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
20253193
C6n-Ivac+- I' 1003 4) FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 October 7, 2025 To: Board of County Commissioners From: Patrick O'Neill Subject: Marlborough Building Interior Patch and Paint — B2500119 As advertised this bid is for interior patch and paint at the Weld County Marlborough Building. The low bid is from Southwestern Painting, LLC and meets specifications. Therefore, the Facilities Department is recommending the award to Southwestern Painting, LLC in the amount of $47,652.00. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Facilities Director COn5-er'+ H9ehd°•. 1V19/25 �c Onba5e ( ?u Chaatn9 t v10112.5 5.00Z-1 2025-3193 SERVICE AGREEMENT BETWEEN WELD COUNTY AND SOUTHWESTERN PAINTING LLC 11(1 THIS AGREEMENT is made and entered into this 01 day of NcU-erbbet/, 2025, by and between the Board of Weld County Commissioners, on behalf of Facilities Department, hereinafter referred to as "County," and Southwestern Painting, LLC, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. B2500119. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from Form Revision 5-2025 7 .'5 193 entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $47,652.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in 2 accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action 3 by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional 4 insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All 5 certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in 6 coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 16. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 17. Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or 7 subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 18. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 19. Examination of Records. To the extent required by law, the Contractor agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers, and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 20. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 21. Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: 8 Name: Barbara Hurtado Position: Owner Address: P.O. Box 88 Platteville, Colorado 80651 E-mail: southwesternpaintingllc@yahoo.com Phone: (720) 300-2121 TO COUNTY: Name: Patrick O'Neill Position: Facilities Director Address: 1105 H Street, Greeley Colorado 80631 E-mail: poneill@weld.gov Phone: (970) 400-2023 22. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 23. Non-Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 24. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 25. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 26. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 27. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, 9 confidentiality and record keeping requirements) shall survive any such expiration or termination. 28. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 29. Non-Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as applicable now or hereafter amended. 30. No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 31. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 32. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 33. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. 10 If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 34. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: Title: Ara WELD COUNTY: ATTEST ...di); 4, Weld County clerk to the Board Date of Signature:v BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO BY: U/t �V( Deputy Clerk to the Board �� PL. Buck, Chair 11 NOV 1 9 2025 zuz -3t 93 Exhibit A Weld County Finance Department Purchasing Division WA)). 1301 North 17th Avenue w 6� Greeley, Colorado 80631 couNTY General Services - Invitation for Bid (IFB) Cover Sheet Bid Number: B2500119 Title: Marlborough Building — Interior Patch and Paint Advertisement Date: September 10, 2025 Pre- Bid Meeting: September 19, 2025, at 9:00 am Pre- Bid Location: 934 9th Avenue, Greeley Colorado Questions Due: September 26, 2025, by 9:00 am Questions Posted: September 29, 2025, by 5:00 pm Questions email: bidsweld.gov Bid Due Date: October 3, 2025, by 10:00 am, Purchasing's Clock Bid Delivery: Preferred email to bids©weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bids(a�weld.gov Documents Included in this Bid Package IFB Schedules IFB Attachments Schedule A: Bid Instructions Attachment 1 — Project Drawings Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: Bid Form Schedule E: Insurance Schedule F: Weld County Contract Form Revision 6-2025 Table of Contents General Services - Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 IFB Attachments 1 Attachment 1 — Project Drawings 1 Table of Contents 2 Schedule A - Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B - Scope of Work 6 Project Overview 6 Method of Procurement 6 Pricing Method 6 Specific Requirements and Responsibilities 6 Schedule C - Procurement Schedule 9 Schedule D - Bid Response Form 10 Bid Submittal Instructions 10 Fees 10 Attestation 10 Schedule E — Insurance 12 Insurance 12 Insurance Mailing Information 14 Schedule F - Weld County Contract 16 Contractual Obligations 16 Weld County Standard Contract 16 Solicitation# B2500119 Page 2 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Marlborough Building — Interior Patch and Paint A Mandatory pre-bid conference will be held on September 19, 2025 , at 9:00 am at the Weld County Marlborough Building located at, 934 9th 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: October 3, 2025 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call October 3, 2025 at 10:30 am. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Join the meeting now +1 720-439-5261„161083593# Meeting ID: 254 744 455 263 9 United States, Denver Passcode: 3Uk3A62B Phone conference ID: 161 083 593# Bid Advertisement You can find information concerning this request on the Bid Net Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of Bid Net Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Submission 1. PREFERRED: email bids to bids(a)weld.gov If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. 2. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by authorized person. 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 Solicitation #B2500119 Page 3 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 Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 2. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a Solicitation# B2500119 Page 4 negative impact on Weld County in the current term or in any future terms. Solicitation#B2500119 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking bids for a vendor to provide interior patch and paint services on all interior walls, ceilings, and metal doors and door frames at the Weld County Marlborough Building. Method of Procurement Invitation for Bid (IFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non-responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an IFB contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not-to-exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Specific Requirements and Responsibilities 1. All submittals will need to be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 3. Any clarification or information needed from the contractor must be submitted through an RFI for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 4. Contractor is responsible for all material handling and deliveries. Weld County will not accept any deliveries made to the building. The contractor will use the work area(s) for any onsite storage that may be needed. 