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
20210459.tiff
'(pinifao- * yo3 LI AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & SELECT ROOFING CONTRACTORS, LLC LAW ADMINISTRATION ROOF REPLACEMENT THIS AGREEMENT is made and entered into this day of Marcy\ , 2021, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Select roofing Contractors, LLC whose address is 2614 S. Timberline Rd. #105-182 Fort Collins, CO 80525, hereinafter referred to as "Contract Professional". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: 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 Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and Bare specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2100056". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibits A and B which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B 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 Agreem�,t,t begin upon the • : to of the execution of this Agreement Conx, -l- Aedev+o& v3 /aa-/ai CG` aoa,+ - oy59 Bei00D-3 by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. 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. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay an amount no greater than $79,640.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. 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. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty_ Contractor warrants that the services 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 services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. 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. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. 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 this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. 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. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. 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. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor, Weld County Director of Facilities. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Select Roofing Contractors, LLC Attn: Levi Casias Address: 2614 S. Timberline Rd. #105-182 Address: Fort Collins, CO 80525 E-mail: levi@selectroofingcontractors.com Telephone: (970) 290-5393 County: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylor@weldgov.com Facsimile: 970.304.6532 18. 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. 19. 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. 20. 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. 21. 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. 22. 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. 23. 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. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. 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. 26. 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. 27. 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. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. ncl IN WITNESS WHEREOF, the parties hereto have signed this Agreement this o'? c? day of March , 202 1, CONTRACTOR: Select Roofin Contractors LLC By: Name: Zack Stanevich Title: Manager Date 3/9/21 WELD COUNT. v• ` dtio ok ATTEST: ; Weld o n Clerk to th- :•ard Deputy Cr to he B BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair MAR 2 2 2021 Exhibit A REQUEST EO; BID WELD COUNTY, COLORADO 1150 O STREET G REELED, CO 80631 DATE: JAN Y 26, 202` BID NUMBER: 42100055 DESCRIPTION: ROOF REPLACEMENT - LAW ADMINISTRATION BUILDING DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID MEETING: FEBRUARY 1, 2021 BID OPENING DATE: FEBRUARY 12, 2021 1. NOTICE TO BIDDERS: Thecard of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: ROOF REPLACEMENT LAW ADMINISTRATION BUILDING A mandator re -bid conference will be held at 1:30 PM on February 1,1021 at the Weld County Law Administration Building, 1950 C Street, Greeley, Colorado 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. US e in be adhering to current state o 0 i- SOCi dicta conk '. L de`iness Bids will be received for the above project until: 1. _00. AM, on Februart 12¢.2021 (Weed Purchasing Time Clock). Due y COV11 11-19, the bid (opening wit{ be hello vfla a Microsoft Teams Conference Cello To loin, cal the phone rumber and enter the Corferrence rolfide be ow: Phone Numbr: ( "0) 4394261 2 1 Conference in: 413552883 PAGES I 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR. THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORIUTATION CONTAINED IN PAGES 1-8 Y BE APPLICABLE FOR EVERY. PURCHASE.- BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION To BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://wkivw.bidnetdirecticomi. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. - sett► d: 1. Entail. Due to COV1a41 9 ernaile bids are required. Bids may be emailed to bi s el� o ; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect,corni. The € 2Xirnurn file size to upload to BidNet is 500 MB. P }F format t is requir d. Emailed bids must include the following statement on the email: "I hereby waive ray right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Please call iPurchas rw at 970-400-4222 • r 4223 with any questions. 