HomeMy WebLinkAbout20173094.tiffAGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY & FRONT RANGE ROOFING SYSTEMS LLC.
1311 N. 17TH AVE. ROOF REPLACEMENT
THIS AGREEMENT is made and entered into this,, day of 560-tvpact, 2013 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 Front Range Roofing Systems, LLC. Whose address is 222 13t Ave. Greeley, CO 80634 hereinafter referred
to as "Contract Professional".
WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to
perform services as more particularly set forth below; and
WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform
the services, and is willing to perform the services according to the terms of this Agreement.
WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the
time, skill, expertise, and experience necessary to provide the 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 B are specifically incorporated herein by
this reference. County and Contract Professional acknowledge and agree that this Agreement, including
specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract
Professional's willingness and ability to meet those requirements.
Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Proposal Package No.
B 1700126. The RFP contains all of the specific requirements of County.
Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response
confirms Contract Professional's obligations under this Agreement.
2. Service or Work. Contract Professional 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 Exhibit A which is attached hereto and incorporated herein by reference.
Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits
A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional
care, skill, training, diligence and judgment provided by competent Contract Professionals performing services
of a similar nature to those described in this Agreement. Contract Professional 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 Agreement begins upon the date of the execution of this Agreement by County,
and shall continue through and until Contract Professional'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
Cone e.r+ cer.dla..
toles/l"7
te, TT/s&)
Lem- td/e1/O6
aoI -309y
3Goot9
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
Contract Professional if it wishes to renew this Contract.
4. Termination. County has the right [o terminate this Agreement, with or without cause on thirty (30)days
written notice. Eurthermore, this Agreement may be terminated by either party at any time with notice upon a
material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract
Professional the right to provide services under this Agreement beyond the time when such services become
unsatisfactory to the County.
If this Agreement is terminated by County, Contract Professional shall be compensated for, and such
compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and
which have been approved by the County; (2) the reasonable value to County of the services which Contract
Professional provided prior to the date of the termination notice, but which had not yet been approved for
payment; and (3) the cost of any work which the County approves in writing which it determines is needed to
accomplish an orderly termination of the work. County shall be entitled to the use of all material generated
pursuant to this Agreement upon termination.
Upon termination,County shali take possession of all materials,equipment, tools and facilities owned by
County which Contract Professional is using,by whatever method it deems expedient;and,Contract Professional
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 Counry. Copies of work product incomplete at the time
of termination shall be marked"DRAFT-INCOMPLETE."
Upon termination of this Agreement by County, Contract Professional 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 Contract Professional shal I be the basis for additional
compensation unless and until Contract Professional has obtained written authorization and acknowledgement by
County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any
additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase
in the compensation payable hereunder.ln the event that written authorization and acknowledgment by the County
for such additional services is not timely executed and issued in strict accordance with this Agreement,Contract
Professional's rights with respect to such additional services shall be deemed waived and such failure shall result
in non-payment for such additional services or work performed. In the event the County shall require changes in
the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease
in the time required or the costs to the Contract Professional for performance,an equitable adjustment in fees and
completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a
supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in
writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in
work made without such prior supplemental Agreement shall be deemed covered in the compensation and time
provisions of this Agreement
6. Compensation/Contract Amount. Upon Contract Professional's successful completion ofthe services,
and County's acceptance of the same, County agrees to pay an amount no greater than $25,689.00 which is the
bid. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a
"change order" authorizing such additional payment has been specifically approved by the Director of Weld
County Buildings & Grounds, or by formal resolution of the Weld County Board of County Commissioners, as
required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event
shall County be liable for payment for services rendered and expenses incurred by Contract Professional under
the terms of this Agreement for any amount in excess of the sum of the bid. Contactor acknowledges that any
work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and
without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or
penalties of any nature other than the compensation stated herein.
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 Contract Professional was improper because the service for
which payment was made did not perform as set forth in ihis Agreement, then upon written notice of such
determination and request for reimbursement from County, Contract Professional shall forthwith return such
payment(s)to County. Upon termination or expiration ofthis 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 Contract Professional hereunder and Contract
Professional 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 Contract Professional 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 Contract Professional. Contract Professional agrees that it is an independent Contract
Professional and that Coniract Professional'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. Contract
Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional
shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to
this Agreement. Contract Professional, 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 Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available
to Contract Professional and its employees and agents only if such coverage is made available by Contract
Professional or a third party. Contract Professional shall pay when due a11 applicable employment taxes and
income taxes and local head taxes(if applicable)incurred pursuant to this Agreement.Contract Professional shall
not have authorization,express or implied,to bind County to any agreement, liability or understanding,except as
expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard
to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force
workers' compensation and unemployment compensation insurance in the amounts required by law.