5. The contractor will provide a full-time superintendent or project manager on site while any work is being performed. 6. Contractor is responsible for all surface preparation needed on all existing surfaces to ensure proper adherence of all finish and paint materials. 7. Contractor is responsible to repair all existing wall and ceiling finishes to match existing finish and texture prior to paint, 8. Contractor is responsible to prime and paint all wall, ceiling, and hollow metal doors and door frames. 9. Contractor shall include 1 primer coat and 2 finish coats on all painted surfaces. 10.Contractor is responsible for field take offs for, to ensure and confirm the total scope of work. Solicitation #B2500119 Page 6 Field take offs can be done at the mandatory pre-bid meeting. This will be the only opportunity given for any field measurements and or takeoffs. 11.Wall and ceiling paint shall be Sherwin Williams Glazed Pear Satin Finish interior paint. Hollow metal or any exposed metal finish shall be Benjamin Moore Command High Performance Racoon. 12.Any exposed finished wood surface including but not limited to doors, door jambs, trim, and millwork shall be cleaned and finish shall be touched up to repair any damages and match existing stain and finish. 13.The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been properly stored in the designated areas at the end of each shift to ensure normal building operations are not interrupted. If at any time Weld County personnel or contractors have to clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. 14.Contractor is responsible for coordination with Weld County building department and the local city and fire municipalities. 15. All work within the building will be required to be completed during normal business hours, unless prior written approval is received by the Weld County project manager. 16.Normal business hours are Monday through Friday 7:00 am to 5:00pm. 17.Contractor must seek written approval from the Weld County project manager for any system shutdown including but not limited to Electrical, Mechanical, and Plumbing systems. Written approval must be submitted a minimum of 5 business days prior to the requested shutdown. 18.Contractor is responsible for providing their own construction office if they deem one is needed. 19.Contractor must submit daily logs or project updates to the Weld County project manager on a weekly basis at minimum. Weld County Marlborough Building — Interior Patch and Paint: Closeout Documents 1. Contractor will provide two (2) complete sets of O&M manuals. 2. Contractor will provide two (2) complete sets of as-builts along with a digital file. 3. Contractor will provide all manufacturer's warranty documentation for all equipment. 4. Contractor will provide a detailed report for all craftsmanship and labor warranties. 5. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. 6. Contractor will provide formal training as outlined and required by all manufacturer's recommendations, to Weld County's designated staff. 7. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. Weld County Marlborough Building — Interior Patch and Paint: Project Standard Terms and Conditions: 1. RFI's are only to be sent through the County project manager. RFI responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed 2. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 3. Contractor is responsible for all private and public locates. 4. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. Contractor is responsible for the coordination and scheduling of all inspections that are Solicitation # B2500 ,;, Page 7 required. The contractor will be responsible for having a qualified representative on site for any inspection. 5. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred will be the contractor's responsibility to repair or replace. 6. All lifting and hoisting equipment shall be provided by the contractor as needed. 7. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 8. No bid bond is required for this project. 9. Bids over $50,000 will require a payment (100%) and performance (100%) bond. Performance and payment bonds must be submitted using an AIA-A312 bond form. Other bond forms will not be accepted. 10.Retainage in the amount of 5% shall be held on all pay requests until the final acceptance of the project. 11.All trash and debris to be properly disposed of offsite. Due to the space constraints of this project this will need to be done on a regular basis. At no time will debris be allowed to accumulate. 12.Weld County is a tax-exempt entity. 13. Davis-Bacon and Buy American requirements are NOT required. Solicitation# B2500119 Page 8 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date September 10, 2025 Pre-Proposal Meeting Mandatory September 19, 2025, at 9:00 am 934 9th Avenue, Greeley CO Technical Questions Due September 26, 2025, by 9:00 am Technical Questions email bids@weld.gov Questions Answered via Addendum September 29, 2025 Proposals Are Due October 3, 2025, by 10:00 am Purchasing's Clock Solicitation Notice of Award (Anticipated) October 13, 2025 Contract Execution (Anticipated) October 27, 2025 Please provide your anticipated construction start and finish dates below based off of the anticipated contract execution date above. Schedule Description Schedule Dates Construction Start Construction Finish Solicitation # B2500119 Page 9 Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non-responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Description Cost Patch and Finish Prep $ Wall and Ceiling Paint $ Door and Door Frame Paint $ Total Lump Sum Cost $ Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request B2500119 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F —Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. 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. Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID#: Solicitation# B2500119 Page 10 CONTRACTOR: By: Date of Signature Name: Title: Solicitation# B2'10o "^ Page 11 Schedule E — Insurance Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Solicitation # 82 001 9 Page 12 Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Solicitation # Page 13 Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Will Hopkins Email: whopkins@weld.gov Telephone: (970) 400-2044 Solicitation# B2500119 Page 14 Mail: Weld County Facilities Department ATTN: Will Hopkins PO Box 758 Greeley, CO 80632 Solicitation# B2500119 Page 15 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non- appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project-by-project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for General Services: Service Agreement Between Weld County and [Contractor] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [Department], hereinafter referred to as "County," and [Contractor], hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. Solicitation# B2500119 Page 16 NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement Solicitation # B2500119 Page 17 by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, Solicitation # B2500119 Page 18 assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 Solicitation# hz Yoa Page 19 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Solicitation# B2500119 Page 20 Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non- payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Solicitation# B2500119 Page 21 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 16. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 17. Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 18. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 19. Examination of Records. To the extent required by law, the Contractor agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers, and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. Solicitation # B25001 19 Page 22 20. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 21. Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Position: Address: E-mail: Phone: TO COUNTY: Name: Position: Address: E-mail: Phone: 22. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 23. Non-Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 24. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 25. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made Solicitation# B2500119 Page 23 available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 26. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 27. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 28. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 29. Non-Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24- 10-101 et seq., as applicable now or hereafter amended. 30. No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 31. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 32. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 33. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. Solicitation# B2500119 Page 24 If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 34. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: Date of Signature: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Weld County Clerk to the Board BY: Deputy Clerk to the Board [Insert Name], Chair Solicitation#B2500119 Page 25 Exhibit B Southwestern Southwestern Panting LLC 720.300.2121 Request for Proposal Addendum 1 Acknowledged On-Call Facility Service Marlborough Building Interior Patch And Paint Bid Request Number: B2500119 A warranty of two years will be given on all materials, labor, and workmanship Addendum # 001 Bid Request Number B2500119 Marlborough Building Interior Patch and Paint 1. Question: Will the metal stairway railings be painted? Answer: Yes, all interior metal surfaces shall be primed and painted. 2. Question: For wood trim in stairway railings. What finish of clear coat will be used? Answer: Semi-Gloss 3. Question: Please provide clarification on wood stairway railings, exposed wood doors, and chair rails: will the process be to clean and touch up any existing wood. Or to sand to remove all stain, restain with a semi-transparent stain and then apply clear finish. Answer: Contractor shall repair any scarring or imperfections on the existing, lightly sand and then apply stain and finish to match existing. 4. Question: For the wood paneling on walls, will that be primed and painted. Answer: Yes, all wood paneling is to be primed and painted per the bid specifications. 5. Question: For ceiling painting, will all ceilings be pained or just the gypsum board ceilings? Exclude ACT ceilings from the paint scope. Answer: ACT ceilings are not to be painted and are not in the proposed scope of work. All drywall finished ceilings are to be painted and shall be included in the contractor's scope of work. 6. Question: Will existing wood baseboards be painted? If so will they be the same color as the walls or a different color or sheen. Answer: Yes, all wood baseboards shall be repaired and painted to match the hollow metal doors and frames. 7. Question: Since carpet will be replaced after painting is complete will the paint contractor be responsible for the removal of existing rubber cove base? Answer: No, this will be complete prior to the contractor starting their work. 8. Question: In the scope of the work document it says, "Contractor is responsible to prime and paint all wall, ceiling, and hollow metal doors and door frames" Will wood doors and wooden frames be included or excluded from the scope of work? Answer: No, wood doors, wood frames, and trim shall be repaired and refinished to match existing finish. If the existing finish is paint, they shall be primed and painted. Paint color shall be Racoon typical of the metal finish color. 9. Question: The scope of work document mentions a specific product for the hollow metal doors and frames. (Command by Benjamin Moore) but only specifies a color for wall/ceiling paint. Is there a specific product for walls and ceilings that will need to be used? Or just that specific Sherwin Williams color? Answer: Emerald or Pro Classic Interior Acrylic paint. 10.Question: Will the walls be painted only one color, or are multiple colors/finishes expected? Answer: Walls will only be one color per the bid specifications. 11.Question: The drawings show windowsills with a blue tone—are these to be painted as part of the scope? Answer: Windowsills shall be included in the contractor's scope and shall be painted to match trim. 12.Question: Are hollow metal doors and frames to be painted a single standard color, or are any accent colors required? Answer: See bid specifications. 13.Question: For wood doors, should these be painted, or should they be stained/clear-coated to match the existing finish? Answer: Wood doors and trim shall be repaired and then stained to match the existing finish. 14.Question: Does the cardboard behind the cubbies on the second floor need to be replaced? If so, would you like paneling, or a drywall patch? Answer: This will be removed prior to contractor starting. 15.Question: In the bathrooms, do you want the baby changing tables and soap dispensers reset? (They are currently unattached) Answer: No, 16.Question: Are we painting metal window frames (interior, not the storefront)? Answer: Yes, see previous questions. 17.Question: On the first floor, there is a room with visible organic growth on the drywall, do you want this drywall cut out and redone? Do you want the framing behind it treated and encapsulated if it is affected (if wood)? Answer: This will be removed and replaced prior to the contractor start. 18.Question: Can you please confirm the specifications for the requested paint? It does not appear that Sherwin Willaims makes a paint color "Glazed Pear". Can you also confirm the type of Sherwin Williams paint (i.e. Emerald, Duration, Cashmere, etc.)? Answer: See previous questions. Glazed Pear is a standard PPG color. Contractor to match color with Sherwin Williams product. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Compan • D to of Signature Name: r G V Title: ( J— d'-e-- 4 September 29, 2025 Schedule D ® Bid Response Form) Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Schedule D - Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non-responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Provide fees for this project below: Description C.o.st Patch and Finish Prep $ (p j =) �k Wall and Ceiling Paint $ 1 . 