3. INSTUCTIONS TO ERS: INTRODUCTORY INFORIV A * N Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, follodled by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/Purchasing Director, satisfactory evidence of the authority •,f 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 Biddt r. All csrrections 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 :,s stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in thy-, bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms, The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the held County Controller/Purchasing Director/Purchasing Director; 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 irwarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of ,.3ny 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 f County Commissioners, is to the best interests of Meld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications -/nd scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES — ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established M 'U....... �N4'L'd'iWlff —4Y BID REQUEST #B2100056 Page 2 pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contact with an illegal alien to ip dorm work under this agreement or enter into a contract with a subcontractor that fails t.•, cern with Successful bidder that the subcontractor knowingly employ or contract with an illegal alien to perf«;rrn work under this Agree{.., gent. Successful bidder shall n t use F -Verify Program or State of olorad0 program p-ocdures to undeflake pre -employment screening or job applic�rits while this Agreement is being performed. if Successful bidder obtains actual knowledge that a subcontractor pr forming° work under the ociblic contract for se -vices knowingly !mploys or contracts with an illegal alien Successful bidder shall noti& the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien r. nd snail terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contact if within three days the subcontractor provides information to establish that tie subcontractor has plot knowingly employed or c•-ntr cted with an illegal alien. Successful bidder shall comply with real • nable recuests made in the course cmf an investigation, undertaken pursua nt to C.R.S. §8-1 f.5-102(5), by the Colorado Department I ti.abor and Employment. if Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days afer hiring a new employee to perform work under the contract, affirm that Successful bidder has exa inethe legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder sha l celiver to County, a written lotarized a irmation that it has examined the legal work status of such employee and shall comply tivith all of the other requirements of the State of Colorado program. If Successful bidder fair t comply with any reguirrmeat of this provision r of C.R.S. §8-17.5-101 et seq., County, may terminate this Agre: rnent for breach, and if so terminated, Success/a bidder shall be liable for actual and consequential damages. Except where exempt≥td by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful oidder receives federal or state funds under .he contract, Successful bidder rust confirm that any individual natural person =-ighteen (13) years of age or lder is lawfully present in the United States pursuant toC.R.S. § 24-76.5-103(4), if such individual applies for public benefits proviced under the contract. if Successful bidder operates as 4 sole proprietor, it hereby swei rs or affirms under penalty of perjury that i.: (a) is a citizen of the United States or is otherwise lawfully present in the United Stat.!.s pursuant t , federal ,aw, (b) shall produce one of tie forms of identificii?tion required by C.6R.S. § 24-76.5-131, t s q., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5- 03 prior to the eff:=ctive date of the contact. o E L PROV 3 NS Fund vaHabWtye Fir:ancial obligations of We d County payable after the current fiscal year are contingent upon finds °or that purpose being appropriated, budgeted and otherwise made available. By acceptance ,oaf the bid, Weld County dots not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade oats .nd pother C rifidenUall hif rmationo Weld County discourages bidders torn submitting confidential information, including trade secrets, that cannot be disci•sed to the public. If necessary, confidential informati n of the bidder s call be transmitted separately from the main bid submittal, clearly denoting in red on the infor ;._,atiorc at the top the word, "CONFIDENTIAL.99vvever, the successful bidder is advisrd that as a public entity, W-ld County must comply with the provisions of C.:ItS. 24-72-201 et seq., the color do .pen Records Act (CrA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible fat ensuring that al information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(OM (Trac i:7, secrets, privileged information, and confidential commercial, financial, gelogical, or geophysical date•= if eld County receives a C BRA request for bid information marked "CONFIDE\ AL", staff will nevi(+, She confidential materials to thtermine whether ary of them may b:r, withheld from disclosure pursuant to CO, acid disclose those portions staff deterrninr s are riot protected fr•m disclosures Weid County staff will not be responsible fr redacting or identifying Confidential inf ;rmation which is included within the body f the bid and not separately identified. Any document which is inc orporated as are exhibit into any contrac, executed by the Cunty shall be a public document regardless f whether it is marked as confidential. BID REQUEST# 2100®56 Page 3 C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, .