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
20222476.tiff
Cool -vac+ (100331 AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & SELECT ROOFING CONTRACTORS, LLC EXTENSION OFFICE ROOF REPLACEMENT PROJECT THIS AGREEMENT is made and entered into this 34day Iday of O C I1 be,V , 2022, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and Select Roofing Contractors, 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 her to 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 th®se requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or ogler attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2200123. Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or W0rk. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. to/03/zZ CPIM'c'k4'"tn o/3/aa ZoZZ-N7 10 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 Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County 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 $128,791.00, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved) by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes !related to payments made pursuant to the terms of this Agreement. Unless expressly enumeratedi 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, gents or employees will not become employees of County, nor entitled to any employee benefit (including unemployment insurance or workers' compensation benefits) from County as a resu t of the execution of this Agreement. Contractor shall be solely responsible for its acts and those o its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to nforce 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 sell, 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 with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing 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 under 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. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. 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 where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Zack Stanevich Position: Manager Address: 700 Automation Drive Unit A Address: Windsor, CO. 80550 E-mail: zack@selectroofingcontractors.com Phone: 970-290-5393 County: Name: Toby Taylor Position: Facilities Director Address: 1105 H Street Address: Greeley, CO. 80631 E-mail: ttaylor@weldgov.com Phone: 970-400-2020 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 with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works 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. 08-17-107 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 null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: Select Roofing Contractors, LLC By: Name: Zack Stanevich Title: Manager WELD CO Y: ATTEST �M j0;14, Weld BY: Deputy Clerk t 9/22/22 Date of Signature BOARD OF COUNTY COMMISSIONERS WE€D COUNTY, COLORADO cbtt K James, Chair OCT o 3 2022 -2-oaa -02476 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: AUGUST 2, 2022 BID NUMBER: B2200123 DESCRIPTION: EXTENSION OFFICE ROOF REPLACEMENT DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: AUGUST 12, 2022 BID OPENING DATE: AUGUST 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: EXTENSION OFFICE ROOF REPLACEMENT A mandatory pre -bid conference will be held on August 12, 2022 at 10:00 AM at the Island Grove CSU Extension Building located at 525 N. 15th Avenue, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: August 26, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on August 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, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 223 630 348 182 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 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. Did Delivery to Weld guilty: 1. Emailed bids are required. Email bids to bids@weldgov.com; however, if your bids exceeds 25MB please upload your bid to https://www.bidnotdirect.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 is 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 in 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 Bid Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid 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 :ime 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, product specifications and scope of services), the successful bidder's response, 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. The County may require a separate contract, which if required, has been made a part of this RFB. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS: Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder 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 or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal BID REQUEST #B2200123 Page 2 alien to perform work under this Agreement. Successful bidder 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 Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder 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. Successful bidder 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. Successful bidder 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 Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder 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. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder 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, Successful bidder 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 Successful bidder receives federal or state funds under the contract, Successful bidder 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 Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. 