0 Door and Door Frame Paint $ �'--- c , tt Total Lump Sum Cost $ `-t`7Tal 3 fed t testat. on The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E - Insurance 6. Acknowledgment of Schedule F - Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. 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. Item Enti Company Name: ,�� , Address: F,o "` ?�` �� (Vc; ?tk t I�-' _ '� � 1. Phone 720 -, (12O . 12 4 SC Email: � +{�+ �s��v;, :,dry lac 0 �rkoc cc.) i� FEIN/Federal Tax ID #: Solicitation#B2500119 Page 10 0 B . Od( z—L. )25 Date of Signature Name: re, Title: 0 w n or" Solicitation#B2500119 Page 11 SOUTHWESTERN PAINTING P.O. BOX 88 PLATTEVILLE, CO., 80651 720.300.2121 Request for Proposal Facilities On-Call Services A little bit of history on Southwestern Painting LLC.The company has been in business for 33 years. Specializing in commercial new and commercial repaints.Also specialize in industrial new and industrial repaints. We have full acknowledgement in all aspects of painting, epoxy flooring, two-component urethane finishes,water based and oil based staining and any other specialty coatings. We have had the city of Denver contract many times, Westminster on call contract twice, ten years ago we had the Fort Collins on call contract. We have done police stations fire stations, hospitals, swimming pools, elevated water tank, public office buildings, interior and exteriors. Many of city, state and federal, government facilities. We have work on historical buildings, Thornton indoor pool, Fort Collins indoor pools, many park facilities, recreational centers, senior centers.We also do lead abatement. We have five employees and access to three to five more a moments notice, so we can can fulfill many projects at one time from your very smallest to your much larger projects. If given the opportunity we will surely impress. Also we will leave area of work cleaner then when arrived. September 9, 2024 To Whom It May Concern, I am writing to highly recommend Southwestern Painting for their exceptional painting services. Over the course of our engagement, they have consistently demonstrated a commitment to excellence and professionalism, with a strong dedication to customer satisfaction. One of the standout qualities of Southwestern Painting is their excellent communication. From the initial consultation to the completion of the project, they kept us well-informed at every stage.Their transparency and proactive communication made the entire experience smooth and stress-free. In addition to their communication skills, Southwestern Painting excels in follow-up and attention to detail. They went above and beyond to ensure that we were satisfied with the work, promptly addressing any questions or concerns that arose. The quality of their work is exceptional.The team at Southwestern Painting displayed impressive craftsmanship, meticulous attention to detail, and a dedication to delivering a flawless finish.They used high-quality materials and demonstrated a keen eye for color and design,which greatly enhanced the appearance of our space. Overall, Southwestern Painting is a top-tier painting company that I would wholeheartedly recommend to anyone seeking reliable, high-quality painting services. Their combination of excellent communication, diligent follow-up, and quality workmanship sets them apart in their field.We are extremely pleased with the results of their work. If you have any questions or need further information, please do not hesitate to contact me. Sincerely, Erin Diegel Recreation Supervisor West View Recreation Center/City of Westminster ediegel@westminsterco.gov DENVER 1nv;cti March 2.2023 To Whom It May Concern: I'm happy to recommend the services of Southwestern Paint. It was a pleasure working with the team.They were punctual, attentive,and efficient the completion of the projects.We're completely satisfied with outstanding job painting our facilities at Denver Human Services. Thank you. Ronald Patterson.Facility Operations Administrator renver Human Services 1200 Federal Blvd. I Denver.CO 80204 3encral Assistance:720-944-3666 I Report Child Abuses 1-844-00-4-KIDS Classic Contractors, INC. P.O.Box 2798 Loveland,CO.80539 970-227-2951 970-371-1604 fax 970.667-7095 March 9,2023 Re:Southwestern Painting Classic Contractors Inc.has been working with Phil Chavex of Southwestern Painting since 2017 for our painting on numerous projects throughout the State of Colorado. Projects have been for Colorado Mountain College, Colorado Northwestern Community College,Weld County.CDOT,City of Loveland,Colorado Department of Military and Veterans Affairs. Southwestern Painting is our go-to painting contractor and we would recommend that you consider them for your projects. If you have any questions,please contact me at 970-227-2951 Classic Contractors.Inc. PO Box 2798 Loveland,CO 80539 Karl Schmidt CFO Colorado Mountain College Steamboat Springs, Co Bob Beck Physical Plant Manager To It My Concern. We have used Southwestern Paint for several years now and they have been a great company to work with.They have done outstanding work for us and they always are very conscious of their work. Projects they have done are: Hill Hall Resident's Rooms and Hallways. Hill Hall Multi-Purpose Room Bristol Hall Interior Hallways. Bristol Hall Exterior Wall Siding. Campus Exterior Hand and guard rails. They stand behind their work and I never had a problem with them. I would highly recommend Southwestern paint. Bob Beck Physical Plant Manager City o n A,or, x r 4-tzst*PiktcO tia .whom it may concern, . have worked on ;countless Northern Colorado projects with Phil Chavez and Southwestern Painting. I would like to extend my sincere recommendation for Phil and Southwestern on any future painting projects and express my desire to work further with them. Phil worlk's as a true ally and team member to any project I may ask for assistance with. Southwestern is my preferred partner for maintaining our roughly 3 million SF of city owned facilities. He is very comfortable working on a wide range of facilities using a wide range of products. He has worked in office buildings, mechanical rooms, recreation facilities, parking garages and pools; He always works in a professional manner and is always willing to accommodate facilities that are occupied 14-20 hours per day. i would like to express my confidence in Phil and my desire to continue my 5+ year kelationship with him and his team on future projects. Please feel free to contact me if you would like to discuss further. Sincerely, • 7,/ Nick Jovene ' Facility Superintendent {'rzormer) City of Fort Collins Southwestern Painting Job Duties Requirements: All other employees assigned the specific job site will meet the following requirements: a Unless in Apprentice Program,all other employees will have no less than 3 years of experience in prep and painting duties as well as experience in wall and floor applications. a Good work ethic • Able to work various hours 0 Able to take instructions • Pass background checks 0 Dependable Transportation Assigned Personnel List of Project Personnel: Barbara Hurtado owner,and person primarily responsible for this contract. Ms.Hurtado has over 25 years of experience in managing and working on site projects