•-enefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not hive authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the fallowing responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Atttrney's Fees/Legal Costa: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disdvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for The project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this, Agrement. K. Terra: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. BID REQUEST #82100055 Page 4 L. Termination: County has the right ¢co terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice Leon a material breach of the terms of the Agreement. 6 i . Exttn ion • r Modification: Any amendments or modifications to this « agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall b,. the basis for additi: nal compensatin unless and until the successful bidder has obtained written authorization and ackn ;wledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not thR=re is in fact any such unjust enrichment, shall be the basis of any increase in the compenston payable hereunder. Su c x inctors: The successful bidder acknowlaidges that County has entered into this Agreement in relianc:ia, upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned t; the subject Project during the performance of this Agreement and no personnel to whom County has an oadn, in its reasonable discretion, shall be assigned to the Project. 1 _ he success�cul bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, t0 be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by his Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions •f this Agreement against any subcontractor hirrid by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this A.greernent will be performed in a manger consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further repres=;nts and warrants that all services shall be performed by qualified personnel in a professional and workmanlik manner, consistent with industry standards, and that all services will conform to applicable specificati-ns. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a ne-year warranty period during which Contractor must ctrrect any failures r deficirt ncies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merc iantable, of good qu4ality, and free from defects, whether patent or latent. T ne goods shall be sufficient for `he purpose intended and conf11 to th minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. �l Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any os the goods t be purchased by Meld County, Colorado, pursuant this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. idder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. N nassignmente The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. BID REQUEST #B2I00050 Page 5 Q. Inter rupteoR-is: Neither party to this Agreement shall be liable try, the other for delays in delivery or failure to deliver or theRivise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable contra 1, including but not limited o Acts of G d, fires, strikes, war, flood, arlliguakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the sage or similar nature. S. �mp ape FDElar ciao Merest/Cori !jet of Interest o CORDS.%24-183-201 et qo and 12440-507. The signatories to this Agreement agree that to their kn, wledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property whic5 is the subtact mauler of this Agreement. County has nc•; interest anc shall not acquire any interest direct or indirect, teat would in any manner or degree interfere with the performance of the succnsful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engages in any business or personal activities or practices or maintain any relationships whic l actually conflicts wish or in any way appear to conflict with the full performance of its obligations under this Agreern nt. (jai ure by thA successful bidder to ensure compliance with this prevision may result, in County's sole discretion, in immediate termination of this Agreement. No employee f the successful bidder nor any member •f the successful bidder's family shall serve on a County Board, committee or hold {ny such position which either by rule, practic-: or action nomin ;�;es, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. severability: If any term or condition of this Agreement shall be he to be invalid, illegal, or unenforceablft by a court of competent jurisdiction, this Agreement shall be construed and enforced without such pr vision, to tie extent that this Agreement is • hen capable of execution within the original intent of the parties. U. finding ArNtration prohilcited: Weld County does not agree to binding arbitration by any extra- judicial body or pers o n. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. until it h and of county Ua[� ASSfiO ens of ad County Approval: This Agreement shall not be valid s been aoprved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Com • ns tl. 7 Amount: Upon the successful bieder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount f the accepted bio. The successful bidder acknowledges ro payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically ;ppr•ved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and th succ ssful bidder agrees to be solely responsible for the accurate reporting „.end payment of � cry taxes related to payments made pursuant to the tr2rms of this Agreement. Contractor shall not be entitled t•, bill at verti and/or double time rates for work done outside of normal business h•;urs unless specifically authorized in writing by County. fa; * 6. INSURANCE REQUIREMENTS General Reg,uir meets. Successful bidders must secure, at or bef{•,re the time of execution o any agreement or commencement of any work, the following insurance covering all operati ns, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all tir rs during the term of the Agreement, or any extensi•,n theref, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by M. ;est company as "A" VIII or better. Each poiicy shall contain a valid provision or endorsement stating "Should any of the move -described policies by canceled or should any coverage be reduced before the expiration d4 to thereof, the issuing company shall send written notice to the Weld County Control er/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written BID REQUEST #B2100050 Page 6 notice shall be sent third (30) days prior to such cancellation or reduction unless due t non-payment of premiums for which noticshall be sent ten (10) days prior. If any policy is in excess of a deductible or self® insured retention, Courtly must be notified by the SJccessful bidder. Successful bidder shall bit: responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful oidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention t guarantee paym„nt off claims. t The insurance coverages specified in this Agreemnt are the minimum requirements, and these requirements do not decrase or limit the liability of Successful bidder. Thy, c unty in no way warrants that the minimum limits con ained herein .re sufficient to protect the Successful bidder from liabilities that might arise out of the pert rmance of the work and �r this Contract by the Successful bidder, its agents, representatives, employees, or subcontracts rs. The successfu bidder shall assess its own risks and if of d -gems 43ppropriate and/or prudent, maint;in higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed . rr pursuant to the contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, ary additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be m al% in writing by weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successfu, I bidd1-:r shall be responsible for the professional quality, technical accuracy, and quantity of all materials anc services provided, the timely delivery of said services, and the coordination of all services rendered Dy e successful bider and s6�all, without additional compensation, promptly remedy and correct veiny errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, i,rss damage, liability, suits, actions, or claims of any type or character ;liaising out of tie rk done in fulfillment of the terms of this contract or on account of any act, claim or amount arising or recovered under workers' compensation lave or arising out of the f Ours of the successful bidder to confirm to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully r&ponsible and liable for any and all injuries or damage received or sustained by. any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement., or 0n account or or in consequence of neglect of The successful bidder in its methods .r procedures; or in its provisions of the materials required herein, or from any claims or amounts arising •r recovered under the worker's Compensation Act, or *tier law, ordinance, order, or decree. This pragraph shall survive expiration or terminatin hereof. It is agreed that the successful bic.der will be responsible for primary loss investigation, defense and judgment cos's where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the county its ass ;ciated and/ ,r ,f iliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising i rom the work performed by the successful bidder for the County. A Jai Lire comply with this provision shall result in Counuy's right to immediately terminate this Am -Bement. Tees of Insuranc The successful bidder shall obtain, and maintain a, all times during the