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. BID REQUEST #B2.200123 Page 3 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 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 BID REQUEST #B2200123 Page 4 M Extension or Modification Any amendments or modifications to this agreement shall be in venting 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 subcontractors 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 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 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 BID REQUEST #62200123 Page 5 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 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 X Taxes County Board of County Commissioners, as required pursuant to the Weld County Code 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: Insurance and Indemnification. Contract Professionals 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 Contract Professionals 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 prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional Contract Professional shall be responsible for the payment of any deductible or self - insured retention County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims BID REQUEST #B2200123 Page 6 The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional 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 Contract Professional 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 Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional 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 Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, 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 Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional 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 Contract Professional 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 Contract Professional 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 Contract Professional 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 Contract Professional 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 Contract Professional 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 Contract Professional'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 Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1.000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional 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. BID REQUEST #B2200123 Page 7 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract, and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals 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 related Bid Proof of Insurance County reserves the right to require the Contract Professional 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, Contract Professional's insurer shall name County as an additional insured Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County Subcontractors' All subcontractors, independent Contract Professionals, 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 Contract Professional Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, 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 r BID REQUEST #B2200123 Page 8 SCOPE OF WORK WELD COUNTY EXTENSION OFFICE ROOF REPLACEMENT OVERVIEW: The existing roof at the Weld County Extension Office located at 525 N 15th Ave, Greeley, CO 80631 is old and in need of replacement This bid is for the replacement of the roof, cap flashing, gutters and rebuilding of roof access railings The roof on most of the building is a built-up roofing system This built-up roofing system was replaced recently and is not part of the scope The scope of work for this project is to replace the adhered roofing membrane that comprises approximately 7,400 square feet and is located over the Extension offices The project is a turn -key bid and will require the following SCOPE OF WORK. Replace approximately 7,400 square feet of roofing over the extension office Contractor to verify actual dimensions during pre -bid walk through 2 Old roofing and any underlayments shall be removed completely 3 The new roof will be fully adhered EPDM type, tier one manufacturers (Firestone, Carlisle or Johns Manville) 4 Existing roof is placed directly over cover board with no rigid insulation installed New roof shall be placed on tapered insulation as shown on the plans with cover board as required by the manufacturer to maintain warranty 5 Roof shall carry a 20 -year manufacturers and installation warranty The 20 -year warranty will be for Labor and Materials This will require the inspection of the manufacturer to certify warranty Results are to be provided to Weld County 6 Contractor shall be responsible for all wood blocking and cants as shown on the drawings and as necessary for a complete warranticd roof assembly 7 New walkway pads shall be provided as needed and required by roofing manufacturer or directed by owner These shall consist of approximately 275 lineal feet of walkway 8 All existing wood pipe supports are rotted and need to be replaced Provide new rubber or composite pipe supports that are compatible with the new roofing 9 All penetrations, transitions, term -bars and terminations inside of scuppers shall be properly sealed and meet manufacturer's warranty requirements Some penetrations may be obsolete and can be removed with coordination of County representatives 10 Contractor is required to furnish and install new Zurn anchored screens at all roof drains 11 Installation of new cover board will be as required by manufacturer for warranty All cover board and fasteners shall comply with manufacturer's specifications 12 Roof will be installed/attached in accoidance with manufacturer's recommendations 13 Provide manufacturer cut sheets and warranty information with bid 14 The contractor is required to obtain a mechanical contractor to remove and reinstall the condenser units and satellite dish as needed to 1) allow replacement of the entire roof and 2) to ensure the roof warranty requirements are met Contractor shall provide and install new pads for the condensing units to sit on All trades used on this project requiring state licenses li a electrical, plumbing and mechanical) shall be currently licensed through the State of Colorado 15 Existing roof top units shall be flashed and counter flashed per roofing manufacturers written directions 16 Removal and reinstallation of the condenser units shall be done after normal business hours of Monday through Friday from 8 AM until 5 30 PM 17 Access to roof during business hours may be through the roof hatch/ladder Afterhours contractor will need to access by other means (i a ladder) 18 Metal cap flashing shall be replaced Color selected by owner from standard selection that closely matches existing 19 All damages to building structure and finishes shall be repaired to original condition as a part of this contract 20 All lifting and hoisting equipment shall be provided by the contractor 21 The projected contract date is expected to be September 26, 2022 Based on this date, provide expected start and finish dates 22 Work will comply with all applicable Federal, State, local laws, ordinances, and regulatory requirements 23 The project will be permitted through the Weld County building department Fees for building permit will be waived Any other fees associated with this project shall be paid by the contractor 24 No bid bond is required for this project 25 Bids over $50,000 will require a payment (100%) and performance (100%) bond BID REQUEST #B2205123 Page 9 26. Contractor will be required to provide professional liability insurance in the amount of the bid. 27. All trash and debris will be disposed of offsite in a legal manner by the contractor. 