with Southwestern Painting alone. Phillip Chavez, operator,and supervisor is also responsible for this contract. Mr. Chavez has over 45 years of experience in painting and managing worksite projects. Nikki Hurtado,onsite field worker. Ms. Hurtado has 15 years of experience of interior and exterior painting. Joaquin Hurtado, onsite field worker. Mr.Hurtado has 5 years of experience of interior and exterior. Isaiah Guerrero,onsite field worker. Mr. Guerrero has 5 years of experience of interior and exterior. Sergio Moreno, onsite field worker. Mr. Moreno has 4 years of experience of interior and exterior. Angelina Chavez,onsite field worker. Ms. Chavez has 10 years of experience of interior and exterior. All listed above have prior experience working in all Adams County facilities including Adams County Detention facility interior and exterior. SOUTHWESTERN PAINTING REFERENCES Agency:Adams County Mike Holub-Facilities Director mholub@adcogov.org 720.641.6235 Description of work Performed:Elevated water tanks,judicial court rooms,detention center, offices,and misc.public areas, etc.... Agency:City of Westminster Laura Motooka-Facilities Manager lmotooka@cityofwestminstet.us 303.658.2449 Description of work Performed: Police Buildings, Fire Stations, Motor Pool Facilities, Recreation Centers, etc Agency:City of Denver Jo'Moton Joi.moton( denvergov.org 72.865.7507 Description of work Performed:Community Center paint and major drywall repair. Agency:City of Fort Collins Nick Jovene-Facilities Manager 970.227.2814 Description of work Performed:City Hatt, Motor Pool,City Pool,Performing Art Centers,etc... SOUTHWESTERN PAINTING REFERANCES Agency: Classic Construction Karl Schmidt—Owner 970.371.1604 Karl.clacont@gmail.com Description of work Performed: Police training buildings, drywall repair, Varies City & County Buildings,jail cells,water tanks. Agency:Westminster Public Safety Building Tim Reed—Commander tread@cityofwestminster.us 303.658.4261 Description of worked Performed: Holding Cells, Misc.areas in Police Station, offices, etc. Agency: City of Denver Gregory Cieciek—Project Manager Gregory.cieciek@denvergov.org 720.217.9125 Description of work Performed: Varies areas in City & County Building, Mayor's office, Police Impound Building, Performing Arts Center,Civil Communication Offices, 911 Center, etc.. Short profile of Firm 1. Size of firm and size of local office - Currently Southwestern Painting has nine employees and the ability to hire more dependent upon the size of the job. 2. 2.Location of the office-Southwestern Painting is a local company and located in the city of Brighton,Adams County. 3. Number of professional staff to be assigned to the on-call painting projects on a full-time basis-five to six staff will be available full time throughout the duration of this contract. 4. Number of staff to be assigned to the on-call painting project on a part time basis -Three to four staff will be available. Currently we have on-call staff to meet the needs of any project. 5. Identify the supervisory and management staff who will be assigned to the county painting project; Barbara Hurtado, Phil Chavez. 6. Provide resumes for each person that will be assigned to county painting projects- attached Southwestern Painting LLC Contractors Pre Qualification Statement 22b.Town Of Bennett Robin Price Phone:303.378.3392 Email: rprice@bennett.co.LAs General contractor, no change order,various buildings: $30,000.00-50,000.00 Adams County Mike Holub Phone720.641.6234 Email: mholub@adco_ov.org General contractor, no change order,various buildings : $250,000.00-500,000.00 City Of Westminster Laura Motooka Phone:303.818.0564 Email: motookawestminsterco.gov General contractor, no change order,various buildings :$275,000.00-300,000.00 Classic Contractors Inc Karl Schmidt Phone:970.371.1604 Email:karl.clacont@gmail.com Sub contractor, no change order, various locations:$20,000.00-50,000.00 Agencies&Project Prices 1. Adams County;$150.00 to$117,000.00 -Painting Pods,epoxy floors, offices,Waymire Doom, Riverdale Fairgrounds Towers, exterior pride flags,police training center, ETC... 2. City of Denver; $275.00 to$38,000.00 -Police Buildings, Recreation Centers, Fire Stations, offices, Corners office epoxy flooring, ETC... 3.City of Loveland; $175.00 to$53,850.00 -Police&courts, administration building,fairground building, city hail, ETC... 4.Classic construction;$700.00 to$33,000.00 -CMC dorm rooms, D.O.T.epoxy floors, college classrooms 5.City of Fort Collins;$300.00 to$115,000.000 -complete interior & exterior of parking structure C.CP.C, ranger stations, administrative offices, ETC... 6.City of Westminster;$450.00 to$44,500.00 -Polie stations, holding cells, courtrooms/offices, evidence rooms, historical buildings, ETC... ., Request for Taxpayer Give Form to the Form (Rev.October 2018) identification Number and Certification requester.Do not Department of the Treasury send to the IRS. 'mein&Revenue Serace P.Go to www.Irs.gov/FormW9 for instructions and the latest information. 1 Nareeras shown n your Income tax r ture.Name is r. ei,reci on this tine:do not leave this line gunk. /c u L-410 tt( of 1 1) L. c_ 2 9usarre4s name/disregarded entity name.if different from above `a w 3 Check appropriate box for federal tax classification of the person whose name is entered on tine 1.Check only one of the 4 Exemptions(codes apply only to toitov seven boxes. certain entities,not Individuals;see n.i instructions on page 3): o I Individual/sole proprietor or 0 C Corporation 0 S Corporation 0 Partnership 0 Trust/estate I c i- single-member LLC Exempt payee code ii any) 0 n ❑ Limited liability company.Enter the tax classification(Ce.0 corporation.S=S corporation.P=Partnership)► 0 2 Note:Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting `m LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is code d 'C c another LLC that is not disregarded from the owner for U.S.federal tax purposes.Otherwise.a single-member LLC that t anY) O. 01 is disregarded from the owner should check the appropriate box for the lax classification of Its owner. V j ❑ Other(see instructions)re peppbrs toattm�xs rrarimimo a�sae re U.S.) thi 5 AAress(number,suvi,and apt.or ite )See instructions. i Requester's name and address(optional) � �4, i. s 6 Gay.state.and ZIP code I -f -�1/( l. I f (0 ) GPc i7tf st account numbers)here(optional) • • Part I Taxpayer Identification Number(TIN) Enter your TIN In the appropriate box.The TIN provided must match the name given on fine 1 to avoid I Social security number r backup withholding.For individuals,this is generally your social security number(SSN).However,for a 9e5 I _r t `� resident alien,sole proprietor,or disregarded entity,see the instructions for Part I.later.For other entitles,it is your employer identification number(EIN).If you do not have a number,see How to get a I 1 i 77N.later. or Note:If the account is In more than one name,see the instructions for line 1.Also see What Name and (Employer Identification number Number To Give the Requester for guidelines on whose number to enter. `_ J, J� it Part II Certification Q((( Under penalties of perjury,I certify that: 1 The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me):and 2.I am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(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 