terra of any Agreement, insurance in the following kinds and amounts. W •-rkers9 CompensatIon Ensure ace as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the county. This requirement shall not apply a,,.,h«• n a successfu bidder or subcontractor is exempt under Colorado Workers' C*rnpensation Act., AN when such successful bidder or subcontractor executes the appropriate sole proprietor waiv r form. Commercial General Liability Insunnce for bodily injury, property damage, and habil° assumed under an insur >> contract, and defense Lists, with the minimum limits must be as follows: 1,000,000 each ccurrence, $2,000,000 genera aggregate; $2,000,000 products and completec peratins aggregate; $1,000,000 Personal Advertising injury BID REQUEST #B2100055 Page 7 Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in fora and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2100056 Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Roof Replacement ® Law Administration Building This bid is to replace the roof on the weld County Law Administration Building located at 1950 O Street, Greeley, CO 60631. This is a turn -key bid and will require the following: 1. The approximate total roof area is 22,000 square feet. Bidders must verify measurement. 2. Old roofing and insulation shall be removed and replaced completely. 3. The new roof will be a fully adhered EPDM type. ONLY tier one manufacturers (Firestone, Carlisle or Johns Manville) permitted. 4. New 4 -inches of insulation (polyisocyanurate) with all new coverboard is required. Insulation "R" values should rneet current codes. 5. New roof shall slope towards drains and scuppers. 6. Roof shall carry a 20 -year manufacturer's and installation warranty. The 20 -year warranty will be for Labor and Materials. This will require inspections by the manufacturer to certify warranty. Results and certificates must be provided to County. 7. New walkway pads shall be located in same places as existing. Number of 2'x2' walkway pads is 61. 6. New metal cap is not required. However, any cap that is not reusable must be replaced and included in the bid. 9. All penetrations, transitions, term -bars and terminations inside of scuppers shall be properly sealed and meet rrmanu₹acturer's warranty. 10. Installation of new cover board will be required as required by manufacturer for warranty. All cover board and fasteners shall comply with manufacturer's specifications. 11. Roof will be installed/attached in accordance with manufacturer's recommendations. 12. Provide manufacturer cut sheets and warranty information with bid. 13. Provide detail of what is included and excluded from bid. 14. Payment and Performance bond is required. 15. It is anticipated the contract for this project will be signed by March 3, 2021. Based on this date, provide your start and finish dates. A mandato re -bid conference will be held at ligip P �n Febr a� 1°X2021 at the weld County Law Administration Building, 1350 O Street, Greeley, Colorado 60631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. We wirl be ad 'wring to current state social distancing guidelines. Bids will be received for the above project until: 10:00 AM on Feb, w 202 (weld County Purchasing Time Clock), Due to COVID©195 the bid opening % iil be held via a Microsoft Toes Conference Cabo To join5 can the ph lie number and enter the Corte ence OD provide below: * Phone umber: ( 20) 439=5261 Conference ID: 413552883 Due to COVi t 4 9, the following cha , es have been spade to our :current bid process until future notice: Emailed bids are required. Bids may be emailedtobids@ eldgoy.co ; however, if your bid exceeds 25MB please upload your bid to https://www,bidnetdirect.cornt The maximum file size to upload to BidNet is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: "I hereby wive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400-4222 or 42.23 with any questions. BlD REQUEST #62100056 ROOF TOTAL START DATE FINISH DATE Page 9 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2100056. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County_ 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE of EXEMPTION NUMBER IS #98-03551-0000. YOU Do NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board MELD COUNTY, COLORADO BY: Deputy Clerk to the Board Steve Moreno, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2100056 Page 10 ROOF REPLACEMENT - LAW ADMINISTRATION BUILDING Questions & Answers B2100056 Pasted 02/09/21 1. Your spec calls out a coverboard, Could you specify exactly what coverboard you are wanting to use? .answer: Coverboard that meets manufacturer and installation warranty requirements. 2. Is a Bid Bond required with our beds? Answer: No 3. What wind uplift requirements do you want for the roofing system? Will these requirements be design only or wind rider on warranty? Answer: Standard wind rider that meets installation and manufacturer warranty requirements. ROOF REPLACEMENT— LAW ADMINISTRATION BUILDING Questions & Answers #2 B2100056 Posted 02/11/21 1. Is a permit required for this project? Answer: Yes, the awarded contractor is required to pull a permit for this project. Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Roof Replacement — Law Administration Building This bid is to replace the roof on the Weld County Law Administration Building located at 1950 O Street, Greeley, CO 80631. This is a turn -key bid and will require the following: 1. The approximate total roof area is 22,000 square feet. Bidders must verify measurement. 2. Old roofing and insulation shall be removed and replaced completely. 3. The new roof will be a fully adhered EPDM type. ONLY tier one manufacturers (Firestone, Carlisle or Johns Manville) permitted. 4. New 4 -inches of insulation (polyisocyanurate) with all new coverboard is required. Insulation "R" values should meet current codes. 5. New roof shall slope towards drains and scuppers. 6. Roof shall carry a 20 -year manufacturer's and installation warranty. The 20 -year warranty will be for Labor and Materials. This will require inspections by the manufacturer to certify warranty. Results and certificates must be provided to County. 7. New walkway pads shall be located in same places as existing. Number of 2'x2' walkway pads is 61. 8. New metal cap is not required. However, any cap that is not reusable must be replaced and included in the bid. 9. All penetrations, transitions, term -bars and terminations inside of scuppers shall be properly sealed and meet manufacturer's warranty. 10. Installation of new cover board will be required as required by manufacturer for warranty. All cover board and fasteners shall comply with manufacturer's specifications. 11. Roof will be installed/attached in accordance with manufacturer's recommendations. 12. Provide manufacturer cut sheets and warranty information with bid. 13. Provide detail of what is included and excluded from bid. 14. Payment and Performance bond is required. 15. It is anticipated the contract for this project will be signed by March 3, 2021. Based on this date, provide your start and finish dates. A mandatory ore -bid conference will be held at 1:30 PM on February 1, 2021 at the Weld County Law Administration Building, 1950 O Street, Greeley, Colorado 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. We will be adhering to current state social distancing guidelines. Bids will be received for the above project until: 10:00 AM on February 12, 2021 (Weld County Purchasing Time Clock). Due to COVID-19, the bid opening will be held via a Microsoft Teams Conference Call. To join, call the phone number and enter the Conference ID provide below: Phone Number: (720) 439-5261 Conference ID: 413552883 Due to COVID-19, the following changes have been made to our current bid process until future notice: Emailed bids are required. Bids may be emailed to bidsftweldoov.com; however, if your bid exceeds 25MB please upload your bid to httbs://www.bidnetdirect.com/. The maximum file size to upload to BidNet is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400-4222 or 4223 with any questions. ROOF TOTAL $ $79,640.00 START DATE March 2021 FINISH DATE April 2021 BID REQUEST #B2100056 Page 9 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #62100056. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Select Roofing Contractors BUSINESS 2614 S. Timberline Rd. #105-182 ADDRESS CITY, STATE, ZIP CODE Fort Collins, Colo, 80525 TELEPHONE NO 970-290-5393 FAX 970-460-9558 TAX ID # 46-3862851 PRINTED NAME AND TITLE Levi Casias - Estimator SIGNATURE Levi Casia's" E-MAIL Levi@selectroofingcontractors.com DATE February 12,2021 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Steve Moreno, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #82100056 Page 10 Form W-9 (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/FormW9 for instructions and the latest information, I Nance (as shown on your inComo tax return). Name is required on this line; do not leave thistlne bla Select Roofing Contractors, LLC Give Form to the requester. Do not send to the IRS. d sregarded entity name, if different from above i Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. ❑ Individual/sole proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate single -member LLC Limited liability company. Enter the tax classification (C=C corporation, S=S corporation. P=Partnership) ► S Note: Check the appropriate box in the line above for the tax classification of the single -member owner, Do not check LLC if the LLC rs classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner, Other (see instructions) l► 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (ii any) (AppNas to accounts maintaGwd °bled° fAa U.S.J I Address (number, street, and apt or suite no.) 614 S_ Timberline Rd. #105-182 City, state, and ZIP c ort Collins, CO 80525 List account n mlber(s1 he Requester's name and dress {o Taxpayer tdentifictian Numiuer (TIN) Enter mur 11N in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities,* is your employer identification number (EIN). If you do not have a number, see Now to get a TIN, later. Note; Iffthe account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Social city number or