8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in
reliance upon the particular reputation and expertise of Contract Professional. Contract Professional shall not
enter into any subcontractor agreements for the completion of this project without County's prior written
consent,which may be withheld in County's sole discretion. County shall have the right in its reasonable
discretion to approve all personnel assigned to the subject project during the performance of this Agreement and
no personnel to whom County has an objection, in its reasonable discretion,shall be assigned to the project.
Contract Professional shall require each subcontractor,as approved by County and to the extent of the Services
to be performed by the subcontcactor,to be bound to Contract Professional by the terms of this Agreement,and
to assume toward Contract Professional all ihe obligations and responsibilities which Contract Professional,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 Contract Professional and Contract
Professional shall cooperate in such process.The Contract Professional shall be responsible for the acts and
omissions of its agents,employees and subcontractors.
�
9. Ownership. All work and information obtained by Contract Professional under this Agreement or
individual work order shall become or remain(as applicable),the property of County. In addition,all reports,
documents, data, plans,drawings, records and computer files generated by Contract Professional in relation to
this Agreement and all reports, test results and all other tangible materials obtained and/or produced in
connection with the performance of this Agreement, whether or not such materials are in completed form, sha11
at all times be considered the property of the County.Contract Professional shall not make use of such material
for purposes other than in connection with this Agreement without prior written approval of County.
10. Confideatiality. Confidential financial information of the Contract Professional should be transmitted
separately from the main bid submittal,ciearly denoting in red on the financial information at the top the word,
"CONFIDENTIAL."However, Contract Professional is advised ihat as a public entity, Weld Counry must
comply with ihe provisions of C.R.S. 24-72-201,et seq., with regard to public records, and cannot guarantee the
confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential
information. Contract Professional 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. Contract
Professional 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. Standard of Care. Contract Professional warrants that the services performed under this Agreement will be
performed in a manner consistent with the professional standards governing such services and the provisions of
this Agreement.Contract Professional further represents all services shall be performed by qualified personnel in
a professiona(and workmanlike manner, consistent with industry standards,and that all services will conform to
applicable specifications.
12. Acceptance of Services Not a Waiver. Upon completion of the work,Contract Professional 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 Contract
Professional 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 Contract Professional, and County's action or inaction when any such breach or
default shall exist shall not impair or prejudice any right or remedy available to County with respect to such
breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or
conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the
County of,or payment for,the services completed under this Agreement shall not be consirued as a waiver of any
of the County's rights under ihis Agreement or under the law generally.
13. Insurance and Indemnification. Weld County and the State must be named as additional insured on the
Commercial General Liability policies(leases and construction contracts require additional insured coverage for
completed operations on endorsements CG 2010 11/85,CG 2037,or equivalent). Contract Professionals must
secure, at or before the time of execution of any agreement or commencement of any work, the following
insurance covering all operations,goods or services provided pursuant to this request.Contract Professionals
shall keep the required insurance coverage in force at all times during the term of the Agreement,or any extension
thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to
do business in Colorado and rated by A.M. Best Company as "A"VI[I or better. Shouldanyoftheabove-
described policies by canceled or should any coverage be reduced before the expiration date thereof,the Contract
Professional shall send written notice to the Weld County Director of General Services by certified mail,return
receipt requested. Such written notice shall be sent within thirty(30)days upon receipt of such cancellation from
carrieror reduction unless due to non-payment of premiums for which notice shall be sent ten(10)days prior. If
any policy is in excess of a deductible or self-insured retention, County must be notified by the Contract
i
Professional.Contract Professional shall be responsible forthe payment ofany deductible or self-insured retention.
County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the
amount of the deductible or self-insured retention to guarantee paymentofclaims.
The insurance coverage's specified in ihis Agreement are the minimum requirements,and these requirements do
not decrease or limit the liability of Professional. The County in no way warrants that ihe minimum limits
contained herein are sufficient to protect them from liabilities that might arise out of the performance of the
work under this Contract by the Contract Professional, its agents, representatives,employees,or subcontractors.
The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent,maintain higher
limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations
assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient
amounts,duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds
or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement.