28. Weld County is a tax-exempt entity. 29. Davis -Bacon and Buy American requirements are NOT required. 30. Contractor will be required to enter into a standard Weld County contract for this service. PROJECT SCHEDULE: The following is a listing of forecasted dates for this project: Date of this Bid Advertisement Date Pre -bid conference Questions are due Bids Are Due Contract Award Notice Contract Date Construction Start Project completion August 2, 2022 August 2, 2022 August 12, 2022 August 19, 2022 August 26, 2022 September 12, 2022 September 26, 2022 Immediately upon receipt of signed contract October 28, 2022 Please provide your company's proposed start and completion dates for this project. START DATE COMPLETION DATE PRICING Provide lump sum pricing for this project. LUMP SUM PRICE FOR WORK $ BID REQUEST #B2200123 Page 10 A mandatory pre -bid conference will be held on August 12, 2022, at 10:0( AM at the Island Grove CSU Extension Building located at 525 N 15th Avenue, Greeley, CO 80631. Bids will be received up to, but not later than August 26, 2022 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). Attachment 1 PIUMET!ra. Area of Roof Replacement *soot ternsais3/44 % BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 10:00 AM on August 26, 2022: 1) Pages 9 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 Scope of Work. on or before the bid opening *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 #B2200123 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 No. #B2200123. 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 formai 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 BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL 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: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0722 BID REQUEST #B2200123 Page 12 ADDENDUM#1 BID REQUEST NO B2200123 EXTENSION BUILDING ROOD REPLACEMENT Currently Item 16 in the scope of works states "Removal and reinstallation of the condenser units shall be done after normal business hours of Monday through Friday from 8 AM until 5 30 PM" Change Delete reference to removal and re -installation of condenser units Units do not need to be removed o**We need signed copy on file submitted with your bid Thank You I.'" Addendum received by FIRM ADDRESS CITY AND STATE BY EMAIL August 15, 2022 ADDENDUM#2 BID REQUEST NO. B2200123 EXTENSION OFFICE ROOF REPLACEMENT Page 1 currently reads: Bids will be received until: August 26, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on August 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, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 223 630 348 182 Change this to read: Bids will be received until: August 26, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on August 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, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 223 630 348 182 322 359 071 ***We need sinned copy submitted with your bid. Thank you!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL August 23, 2022 Exhibit B SCOPE OF WORK WELD COUNTY EXTENSION OFFICE ROOF REPLACEMENT OVERVIEW: The existing roof at the Weld County Extension Office located at 525 N 15th Ave, Greeley, CO 80631 is old and in need of replacement. This bid is for the replacement of the roof, cap flashing, gutters and rebuilding of roof access railings. The roof on most of the building is a built-up roofing system. This built-up roofing system was replaced recently and is not part of the scope. The scope of work for this project is to replace the adhered roofing membrane that comprises approximately 7,400 square feet and is located over the Extension offices. The project is a turn -key bid and will require the following: SCOPE OF WORK: 1. Replace approximately 7,400 square feet of roofing over the extension office. Contractor to verify actual dimensions during pre -bid walk through. 2. Old roofing and any underlayments shall be removed completely. 3. The new roof will be fully adhered EPDM type, tier one manufacturers (Firestone, Carlisle or Johns Manville) 4. Existing roof is placed directly over cover board with no rigid insulation installed. New roof shall be placed on tapered insulation as shown on the plans with cover board as required by the manufacturer to maintain warranty. 5. Roof shall carry a 20 -year manufacturers and installation warranty. The 20 -year warranty will be for Labor and Materials. This will require the inspection of the manufacturer to certify warranty. Results are to be provided to Weld County. 6. Contractor shall be responsible for all wood blocking and cants as shown on the drawings and as necessary for a complete warrantied roof assembly. 7. New walkway pads shall be provided as needed and required by roofing manufacturer or directed by owner. These shall consist of approximately 275 lineal feet of walkway. 8. All existing wood pipe supports are rotted and need to be replaced. Provide new rubber or composite pipe supports that are compatible with the new roofing. 9. All penetrations, transitions, term -bars and terminations inside of scuppers shall be properly sealed and meet manufacturer's warranty requirements. Some penetrations may be obsolete and can be removed with coordination of County representatives. 10. Contractor is required to furnish and install new Zurn anchored screens at all roof drains. 11. Installation of' new cover board will be as required by manufacturer for warranty. All cover board and fasteners shall comply with manufacturer's specifications. 