4" x 4" x 114" -✓ je 1 7132" 3" 2112" 117/32" 1 7 °— WEATHERING UHMW-PE WEAR STRIP/B LIGHT CURTAIN. —� _T I PHOTO EYE. U & COVER (TYP.) GA0742 - 6" WALL FASTENERS: ASSEMBLY FASTENERS: AT 23" ON CENTER AT 22" ON CENTER - 1/4" FILLET WELD ENTIRE PERIMETER - 03/8-16 x 1-1/2"/EX HEAD CAP SCREW, GR 8 OF WALL FASTENER SLOT - HEX HEAD NUT, GR. B - HARDENED FLAT WASHERS GA0742 - 6" WALL FASTENERS: ASSEMBLY FASTENERS: AT 23" ON CENTER AT 22" ON CENTER - 114" FILLET WELD ENTIRE PERIMETER - 03/6-16 x 1-1/2"HEX HEAD CAP SCREW, GR 8 OF WALL FASTENER SLOT - HEX HEAD NUT, GR. 8 -HARDENEDFLAT WASHERS BOTTOM BAR / SLAT DETAIL MK: 001 CP0020 PLAN OF OPENING INSTALLERS NOTE: MAINTAINING FACTORY SET GUIDE GAPS IS CRITICAL TO THE PROPER OPERATION OF THE DOOR AND ITS 2 518" 314" S'= �.. y. , ; ABILITY TO WITHSTAND THE DESIGNED WINDLOAD! 24,_0" ' OPENING WIDTH ENDLOCK DETAIL -•+�-: ! -.. • •• .• CP1412 GALVANIZED ENDLOCKS ON ALTERNATING COIL --- SLATS WITH 3x 1/4" RIVETS O O 112" 1!2" - EXTERIOR i 2� ASTRAGAL 24'-1" CP1412 01-29-2020 1ltOD0IT' CODE DISTANCE BETWEEN GUIDES MOTEL • Joe> G3D3 600 MFI 5F 18GP1 EPD1024 - E 01635250 001 B DENt EN cOPJIELL I NON -INSULATED HSHC DOOR GUIDE FRONT RANGE RAYNOR ASSEMBLY, 6" PACKOFF con�raAcrcl: NSOM door wIlidlond. — ORIGINAL DRAWING 01/12/22 L805 eooealerr refers to any purchaser, customer, or reseller of WELD COUNTY JAIL ARCHITECT oa # REVISION DATECornellCookson products, and not necessarily en authorized CornellCookson dealer, New Contract Request Entity Information Entity Name * Entity ID- ❑ New Entity? FRONT RANGE RAYNOR DOOR 9O00051 72 COMPANY Contract am' JAIL SALLY PORT OVERHEAD DOOR REPLACEMENT Contract Status CTB REVIEW Contract Description * OVERHEAD DOOR REPLACEMENT Contract Description 2 Contract ID 5608 Contract Lead * SGEESAMAN Contract Lead Email sgeesamancco.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Type* Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND GROUNDS Date' 0303:2022 03072022 Amount* Department Email $53,196.00 CM- will a work session with BOCC be required?' BuiIdingGrounds, weldgov.c NO Renewable' 001 NO Does Contract require Purchasing Dept. to be included? Department Head Email YES Automatic Renewal CM-BuildingGrounds- DeptHeadingweldgov.corn Bid/RFP#* Grant 82200044 County Attorney GENERAL COUNTY IGA ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TORY TAYLOR DH Approved Date 03/0812022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date €03;`2112022 Originator SGEESAMAN Contact Type Review Date 06.302022 Committed Delivery Date Contact Email Renewal Date Expiration Date* 05;`30:2022 Contact Phone I Contact Phone 2 Purchasing Approved Date 0315:2022 Finance Approver CHRIS D'OVIDIO Finance Approved Date 03:10.2022 Tyler Ref # AG 032122 Legal Counsel BRUCE BARKER Legal Counsel Approved Date 03,`10, 2022 PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 February 4, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Jail Sally Port Overhead Door Replacement (82200044) As advertised this bid is for replacement of the jail sally port overhead door. The low bid is from Front Range Raynor and meets specifications. Therefore, the Facilities Department is recommending the award to Front Range Raynor in the amount of $53,196.00 If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director 22-64 1 oZ��{ gc-,00zy WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpeters(a)weldgov.com E-mail: reverett(c�weldgov.com E-mail: rturf a.weldgov.com Phone: (970) 400-4223,4222 or 4216 Fax: (970) 336-7226 DATE OF BID: JANUARY 26, 2022 REQUEST FOR: JAIL SALLY PORT OVERHEAD DOOR REPLACEMENT DEPARTMENT: FACILITIES BID NO: B2200044 PRESENT DATE: JANUARY 31, 2022 APPROVAL DATE: FEBRUARY 14, 2022 START END MAKE/ VENDOR DATE DATE MODEL TOTAL FRONT RANGE RAYNOR 10-14 WEEKS* 1-2 DAYS CORNELL $53,196.00 3847 SOUTH MASON ST LEAD TIME EPD1024 FORT COLLINS, CO 80525 AFTER ORDER DH PACE DOOR SERVICES, A DH PACE CO, INC 05/09/22** 05/11/22** CORNELL $58,205.00 4200 MONACO ST EPD1024 DENVER, CO 80216 ALL METRO DOOR & DOCK SERVICES, INC. MAY 2022 3-5 DAYS CORNELUCOOKSON 2422 S TRENTON WAY, UNIT G EPD1024 DENVER, CO 80231 *MANUFACTURER LEAD TIME IS 10-14 WEEKS. **DATES ARE ESTIMATED BASED ON MANUFACTURER LEAD TIMES & ARE SUBJECT TO CHANGE. THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. $72,684.00 2022-0437 Hello