Employer identification number 4 6 3 8 6 2 8 5 1 M Certification Under penalties of perjury, I certify that; 1. The number shown on this form Is my correct taxpayer identification number (or I am waiting 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) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above If you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax retum. For real estate transactions, item 2 does not apply. For mortgage interest paid, ecquiisitipn or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person ► Date ► 1/11 /2021 General Instructions 5ectionjreferences are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who Is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITiN), adoption taxpayer identification number (AT1N), or employer identification number (EIN), td report on an information return the amount paid to you, or other amountreportable on an Information return. Examples of Information returns Include, but are not limited to; the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, /afar. Cat. No. 10231X Form W-9 (Rev, 10-2018) Contract Form New Contract Request Entity Name* My ID* SELECT ROOFING CONTRACIORS LLC X00036435 Contract Name* LAW ADMINISTRATION ROOF REPLACEMENT Contract Status CTB REVIEW New Entity? Contract ID 4534 Contract Lead* SGEESAMAN Contract Lead Email sgeesamanco.weld.co.us Contract Description* REPLACE DAMAGED ROOF ON THE LAW ADMINISTRATION BUILDING Contract Description 2 Contract Type CONTRACT Amount* $ 79.640.00 Renewable* NO Automatic Renewal Department BUILDINGS AND GROUNDS Department Email CM- BuildingGroundsPweldgov.c om Department Head Email CM-BuildingGrounds- DeptHead`�aeldgov.r_om f iiunty Attorney GENERAL COUNTY A I 1 ORNEY EMAIL County Attorney Email CM- COUNTYA I I ORNEY6PWELDG OV.COM Requested BOCC Agenda Date* 03/15,2021 Parent Contract ID Requires Board Approval YES Department Project # Due Date 03/11/2021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept to be included? If this is a renewal enter previous Contract ID if this is part of a MSA enter P4SA 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 Darp Review Date* Renewal Date 06/30/2021 Termination Notice Period Expiration Date' 06/30/2021 n Contact Name Contact Type Purchasi Purchasing Approval Process Department Head TOBY TAYLOR DH Approved Date 03/16'2021 Final Approval C Approved B©CC Signed Date BOCC Alen 03/22/2021 Originator SCEESAMAN Finance Approver CHRIS D'OVIDIO Contact Rhone 1 Contact Phone 2 Purchasing Approved Date Legal Counsel BOB CHOATE Finance Approved Date Legal Counsel Approved Date 03/17/2021 03,x17 2021 Tyler Ref # AG 032221 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 March 2, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Law Administration Roof; B2100056 As advertised this bid is for replacing the roof that became detached during a recent wind event. The low bid is from Select Roofing Contractors and meets specifications. Therefore, the Facilities Department is recommending the award to Select Roofing Contractors in the amount of $79,640.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 03/03 0,2002-1-ds9 B6 -700-D: oa/n WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: rturf(a�weldgov.com E-mail: reverett(a�weldgov.com E-mail: cmpeters@weldgov.com Phone: (970) 400-4216,4222 or 4223 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 12, 2021 REQUEST FOR: ROOF REPLACEMENT - LAW ADMINISTRATION BUILDING DEPARTMENT: FACILITIES DEPT BID NO: #B2100056 PRESENT DATE: FEBRUARY 17, 2021 APPROVAL DATE: MARCH 3, 2021 START FINISH VENDOR TOTAL DATE DATE SELECT ROOFING CONTRACTORS $79,640.00 MARCH 21 APRIL 21 2614 S. TIMBERLINE RD. #155-182 FORT COLLINS, CO 80525 SKYLINE CONTRACTORS $84,905.00 3/15/21 3/29/21 914 WASHINGTON AVE GOLDEN, CO 80401 FRONT RANGE ROOFING SYSTEMS LLC $91,594.00 4/12/21 4/30/21 222 13' AVE GREELEY CO 80631 3G CONSTRUCTION & ROOFING $92,890.00 3/01/21 3/15/21 835 E. PLATTE AVE. COLORADO SPRING, CO 80903 COLORADO MOISTURE CONTROL, INC $93,095.00 3/8/21 4/8/21 3801 E 50T" AVE DENVER, CO 80216 LALLIER CONSTRUCTION, INC $93,669.65 3/17/21 4/2/21 5685 GRAY STREET ARVADA, CO 80002 AAA ROOFING & CONSTRUCTION LLC $99,999.00 3/3/21 2 WKS FROM 185 E 71ST STREET START LOVELAND, CO 80538 SUPREME ROOFING DONE RIGHT, LLC $103,584.00 3/5/21 3/30/21 14 INVERNESS DRIVE EAST D-124 ENGLEWOOD, CO 80112 (continued) 2021-0459 X06? 3 PAGE 2 DATE OF BID: JANUARY 26, 2021 REQUEST FOR: ROOF REPLACEMENT - LAW ADMINISTRATION BUILDING DEPARTMENT: FACILITIES DEPT BID NO: #62100056 PRESENT DATE: FEBRUARY 17, 2021 APPROVAL DATE: MARCH 3, 2021 START FINISH VENDOR TOTAL DATE DATE ALPINE ROOFING, LTD $104,570.00 3/22/21 4/30/21 4780 YORK STREET DENVER, CO 80216 DOUGLAS COLONY GROUP $108,833.00 3/24/21 4/9/21 110 14TH AVE GREELEY, CO 80631 AVI ROOFING $109,986.15 3/8/21 3/17/21 1290 E 58TH AVENUE DENVER, CO 80216 UNITED MATERIALS LLC $135,290.00 TBD 45 DAYS FROM 5135 YORK STREET NTP DENVER, CO 80216 DYNAMIC ROOFING HOLDINGS, LLC $141,430.62 3/8/21 3/15/21 2305 E ARAPAHOE RD. STE 220 CENTENNIAL, CO 80122 THE FACILITIES DEPARTMENT WILL REVIEW THE BIDS.
Hello