12. Roof will be installed/attached in accordance with manufacturer's recommendations 13. Provide manufacturer cut sheets and warranty information with bid. 14. The contractor is required to obtain a mechanical contractor to remove and reinstall the condenser units and satellite dish as needed to 1) allow replacement of the entire roof and 2) to ensure the roof warranty requirements arc met. Contractor shall provide and install new pads for the condensing units to sit on. All trades used on this project requiring state licenses (i.e. electrical, plumbing and mechanical) shall be currently licensed through the State of Colorado. 15. Existing roof top units shall be flashed and counter flashed per roofing manufacturers written directions. 16. Removal and reinstallation of the condenser units shall be done after normal business hours of Monday through Friday from 8 AM until 5:30 PM 17. Access to roof during business hours may be through the roof hatch/ladder. Afterhours contractor will need to access by other means (i.e. ladder). 18. Metal cap flashing shall be replaced. Color selected by owner from standard selection that closely matches existing. 19. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 20. All lifting and hoisting equipment shall be provided by the contractor. 21. The projected contract date is expected to be September 26, 2022. Based on this date, provide expected start and finish dates. 22. Work will comply with all applicable Federal, State, local laws, ordinances, and regulatory requirements. 23. The project will be permitted through the Weld County building department. Fees for building permit will be waived. Any other fees associated with this project shall be paid by the contractor. 24. No bid bond is required for this project. 25. Bids over $50,000 will require a payment (100%) and performance (100%) bond. BID REQUEST #B2200123 Page 9 26. Contractor will be required to provide professional liability insurance in the amount of the bid. 27. All trash and debris will be disposed of offsite in a legal manner by the contractor. 28. Weld County is a tax-exempt entity. 29. Davis -Bacon and Buy American requirements are NOT required. 30. Contractor will be required to enter into a standard Weld County contract for this service. PROJECT SCHEDULE: The following is a listing of forecasted dates for this project: Date of this Bid Advertisement Date Pre -bid conference Questions are due Bids Are Due Contract Award Notice Contract Date Construction Start Project completion August 2, 2022 August 2, 2022 August 12, 2022 August 19, 2022 August 26, 2022 September 12, 2022 September 26, 2022 Immediately upon receipt of signed contract October 28, 2022 Please provide your company's proposed start and completion dates for this project. START DATE COMPLETION DATE PRICING Provide lump sum pricing for this project. TBD*** TBD*** ***See additional page with notes for clarifications*** LUMP SUM PRICE FOR WORK $ 128,791.00*** BID REQUEST #B2200123 Page 10 A mandatory pre -bid conference will be held on August 12, 2022, at 10:00 AM at the Island Grove CSU Extension Building located at 525 N 15th Avenue, Greeley, CO 80631. Bids will be received up to, but not later than August 26, 2022 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). Attachment 1 Area of Roof Replacement BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 10:00 AM on August 26, 2022: 1) Pages 9 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 Scope of Work. on or before the bid opening *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 #B2200123 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 No. #B2200123. 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 Select Roofing Contractors, LLC BUSINESS ADDRESS 700 Automation DR Unit A CITY, Windsor BY Zack Stanevich (Please print) STATE, CO ZIP 80550 DATE 8/26/22 CODE TELEPHONE NO 970-290-5393 FAX t SIGNATURE `' �E-MAIL Zack@SelectRoofingContractors.com TAX ID # 46-3862851 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: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0722 BID REQUEST #B2200123 Page 12 ADDENDUM#1 BID REQUEST NO. B2200123 EXTENSION BUILDING ROOD REPLACEMENT Currently: Item 16 in the scope of works states "Removal and reinstallation of the condenser units shall be done after normal business hours of Monday through Friday from 8 AM until 5:30 PM" Change: Delete reference to removal and re -installation of condenser units. Units do not need to be removed. ***We need signed copy on file submitted with your bid. Thank You!*** Addendum received by: August 15, 2022 Select Roofing Contractors, LLC FIRM 700 Automation DR Unit A ADDRESS Windsor CO 80550 CITY AND STATE f osicet....71P;t71/ BY Zack@SelectRoofingContractors.com EMAIL ADDENDUM#2 BID REQUEST NO. B2200123 EXTENSION OFFICE ROOF REPLACEMENT Page 1 currently reads: Bids will be received until: August 26, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on August 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, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 223 630 348 182 Change this to read: Bids will be received until: August 26, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on August 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, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 223 630 348 182 322 359 071 ***We need signed copy submitted with your bid. Thank you!*** Addendum received by: August 23, 2022 Select Roofing Contractors, LLC FIRM 700 Automation DR Unit A ADDRESS Windsor CO 80550 CITY AND STATE BY Zack@SelectRoofingContractors.com EMAIL residential systems commercial & Select Roofing Contractors, LLC August 26, 2022 Weld County Colorado 1150 O Street Greeley. CO 80631 Dear Weld County, This Letter is to be included with the bid form to explain our additional terms and conditions that we want to be included/excluded with our bid. They are as follows: *In regards to start and finish dates/times; it depends on the availability of materials from the manufacturer specified. The duration of the project once we have materials delivered onsite is approx. 