this form(if any)indicati .j that I am exempt from FATCA reporting is correct. Certification Instructions.You must out item 2 a•• =if ou en notified by the IRS that you are currently subject to backup withholding because you have failed to report all interes nd divi ends on ou t. re .For al estate transactions,item 2 does not apply.For mortgage interest paid. acquisition or abandon a ured prop rty,ca - -Lion debt,co trib ens to an individual retirement arrangement(IRA),and generally,payments other than interest a ivtdend you are n requir • o sig he certifi ti t you must provide your correct TIN.See the instructions for Part II,later. Sign R Signature of s, ,Here i U.S.pe,, j-eel" Date► General inst ctio "— L •Form 1099-D1V(dividends,including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise •Form 1099-MISC(various types of income,prizes.awards,or gross noted. proceeds) Future developments.For the latest information about developments •Form 1099-B(stock or mutual fund sales and certain other related to Form W-9 and Its instructions.such as legislation enacted transactions by brokers) after they were published.go to www.irs.gov/FormW9. •Form 1099-S(proceeds from real estate transactions) Purpose of Form •Form 1099-K(merchant card and third party network transactions) An individual or entity(Form W-9 requester)who is required to file an •Form 1098(home mortgage interest),1098-E(student loan interest). information return with the IRS must obtain your correct taxpayer 1098-T(tuition) identification number(TIN)which may be your social security number •Form 1099-C(canceled debt) (SSN),individual taxpayer identification number(tT1N),adoption •Form 1099-A(acquisition or abandonment of secured property) taxpayer identification number(ATIM„or employer identification number (EIN),to report on an information retum the amount paid to you,or other Use Form W-9 only if you are a U.S.person(including a resident amount reportable on an information return.Examples of information alien),to provide your correct TIN returns include,but are not limited to,the following. If you do not return Form W-9 to the requester with a TIN,you might •Form 1099-INT(interest earned or paid) be subject to backup withholding.See What is backup withholding. later Cat.No.10231X Form W-9(Rev.10-2019) SOUTHWESTERN PAINTING Hazard Safety HAZARD COMMUNICATION PROGRAM Contents of the Hazard Comunication Program 1. Program Requirements. 2 2. Responsibility 2 3. Training Requirements. 2 4. Labeling Requirements 3 5. Safety Data Sheets and Hazardous Materials Inventory List. 4 6. Non-Company Employees Program. 4 7. Trade Secrets. 4 8. Non-Routine Tasks. 4 9. Chemical Storage. 5 Modify only under the supervision of the Safety Officer. Page 1 of 5 HAZARD COMMUNICATION PROGRAM 1. PROGRAM REQUIREMENTS. South! *ern Painting llc., will ensure that the hazards of all chemicals used at our job sites are evaluated and that information concerning their hazards is transmitted to all employees. The purpose of this program is to address the issues of evaluating the potential hazards of chemicals, communicating information concerning these hazards, and establishing appropriate protective measures for employees. This program will be maintained in accordance with 29 CFR 1910.1200 and updated annually or as required. Say.°thwestern Painting. will make the written hazard communication program available to all employees, during each work shift.Sothwestern Painting acknowledges that the Hazard Communication requirements have been aligned with the Globally Harmonized System of Classification (GHS)and Labeling of Chemicals. 2. RESPONSIBILITY. The Safety Officer is the program coordinator, acting as the representative of the company owners,who have the ultimate responsibility for all facets of this program. The Safety Officer has full authority to make necessary decisions to ensure success of the program. Southestern Painting.will submit a copy of this program to any Prime or General Contractor upon request. Supervisors are required to be familiar with the contents of this program, will ensure the program is followed by their subordinates on a daily basis, and will maintain a copy of the program and SDS's available for their subordinates. 3. TRAINING REQUIREMENTS. Soithwestern Painting, will provide employees with information and training on hazardous chemicals in their work area at the time of their initial assignment, annually, and whenever a new chemical is introduced into their work area that could present a potential hazard. 3.1. Information.Soithwestern Painting, employees will be informed of: 3.1.1. The OSHA standard 29 CFR 1910.1200. 3.1.2. Any operations in the jobsite where hazardous chemicals are present. 3.1.3. The location and availability of the written hazard communication program, including a list(s) of hazardous chemicals used at the jobsite, and the associated safety data sheet(SDS). 3.2. Training. Employee hazard communication training at Southwestern Pointing, will be conducted annually by the Safety Officer or an approved training provider. Newly hired personnel will be briefed on the general requirements of the OSHA hazard communication standard, as well as duty specific hazards before they begin any duties at a new jobsite. This training will include at least the following: 3.2.1. Methods that may be used to detect the presence or release of a hazardous chemical in the work area. This will include any monitoring conducted by Southwestern Painting continuous monitoring devices, visual appearance, or odor of hazardous chemicals when being released, etc. Safety Data Sheets (SDS)will be used augment this requirement where ever possible. Modify only under the supervision of the Safety Officer. Page 2 of 5 HAZARD COMMUNICATION PROGRAM 3.2.2. The physical and health hazards of the chemicals present in the work area (e.g.,flash point, reactivity,toxicity). 3.2.3. The measures employees can take to protect themselves from these hazards. Specific procedures Soithwestern Pointing, has implemented to protect employees from exposure to hazardous chemicals, to include; appropriate work practices, programs, emergency procedures, and personal protective equipment. 3.2.4. An explanation of the labeling system used at Southwestern Painting the safety data sheet, and how employees can obtain and use the appropriate hazard information. 3.2.5. The chemical (formal) and common name(s) of products used, and all ingredients which have been determined to be health hazards. 3.2.6. The primary route(s) of entry; inhalation, absorption, ingestion, injection, and target organs. 3.2.7. The OSHA permissible exposure limit, ACGIH Threshold Limit Value, including any other exposure limit used or recommended by the chemical manufacturer. 3.2.8. Whether the hazardous chemical has been found to be a potential carcinogen by the International Agency for Research on Cancer (IARC). 3.2.9. Any generally applicable precautions for safe handling and use which are known including appropriate hygienic practices, protective measures during repair and maintenance of contaminated equipment, and procedures for clean-up of spills and leaks. 3.2.10. Emergency and first aid procedures. 3.3. Documentation. All training will be documented using an attendance roster. Certificates of completion will be issued to attendees by the Safety Officer and a copy of the completed certificate filed. 