14 working days. Then city/manufacturer inspections could be 1-2 months or longer, out from inspecting the completion of the reroofing project. *Schedule is based on the availability of materials due to the volatility in the current market. Roofing Manufacturers pricing has changed and is based on shipment date, not on order date, if there is an increase in the price of materials between the date of this proposal and the time when the project is ready for installation of the materials, the proposal base bid price shall be increased to reflect the additional costs to obtain the materials. As necessary or as needed we'll provide written notice and documentation of the increased cost of material from bid time. Since the materials are not guaranteed to be shipped during the requested summer schedule, we do our best to meet this schedule, liquidated damages are excluded from this bid. SRC will provide backup if this situation occurs on or before delivery of materials. As always, please feel free to reach out to discuss or if you have questions. Thanks for the opportunity, 30‘ Zack Stanevich Manager Zack@SelectRoofingContractors.com Select Roofing Contractors LLC 700 Automation DR Unit A Windsor CO 80550 970.2903393 www.SelectRoofingContractors.com iense.y.:a s; Tit• • ; •••.•i• :litwp ••+•+•• S tioc , eel' - a-- !z*I tk-JI B: 0., s:.„.5 I Ilea; ~~ Tit ,ti, • •••Cs I+r! cell es if f• liseS\ S t �J A •lam' *•4' ' WI IP ' ti All t S 446.M ,iial ‘i • 1 II • •: iii wi l:,%`,� ras •,. /4J� I 'it ... „, yfip„........„ %rms., /•-•:, Change in budding use or purpose. Overburden. Owner shall be responsible for the coats socIated Mt::e removal and replacement, as well as any damage caused by the removal and replacement, of any overburdep, superstrata or overtyys, either permanent nr temporary, which include but are not limited to: structures or assemblies added after installation, fixtur£ Or•ilites on or through theystem or M tial, support platforms or bases for Photovoltaic (PV) Arrays (aka - Solar Panels), Garden Roofs, Decks, Patios of any other obsta t impede access, clear observation. investigation or repairs to the System or Materials, excluding ballast or pavers accepted by Firestone or overbu specifically included in subsequent pages of this Limited WarrantyTerm. The term of this Limited Warranty shall be far,the perforth above and in subsequent pages of this document and shall not be extended under any circumstances without Firestones �•.littenaprc°r.�l. Access. During the term of this Limited WarantFite*tone sdesignated representatives or employees shall have free access to the Installation location for inspection, au. i,,oepair purposes durirregt�fbusiness h+ium' In the event that access is limited due to security or other restrictions, Owner shall reimburse Firestone ,orll reasonable costs incurred dgtftzg inspection and/or repair of the System or Materials that are due to delays associated with said restrictions. Waiver S S,rerabltit�v. Firestone's filure-to enforce any of the terms or conditions stated herein shall not be construed as a waiver of such provision or of anyty r terms and conditions of this Limited Warranty. If any portion of this Limited Warranty is held by a court of competent jurisdiction to be invalidvoid ors enforceable, th ing provisions shall nevertheless continue in full force. Disputes. Any dis +t~on irde sy or dlaim. between Owner and Firestone concerning this !imited Warranty, or relating to any Material supplied or spec:irii'ally.req;iretone, shall be submitted to mediation in Davidson County, Tennessee. In the event that Owner and Firestone do not resolve the dispute, controy y or claim in mediation. Owner and Firestone agree that neither party will commence or prosecute any suit, proceeding or claim other thari $hestate and federalfcourts located in Davidson County. Tennessee. Each party irrevocably consents to the jurisdiction and venue of the reason of subrogation or othe •:6 Governing Law. �'rranty shall be governed by and construed in accordance with the laws of the state of Tennessee without regard to its rules on conflicts •�••' ` •ti •t• � '•••' �a Cit • 1 �•�~ �� `•;•'•� ��/`~,�•�•;•VP:C•';. 100 4 ~�s,�•� :•:•:•�.� //li i pp Iew • OO%��%'i•• 1 \1l�/r' b \1�\ `�.• • •.1 :�` ��ii �. • ,\•.�� _ 'i/ ;Se VII*yW.t ! ;r> Y): .IP i dZ 1 N riat ✓ L: ......10409 _ - FIRESTONE WARRANTY GENERAL TERMS, CONDITIONS, AND LIMITATIONS Warranty No: Project No: Start Date: Building Identification: Building Address: Building Owner: Installing Contractor: ;•• .•��.`���f•.csissorme: _se if�••�\.•\\.!/ �r� :•.�.1a�i��� .�•.•i .. N:1 61% f i .its• w"4.^1��,+►. y T i • j I .:;•• • 11 Subject to the terms, conditions, and limitations set forth herein, Firestone Building Products Company (Firestone"), provides the Building Owner ("Owner") named above with this Limited Warranty for the Firest herein. This Limited Warranty consists of multiple pages, all of which comprise the express terms andrequirements, terms, conditions, exceptions, and limitations are defined in subsequent pages. In the event that Terms, Conditions, and Limitations listed below and the Terms, Conditions, and Limitations in subsequent page GENERAL TERMS, CONDITIONS, AND LIMITATIONS Payment Required. Firestone shall have no obligation under this Limited Warranty u ,,; -nd until Firestone and the d or have been p pp services approved written change or ders warranty aid in full for aU materials su lies, r � �'��:.d other costs which are Inc � incidenta! to, the System or Materials. In the event that repairs not covered by this Limited Warranty are nec- .-:.,'n the future Firestone rese ' ' e ri ht to sus n g pe d this Limited Warranty until such repairs have been completed and the licensed applicatr andlo ii ... one has been paid in,fuil fo such repairsExclusions. Firestone shall have no obligation under this Limited Warranty. or.any oth bility, •,',', • in the future if a i• or damage is caused byNatural forces, disasters, or acts of God includin but not limited to, fires nurric - s r 9. 4[eg Bless • y,, r, speed), for t , mcrobursts, wind-blown debris, lightning, earthquakes, volcanic activity, atomic radiation, insects cr animals; Acs onduct ssian l d .rany person, or acts) of war, terrorism or vandalism, which damage the System or Materials or which impir the Systematerial's •'•' ' +.fi�•m properly, Failure by Owner to use reasonable care in maintaining the System or Materials. Said m4jntorance to includehot be timite• , i'items listed in the current version of the Firestone Owner's Manual available at www.firesionebpco.com; Deterioration, defects:' r failure of build .omponents, including, but not limited to, the substrates, structural elements, walls, mortar, HVAC units, skylights fodatio9settternent, or the failure of wood nailers to remain attached to the structure; Construction generated moisture, condensation or infiltration of m rekn, trtim. through or around the walls, copings, rooftop hardware or equipment, skylights, building structure or underlying or sure indlnrnaterials; Acid, oil harmful chemicals or the reactions between them; Alterations or repairs to the System or Materials that are not completed in aCcddan with Fir stone specifications, not completed by a Firestone -licensed applicator and/or completed without proper notice to Firestone Warranty eivtcee he design of the System: Firestone goes not undertake any analysis of the architecture or engineering required to evaluate what type of Syfen'i Inst�iation or Material is appropriate for a building and makes no warranty express or implied as to the suitability of its Products f r any particular structure. Sudtta determation is the responsibility of the architect, engineer or design professional; Improper selection of materials la e assembly or the f ire tO SC Kately callctate wind uplift and/or applicable design loads; Deterioration to metal materials and accessores caused by marine ;salt water, atmosphere; or by.the regular spray of either salt or fresh water, Failure of any non - •Firestone brand materials used in the Systeem or I:'tallatiot,not spelly accpte,,in writing by Firestone to be included in warranty coverage; or an Indiana limited liability company vided System(s) ocSlaterial(s) set forth ns of the v rkinty herein. Additional ster esBa st between the General lent pages will FIRESTONE DOES NOT WARRANT PRODUCTS INCORPORATED OR JTILIZED IN THIS INSTALLATION THAT WERE NOT FURNISHED BY FIRESTONE FIRESTONE SPECIFICALLY DISCLAIMS LiABILITY UNDER ANY THEORY OF LAW ARISING OUT OF THE INSTALLATION OF, PERFORMANCE OF, OR DAMAGES SUSTAINED BY OR CAUSED BY, PRODUCTS NOT FURNISHED BY FIRESTONE. THIS LIMITED WARRANTY SUPERSEDES AND IS iN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, WITHOUT LIMITATION, WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE AND FIRESTONE HEREBY DISCLAIMS ALL SUCH WARRANTIES. THIS LIMITED WARRANTY SHALL BE OWNER'S SOLE AND EXCLUSIVE REMEDY AGAINST FIRESTONE AND FIRESTONE SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL, SPECIAL, INCIDENTAL, OR OTHER DAMAGES INCLUDING, BUT NOT LIMITED TO LOSS OF PROFITS OR DAMAGES TO THE BUILDING OR ITS CONTENTS, SUBSTRATES, OR THE ROOF DECK. THIS LIMITED WARRANTY CANNOT BE AMENDED, ALTERED, OR MODIFIED IN ANY WAY EXCEPT IN WRITING SIGNED BY AN AUTHORIZED OFFICER OF FIRESTONE NO OTHER PERSON HAS ANY AUTHORITY TO BIND FIRESTONE WiTH ANY REPRESENTATION OR WARRANTY WHETHER ORAL OR WRITTEN. THiS WARRANTY INSTRUMENT CONSISTS OF MULTIPLE PAGES, ALL OF WHICH ARE PART OF THIS DOCUMENT. ADDITIONAL REQUIREMENTS ARE DEFINED IN SUBSEQUENT PAGES. Firestone Firestone Building Products Firestone Building Products Company 200 4thAvenue South • Nashville, TN 37201 800-428-4442 • flrestonebpcocom 1001.002.2019 1 ES '.. • ;A'0 • v. � 4r o.....0 J :4•15•411S)!•:4 . t �..j r, <,„„fik a ♦ 1. ;::•:•,*• 1t ri /41 1.`ii •r 0.• •; � I.. we es ow it Aip \I :,//fit dille, IV' 4.V:::: ii.,::::::::; w.4'c jjk��' ••Iii .•.••+I Cr 1 4:0 Or' f••. til:1:4f: 01 In •• •111)cib.,••• • •tit c1 �1� `I t )fiA4 ;a1C4;%' J�v r •kick. 1' •'•:• • -.i. WOW tVit- 4vtit• .Y Y fie 1 Stk 49a, t f p*Sift ta.,••• • IA FIRESTONE RED SHIELDTM ROOFING SYSTEM LIMITED WARRANTY Warranty No: Project No: Start Date: Building identification: Building Address: Building Owner: Installing Contractor: Roof Area Warranted Red Shield - Material Type - XX Years - 55 MPH "'r4 . tea' f�• •. �� Rw tatirtw * '•:���.* i`i`i �r = �:f�F + Y«r�`h,� ss,akipille. 444 %, a'w\,\le. ..:,,rte^r• •e.. are Fo Firestone Building Products Company, LLC, an Indiana limited liability company ("Firestone's), warrants i named above that Firestone will, subject to the Terms, Conditions, and Limitations set forth herein, provide {: warranty period indicated above to repair any leak in the Firestone Roofing System tern") caused by deterior.'s materials due to: (1) normal weathering, (2) manufacturing defects, or (3) workmanthe application of the Sys TERMS, CONDITIONS, Products Covered. The System shall mean only the Firestone brancied roofing men branded roofing metal, and other Firestone branded roofing acc ' sorios when install by a Firestone -licensed applicator. Any materials not manufactured or supplied by Fi System Limited Warranty ("Limited Warranty"). Notice. In the event that a leak occurs in the System, within thirty (30) days of the occurrence of the leak. By:. cause of the leak at its option. Investigation. Should the investigation reveal that the le:) shall be responsible for payment of the investigation costs Yip w�= and void. Owner is responsible for completing repairs not c'•" this Limited Warranty to remain in effect forthe unexpired port using a Firestone -licensed applicator and within spay (60) days No Dollar Limit i(NDL . If upon investi ahion, Fir o " � P 9 t- esfar�c_determm� set forth herein, Owner's sole and exclusive reiTi t,f arid'F reston limit placed on the cost to repair a warranted leak, Exclusions. Firestone shall have no obligation unoe this Limited Warrcnty, or any other liability, now or in the future, if a leak or damage is xcess of 5. MPH calculated at ten (10) meters above ground using available ;tiding but`not limited to the deck substrate, joists, columns and foundation, must ials or equipment on the roof not specifically accepted in writing by Firestone; ?any building envelope component during a flood or wind event not covered under warranty; or, Failure to give,,proper notice asset 1prth i paragraph above. Transfer. This Limited Warranty shall be transferable and assignable subject to Owner's payment of the current transfer fee set by Firestone. Alteration, Owner,,shall notify Eirestc,ne in -writing upon triaking any alterations to the System, or installing any structures, fixtures, or utilities on or t imu ht.the,System after installation, including, but not limited to, Photovoltaic (PV) Arrays, Garden Roofs, Decks, Patios, and areas intender for public'access. Failure to obtain Firestone's approval for