4. LABELING REQUIREMENTS. Labeling requirements of containers of chemicals used at Southwestern Painting, ., as well as of containers of chemicals and hazardous materials being shipped off site. The following procedures apply: 4.1. Unmarked Containers. Employees of Southwestern Paintirg, will not use unmarked containers containing chemicals. 4.2. Container Labeling. Southwestern Painting, will ensure all containers are properly labeled. Employees will ensure that labels on containers of hazardous chemicals are not removed or defaced. Once they are emptied, chemical containers can never be used in the place of any other container(for example, trash receptacles). Modify only under the supervision of the Safety Officer. Page 3 of 5 HAZARD COMMUNICATION PROGRAM 4.3. Minimum labeling requirements. All container labels will list at least the chemical identity,appropriate hazard warnings,and the name and address of the manufacturer, importer,or other responsible party. 5. SAFETY DATA SHEETS AND HAZARDOUS MATERIALS INVENTORY LIST. The Safety Officer is responsible for obtaining SDS's for every chemical used by Southvest'e,r, Painting, The Safety Officer will maintain a master copy in the main office. In addition, the Safety Officer will review the SOS's for all chemicals used to determine if additional precautions or special personal protective equipment will be required in order to ensure employee safety. 5.1. Supervisors will be responsible to maintain readily accessible copies of the SDS's at the job sites and to ensure that all employees are aware of the location. 5.2. SDS requests. A request letter will be forwarded to any vender who does not provide an SDS with a product received by this company. 5.3. Hazardous Substances Inventory. The Company maintains an inventory of all known hazardous substances in use on the job site. A chemical inventory list is available from the Safety Officer. 5.4. Hazardous substances brought onto the job site by the company will be included on the hazardous chemical inventory list in the SDS Book or in a separate SDS log for specific job information. 6. NON-COMPANY EMPLOYEES PROGRAM. Visitors,Contract Employees,and Contractor Personnel. The Safety Officer and/or Supervisor will advise visitors, contract employees, and contractor personnel of any chemical hazards that may be encountered in the normal course of their work on the premises, the labeling system in use,the protective measures to be taken,the safe handling procedures to be used, and availability of SDS's. Any contractor bringing chemicals on-site must provide Southwestern Painting, with the appropriate hazard information on these substances, including the labels used and the precautionary measures to be taken in working with these chemicals. 7. TRADE SECRETS. To protect trade secrets, the chemical manufacturer, importer, or employer may withhold the specific chemical identity, including the chemical name,and other specific identification of a hazardous chemical,from the safety data sheet. To ensure the safety of our employees, Scatw esters P,.i ffirf3g, will obtain any information not shown on a SDS from a supplier, when such information is needed to determine the hazardous constituents of chemicals used within our facility or by our employees. Southwestern Painting, employees will not use a specific chemical, if they cannot determine from the SDS (or other approved source) proper protective measures to be used. 8. NON-ROUTINE TASKS. Modify only under the supervision of the Safety Officer. Page 4 of 5 HAZARD COMMUNICATION PROGRAM No employee will be allowed to perform tasks that they are not fully trained to accomplish. Non-routine tasks will be evaluated prior to beginning work and the related hazard assessed to develop protective measures. 9. CHEMICAL STORAGE. Southwestern Painting,.will ensure that proper storage locations are provided to employees using chemicals. Flammable chemicals will be stored in approved locations or flammable liquids cabinets designed in accordance with 29 CFR 1910.106. Toxic and corrosive chemicals will be stored apart from flammable chemicals and will be further segregated according to acidity and/or alkalinity. All chemical storage location will be approved by the Safety Officer before use. Modify only under the supervision of the Safety Officer. Page 5 of 5 DATE(MM/DD/YYVY) ACCoRCP CERTIFICATE OF LIABILITY INSURANCE 10/3/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE 1 FAX - Pinnacol Assurance E-MAIL 7501 E.Lowry Blvd ADDRESS support@pinnacol.com Denver,CO 80230 INSURER(S)AFFORDINGCOVERAGE NAILS INSURER A:Pinnacol Assurance 41190 INSURED INSURERB'_- Southwestern Painting&Decorating 549 S 4TH Ave INSURER C: ._ Brighton,Colorado 80601 INSURER o: _INSURER B_:_ _ I INSURER F: �v COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR �--.____._._--.__ AooDBUBR ----.__ I POLICY EFF 1-POLICY EXP-.- LTA TYPE OF INSURANCE INS ! 0 POLICY NUMBER IMMTDO/YYYY1 IMM/DD/VYVY)4 LIMITS COMMERCIAL GENERAL LABILITY j EACH OCCURRENCE S 1 ~OAMAGE TO RENTED I _ CLAIMS-MADE J OCCUR PREMISES(Ea occurrence) S .��-._-- MED EXP(My one person) S PERSONALBADVINJURY S GENT.AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S — POLICY;__ ,JEC LOC PRODUCTS-COMP/OP AGO S OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ i (Ea aaident ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) S _AUTOS ONLY AUTOS S HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY I er eccMenl I I 7 $ UMBRELLA LIAR I OCCUR I EACH OCCURRENCE S EXCESSLIAB CLAIMS-MADE i AGGREGATE $ DED I r RETENTIONS S WORKERS COMPENSATION 1 X ff AND EMPLOYERS'LIABILITY I STATUTE I ER _ A IP ANYPROPRIETORARTNERJEXECUTIVE YrN E.L.EACH ACCIDENT S 1000000 OFFICERiMEMBEREXCLUDED7 n N/A N 4189208 02/01/2025 02/01/2025 1000000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ _ -_ If yes,describe uncle, 1000000 DESCRIPTION OF OPERATIONShe'ow E.LDISEASE-POLICYLIMIT $ 1 • DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached IT more space Is required) Unless otherwise stated in the policy provisions,coverage in Colorado only. CERTIFICATE HOLDER CANCELLATION Weld County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1301 N 17th Ave 1301Greeley,CO 80631veTHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Pinnacol Assurance I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD DNY ATE A� CERTIFICATE OF LIABILITY INSURANCE 010/21/2025YY' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: (WCN,_NO..Extl: FAX No): Pinnacol Assurance E-MAIL 7501 E. Lowry Blvd ADDRESS: support@pinnacoLcom Denver,CO 80230 INSURER(S)AFFORDING COVERAGE NAICI — INSURER A:Pinnacol Assurance 41190 INSURED INSURER B: Southwestern Painting&Decorating 549 S 4TH Ave INSURER C: Brighton,Colorado 80601 INSURER D INSURER Ev__ INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR --'------- ADDLTSUBR------- 7�POUCYEFF '-POUCY EXP y�-------- LTR TYPE OF INSURANCE INSD r1NVD POLICY NUMBER I IMWDD/YYYY) (MM/DWYYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ NTED CLAIMS-MADE OCCUR —DAMAGE PREMISES(Ea occurrence) "S MED EXP(Any one person) $ PERSONAL dADV INJURY $ OEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY n JECT n LOC PRODUCTS-COMP/OP ADD $ I OTHER: _ $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ _ga-_accident) 1 ANY AUTO _ BODILY INJURY(Per person) $ —I OWNED SCHEDULED BODILY INJURY(Per accident) $ _ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY _AUTOS ONLY ,yPer accident _ _ $ UMBRELLA LIAB I OCCUR EACH OCCURRENCE $ EXCESS LIAB l CLAIMS-M ADE AGGREGATE ( _ $ DED !RETENTIONS $ WORKERS COMPENSATION X AND EMPLOYERS'LIABILITY _8 ATUTE I ER A ANYPROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1000000 OFFICERIMEMBEREXCLUDED? n N/A N 4189206 02/01/2025 02/01/2028 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1000000 IDeSs 'ePsTOO o PERATIONS be;ow E.L.DISEASE-POUCY LIMIT $ 1000000 I I i DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached It more apace is required) Unless otherwise stated In the policy provisions,coverage in Colorado only. CERTIFICATE HOLDER CANCELLATION Weld County 1150 0 Street SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Greely,COLORADO 80631 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Pinnacol Assurance ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER COPY Weld County 1150 O Street Greely, COLORADO 80631 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend, or alter the coverage afforded by the policies listed thereon. DESCRIPTION OF OPERATIONS/LOCATICNSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT (CONT) 4189206 AC ORE)n ® DATE(MMIDDM/YY) �� CERTIFICATE OF LIABILITY INSURANCE 10/24/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Jonathan Madera Colorado Prestige Insurance Inc. ovcc No Estk (303)659-4744 FAX(No.No): (303)659-6791 55 South 4th Ave E-MAIL ADDRESS: jonathan@co-ins.com INSURER(S)AFFORDING COVERAGE NAIL I Brighton CO 80601 INSURER A: GENERAL INS CO OF AMER 24732L INSURED -� ' INSURER B: Barbara Hurtado,dba:Southwestern Painting INSURER c: P.O.BOX 88 INSURER D INSURER E: Platteville CO 80651 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE ,INSD WVD POUCY NUMBER (MM/DDIYYYY) (MMIDD/YYYY) LIMITS COMMERCIAL GENER�ALL UABILITY EACH OCCURRENCE S 1,000,000 CLAIMS-MADE /� OCCUR DAMAGE TO ED PREMISES Ea occurrence) S 1,000,000 ___. _.__ ___._ - ___ MED EXP(Any one person) $ 15,000 A _ Y Y BWG59960619 07/20/2025 07/20/2026 PERSONAL&ADV INJURY $ 1,000,000 j GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 )-(-1 POUCY r (JECT LOC PRODUCTS-COMP/OP AGO $ 2,000,000 OTHER: S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per parson) S I OWNED --I SCHEDULED UTOS i BODILY INJURY(Per accdent) S I___ AUTOSONLY NON-ONEY PROPERTY DAMAGE $ iHIRED (Per accident) AUTOS ONLY AUUTTOSS NON-OWNED S UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE S DED RETENTION$ _ S WORKERS COMPENSATION OTH- AND EMPLOYERS'LIABILITY YIN PER ER ANY PROPRIETORIPARTNERIEXECUTIVE E.L.EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? N/A -- (Mandatory In NH) E.L._DISEASE-EA EMPLOYE. 8 I If yes,describe under DESCRIPTION OF OPERATIONS below _ E.L.DISEASE-POLICY LIMIT 8 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Weld County,its elected officials and its employees are named as additional insured in respects to General Liability,as required by contract.Blanket Waiver of subrogation is provided in favor of the additional insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Weld County 1150 0 Street AUTHORIZED REPRESENTATIVE -- — Greeley CO 80631 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD .-----.....1 ACORO® DATE(MM/DD/YYYY) klare.....---' CERTIFICATE OF LIABILITY INSURANCE 10/31/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME:PT rogressive Commercial Lines Customer and Agent Servicing Colorado Prestige Insurance Group PHONE FAX 55 SOUTH 4TH AVE,BRIGHTON,CO 80601 (A/C,No,Ext):1-800-444-4487 (A/C,No): A-MAIL DDRE ro ressivecommercial email, ro ressive.com ADDREss:P 9 @ P 9 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Artisan and Truckers Casualty Company 10194 INSURED INSURER B: Barbara Hurtado DBA:Southwestern Painting 549 S 4th Ave INSURER C: Brighton,CO 80601 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 129549587655548905D103125T195820 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR W POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD VD (MM/DD/YYYY) (MM/DO/YYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE n OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL 8 ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY n JEC PRO- PRODUCTS-COMP/OP AGG $ T n LOC OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT X (Ea accident) ,51,000,000 ANY AUTO _ BODILY INJURY(Per person) $ A AUTOS ONLY X SCHEDULED Y N 865117320 10I30/2025 10/30/2026 _ BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTYDAMAGE AUTOS ONLY AUTOS ONLY (Per accident( $ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DOD RETENTION$ p7 $ WORKERS COMPESATION AND EMPLOYERS' pEr�RS'LIABILIITY Y/N STATUTE ERH ANYPROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ O FF ICE R/M EMBEREXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE$ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ See ACORD 101 for additional coverage details. $ A Y N 865117320 10/30/2025 10/30/2026 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County ACCORDANCE WITH THE POLICY PROVISIONS. 1150 0 Street Greeley,CO 80631 AUTHORIZED REPRESENTATIVE eA,4 ACZ ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC#: ACCPR EP® ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Colorado Prestige Insurance Group Barbara Hurtado DBA:Southwestern Painting POLICY NUMBER 549 S 4th Ave Brighton,CO 80601 865117320 CARRIER NAIC CODE Artisan and Truckers Casualty Company 10194 EFFECTIVE DATE:10/30/2025 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Additional Coverages Insurance coverage(s) Limits Uninsured/Underinsured Motorist $1,000,000 Combined Single Limit Description of LocationNehicles/Special Items Scheduled autos only 2005 DODGE RAM 1500 1D7HU18D85S258000 Uninsured Motorist Property Damage $15,000 w/$250 Ded Roadside Assistance Selected w/$0 Ded Medical Payments $5,000 each person Additional Information Certificate holder is listed as an Additional Insured. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name* Entity ID* Q New Entity? SOUTHWESTER PAINTING LLC @00050371 Contract Name* Contract ID Parent Contract ID PAINT MARLBOROUGH BUILDING 10036 Contract Status Contract Lead* Requires Board Approval CTB REVIEW CNAIBAUER YES Contract Lead Email Department Project# cnaibauer@weld.gov Contract Description* REPAINT THE MARLBOROUGH BUILDING. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND Date* 1 1 /06/2025 GROUNDS 1 1 /10/2025 Amount* $47,652.00 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go NO Does Contract require Purchasing Dept. to be included? Automatic Renewal Department Head Email YES CM-Build ingGrounds- Grant DeptHead@weld.gov Bid/RFP#* B2500119 County Attorney IGA GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 01 /30/2026 Termination Notice Period Committed Delivery Date Expiration Date* 01 /30/2026 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 11 /12/2025 Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL RUSTY WILLIAMS BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 11 /12/2025 11 /12/2025 11 /12/2025 Final Approval BOCC Approved Tyler Ref# AG 111925 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 11 /19/2025
Hello