a roof modification, or failure to provide required documentation, shall ren is Limited Warranty null and void. caused by: Hail; Winds meteorological data (all a . = also meet wind speed deli jp rcgt Damage to the roof incurred doting br gust speed at ,ding componei A Storage o rtIptuCe or fella TION d!' XXXX uilding Owne nd mate the Owner" ) f"ri!ng the tone brand es, Firestone:. .etd roofing insulations, Firestone accordance vii: Firestone technical specifications ne are not covered under this Red Shields Roofing ner must -give notice to:Firestone Warranty Services in writing or by telephone z lying Frteston�: , Owner authorizes Firestone or its designee to investigate the e tied under theTerms. Conditions, and Limitations set forth herein, Owner by Owner .,. for these costs shall render this Limited Warranty null s Limite Panty to be made at Owner's expense that will permit f it �`� Failures wner to make these repairs in a reasonable manner II re a, _ is Limite'd Warranty null and void. Vat the .. 1.4s not excluded under the Terms, Conditions, and Limitations dotal ha • �' `- shall be limited to the repair of the leak. There is no dollar . FIRESTONE BUILDING PRODUCTS COMPANY, LLC By: Authorized Signature: Title: SAMPLE • THIS WARRANTY INSTRUMENT CONSISTS OF MULTIPLE PAGES, ALL OF WHICH ARE PART OF THIS DOCUMENT. ADDITIONAL REQUIREMENTS ARE DEFINED IN SUBSEQUENT PAGES. firestone Firestone Building Products 1003.002.2019 c5,4,44,401;isto Ir • test ilip44614,1 :` •�44 ;91$4.41t ai j:1 Z .4.4414 I :12404*1 PtcN .r kNIIPat315 nis ' .'.' wow.,4 171.4:��+ ,`}ti< 4 f Itit. ) o•. *pit SFr. td WI titi�; 014 PO% Ar. Wi 304:..••, c J �1; .tir..4+-1��t/,}°�1Li'•E.�`�.. ' >> -,.rj d ' '7,.`'�'��r ��+�4" u.'� + `y .-� 47 "j ' ► '�'i""'K,'xf-' '`\. _ j� 4.:M '�C2� i),., ,. 4/%4 • +c+$040,44'• ♦ •'CAM. j' • '4+ a••*+''�t�* 4 �'�• * le • • ��'* ± ++ i� �,, s •�. i � .ti's .. e, ���4,111:$:;:;$.141 ��� f •••a+aa•a s♦ � • •if •• a r 1 +v�•y`Fr♦-,'':-_„�+��1.y..•_ } +'a� . i • oNt i, 1�.� *sa.+•L+`++.+' •,�i,� 410 F, *14:4, *��`y• �►,14'�i'a ,�*+ ! * sj **.c sll � ••• • f'+.. Form ® (Rev October2018) Sopartment of the Treasury Internal Revenue Service Request for Taxpayer identificati nl Number and Certifuc =t on Go to www rrs gov/FortnW9 for instructions and the latest information Give Form to the requester Do not send to the IRS ,s � o e G o z `,5 « c d g ,93 1 Name (as shown on your Income tax return) Name is required on this line do not leave this line blank Select Roofing Contractors, LLC 2 Business name/disregarded entity name if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1 Check following seven boxes ❑ Individual/sole proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership single -member LLC ❑� Limited liability company Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) Note Check the appropriate box in the line above for the tax classification of the single -member owner LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the another LLC that is not disregarded from the owner for U S federal tax purposes Otherwise a single is disregarded from the owner should check the appropriate box for the tax classification of its owner ❑ Other (see instructions). only one of the ❑ Trust/estate Is S Exemptions certain entities instructions Exempt payee Exemption code „ any) (AppAes to accounts (codes apply only to not individuals see on page 3) code (if any) from FATCA reporting Do not check owner of the LLC is -member LLC that mnmlemedoulade the U S) 5 Address number street and apt or suite no See instructions ( P ) 700 Automation Drive, Unit A Requester's name and address (optional) 6 City, state and ZIP code Windsor CO 80550 7 List account number(s) here (optional) axpayer Iaenttncation umber Enter your TIN in the appropriate box The TIN provided must match the name given on line 1 to avoid backup withholding For individuals, this is generally your social security number (SSN) However, for a resident alien, sole proprietor, or disregarded entity, see the Instructions for Part I, later For other entities, a is your employer identification number (EIN) If you do not have a number, see How to get a TIN, later Note If the account Is in more than one name, see the instructions for line 1 Also see What Name and Number To Give the Requester for guidelines on whose number to enter Social security number or Employer identification number 4 6 3 8 6 2 8 5 Certification Under penalties of perjury, I certify that 1 The number shown on this form is my correct taxpayer identification number (or I am waiting fora number to be issued to me), and 2 I am not subject to backup withholding because (a) I em exempt from backup withholding or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3 I am a U S citizen or other U S person (defined below), and 4 The FATCA code(s) entered on the form (if any) indicating that I am exempt from FATCA reporting is correct Certification instructions You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have faded to report all interest and dividends on your tax return For real estate transactions, item 2 does not apply For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA) and generally payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN See the instructions for Part II, later Sign I Signature Here u S person General instructions Section references are to the Internal Revenue Code unless otherwise noted Future developments For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www lrs gov/FormW9 Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return Examples of information returns include, but are not limited to the following • Form 1099-INT (interest earned or paid) Date ® 4/21/22 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross poceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you area U S person (including a resident alien), to provide your correct TIN If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding See What is backup withholding, later Cat No 10231X Form W-9 (Rev 10-2018) LEROO-01 TLESSER ACORO' `,---- CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 9/20/2022 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 TIE 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 Renaissance Insurance Group PO Box 478 Windsor, CO 80550 NAMEACT Scott Runyan WI., EE.): (970) 236-8272 (AIC, No): Mass: srunyan@reninsurance.com INSURER(S) AFFORDING COVERAGE NAIL t/ INSURER A: Continental Casualty Company 20443 INSURED Select Roofing Contractors,LLC 700 Automation Drive Unit Windsor, CO 80550 INSURER B :American Casualty Company Of Reading, Pennsylvania 20427 INSURER c : Pinnacol Assurance 41190 INSURER D: Columbia Casualty Company 31127 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 POLIO ES 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 ADD- SUER tat- NM POLICY NUMBER POLICY EFF IMMIDDIYYYYI POLICY EXP IMM/DD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCURPMT6045589366 X x 1/8/2022 1/8/2023 EACH OCCURRENCE 1,000,000 $ DAMAGETORENTED PREMISES (Ea occurrences $ 100,000 MED EXP (Any one person) $ 15,000 PERSONAL 8, ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X JECT LOC OTHER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE LIABILITY X ANY AUTO OWNED AUTEO�S ONLY AUTOS ONLY SCHEDULED AUTOOpS AUOT0S ONL� X X BUA6045589383 1/8/2022 1/8/2023 COMBINED SINGLE LIMIT {Ea accident) 1,000,000 $ gociLVINJURY(ter person) $ BODILY INJURY (Per accident) $ Peter aIdeYRAMACE $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CUE6045589397 1/8/2022 1/8/2023 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000'000 $ DED I X I RETENTION $ 10,000 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN IN OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA X 4171398 3/1/2022 3/1/2023 X I STATUTE I OERH EL EACH ACCIDENT 1,000,000 $ E DISEASE - EA EMPLOYEE $ 1'000'000 E DISEASE - POLICY LIMIT 1,000,000 $ D A E&O/Pollution Leased/Rented Equip CEO6045574088 PMT6045589366 1/8/2022 1/8/2022 1/8/2023 1/8/2023 Per Claim/Aggregate Per Item 2,000,000 25,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES ( ReE:701, Additional Remarks Schedule, may be attached if more space is required) Subject to policy forms, conditions, definitions and exclusions. Project: Weld County Extension Office Roof Replacement, 525 N 15th Ave., Greeley, CO 80631 Weld County, Colorado, its elected officials, and its employees are included as Additional Insured for ongoing operations with respect to General Liability and Auto Liability. Waiver of Subrogatioin applies to the General Liability, Auto Liability and Workers' Compensation.Umbrella coverage is "Follow Form" of the underlying General Liability, Auto Liability and Employers Liability. All of the above only applies when required in a written contract. CERTIFICATE HOLDER CANCELLATION Weld Count Y 1150 O Street Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZEDREPRESENTATIVE C� .L. �., ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information New Contract Request Entity Name* Entity ID* SELECT ROOFING CONTRACTORS LLC A.00036435 Contract Name* EXTENSION OFFICE ROOF REPLACEMENT Contract Status CTR REVIEW Contract Description * REPLACE ROOF ON THE EXTENSION OFFICE Contract Description 2 Contract Type* CONTRACT Amount* $128,791.00 Renewable* NO Automatic Renewal Grant ICA ❑ New Entity? Contract ID 6337 Contract Lead* SGEESAMAN Contract Lead Email 5geesaman@co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project rtment Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 09122;'2022 09'26,'2022 Department Email CM- 6uildingGroundsdweldgov.c OM Department Head Email CM-6i_rildingGrounds- DeFtHead�weldgov,com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EYvWELDG OV,COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP#* 82200123 If this is a renewal enter previous Contract ID If this is part of a NSA enter MSA Contract ID Note. the Previous Contract Number and Master Services Agreement Number OnBase Contract Dates Effective Date Review Date 12'30:2022 old be left blank if those contracts are not in Renewal Date Termination Notice Period Committed Delivery Date Expiration Dates 12:30,2022 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approver Purchasing Approved Date CHRISTIE PETERS Approval Process Department Head TOBY TAYLOR DH Approved Date 09 27:2022 al Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 100/03,2022 Originator SGEESAMAN 09(28,/2022 Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 09;28;2022 09x28,2022 Tyler Ref AC100322 September 6, 2022 FACILITIES DEPARTMENT PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Extension Office Rood Replacement (B2200123) As advertised this bid is for replacement of Extension office roof. The low bid is from Select Roofing Contractors LLC and meets specifications. Therefore, the Facilities Department is recommending the award to Select Roofing Contractors LLC in the amount of $128,791.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ZUZ2- Z7C.o bG 0074 DATE OF BID: AUGUST 26, 2022 REQUEST FOR: EXTENSION OFFICE ROOF REPLACEMENT DEPARTMENT: FACILITIES BID NO: B2200123 PRESENT DATE: AUGUST 29, 2022 APPROVAL DATE: SEPTEMBER 12, 2022 VENDOR SELECT ROOFING CONTRACTORS, LLC 700 AUTOMATION DRIVE, UNIT A WINDSOR, CO 80550 ALPINE ROOFING LTD 4780 YORK STREET DENVER, CO 80216 NORTH-WEST ROOFING 2755 S. LOCUST STREET DENVER, CO 80222 FRONT RANGE ROOFING SYSTEMS, LLC 222 13TH AVENUE GREELEY, CO 80631 B & M ROOFING OF COLORADO, INC. 3768 EUREKA WAY FREDERICK, CO 80516 0$/2°► WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 reverett(6iweldgov.com cgeisert(Biweldgov.com cmpeters(aiweldgov. com Phone: (970) 400-4222, 4223 or 4216 Fax: (970) 400-4024 START FINISH DATE DATE TOTAL TBD TBD $128,791.00* 5 DAYS FROM NTP 30 DAYS FROM $144,850.00 START DATE 10/12/2022 10/28/2022 $157,340.00 TBD TBD $165,000.00 10/31/2022 11/30/2022 $189,224.00"" 2022-2476 BC,100-1 PAGE 2 DATE OF BID: AUGUST 26, 2022 REQUEST FOR: EXTENSION OFFICE ROOF REPLACEMENT DEPARTMENT: FACILITIES BID NO: B2200123 VENDOR DOUGLASS COLONY GROUP 110 14TH AVENUE GREELEY, CO 80631 DATE 12/1/2022 DATE 1/31/2023 TOTAL $197,077.00*** *DATES DEPEND ON AVAILABILITY OF MATERIALS. ONCE RECEIVED ONSITE, DURATION IS 14 WORKING DAYS. CITY/MANUFACTURER INSPECTIONS ARE TBD. PRICE BASED ON SHIPMENT DATE & MAY BE SUBJECT TO PRICE INCREASE. VENDOR WILL PROVIDE WRITTEN NOTICE OF INCREASE, IF NEEDED. LIQUIDATED DAMAGES ARE EXCLUDED FROM THIS BID. **SEE VENDOR BID FOR LIST OF INCLUSIONS AND EXCLUSIONS. ***DEPENDS ON AVAILABILITY OF MATERIALS. DATES ARE ESTIMATES. THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS.
Hello