Any modification to these requirements must be made in writing by Weld County.
The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract
Professional shall be responsible for the professional quality,technica) accuracy,and quantity of all services
provided,the timely delivery of said services,and the coordination of all services rendered by the Contract
Professional and shall,without additional compensation,promptly remedy and correct any errors,omissions,or
other deficiencies.
INDEMNITY: The Contract Professional shall indemnify and hold harmless County, its officers,and
employees, from and against injury, loss damage, or liability of Coniract Professional arising out of the work
done in fulfillment of the terms of this Contract,to the extent caused by a negligent act,error,or omission,or on
account of any claim or amount arising or recovered under workers'compensation law or arising out of the
failure of the Contract Professional to conform to any statutes,ordinances, regulation, law or court decree.The
Contract Professional shall be fully responsible and liable for injuries or damage received or sustained by any
person, persons, or property on account of its performance under this Agreement or its failure to comply with
the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in
its methods or procedures; or in its provisions of the materials required herein,or from any claims or amounts
arising or recovered under the Worker's Compensation Act, or other law,ordinance,order,or decree.This
paragraph shall survive expiration or termination hereof. In consideration of the award of ihis contract, the
Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated
entities, successors,or assigns, its elected officials,trustees,employees,and volunteers for losses arising from
the work performed by the Contract Professional for ihe County. A failure to comply with this provision shal(
result in County's right to immediately terminate this Agreement.
Tvnes of Insurance: The Contract Professional shall obtain,and maintain at all times during the term of
any Agreement,insurance in the following kinds and amounts:
Workers'Compensation Insurance as required by state statute,and Employer's Liability Insurance
covering all of the Contract Professional's employees acting within the course and scope of their
employment. Policy shall contain a waiver of subrogation against the County. This reyuirement shall
not apply when a Contract Professional or subcontractor is exempt under Colorado Workers'
Compensation Act.,AND when such Contract Professional or subcontractor executes the appropriate
sole proprietor waiver form.
Commercial General Liability Insurance shall include bodily injury,property damage,and liability
assumed under the coniract.
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$2,000,000 praducts and completed operations aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Contract Professional shall maintain limits of$1,000,000 for bodily injury per
person,$1,000,000 for bodily injury for each accident,and$1,000,000 forproperty 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.
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 Contract Professional to provide a certificate
of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator
in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor
liability, and inland marine, Contract Professional's insurer shall name County as an additional
insured.
Waiver of Subro a� tion: For all coverages, Contract Professional's insurer shall waive subrogation
rights against Counry.
Subcontractors: All subcontractors, independent Contract Professionals, sub-vendors, suppliers or other
entities providing goods or services required by this Agreement shall be subject to all of the requirements
herein and shal(procure and maintain the same coverage's required ofContract Professional.Contract
Professional shall include all such subcontractors, independent Contract Professionals, sub-vendors
suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the
required coverages. Contract Professional agrees to provide proof of insurance for all such
subcontractors, independent Contract Professionals, sub-vendors suppliers or other entities upon
request by the County.
14. Non-Assignment.Contract Professional may not assign or transfer this Agreement or any interest therein or
claim thereunder,without the prior written approval of County. Any attempts by Contract Professional 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 Contract Professional 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 any duly authorized
representative of County, including the County Auditor,shall have access to and the right to examine and audit
any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this
Agreement.The Contractor agrees to maintain these documents for three years from the date of the last payment
received.
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 Counry Representative for purposes of this Agreement
is hereby identified as,Director of Weld County Department of Buildings&Grounds,or his designee. All notices
or other communications(including annual maintenance made by one party to the other concerning the terms and
conditions of this contract shal) be deemed delivered under the following circumstances:
(a)personal service by a reputable courier service requiring signature for receipt;or
(b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a
party at the address set forth in this contract; or
(c)electronic transmission via email at the address set forth below,where a receipt or acknowledgment is
required by the sending party;or
(d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is
required by the sending party.
Either party may change its notice address(es)by written notice to the other.
Notification Information:
Contract Professional: Front Range Roofing Systems, LLC.
Attn.: Ryan Lauer Project Manager
Address:222 13`h Ave.
Address:Greeley, CO 80634
E-mail: rlauerna,frontran eroofin .�om
Telephone: (970)353-2322
Coun :
Name: Toby Taylor
Position: Director of Buildings and Grounds
Address: 1105 H Street
Address:Greeley,CO 80632
E-mail:ttaylor@co.weld.co.us
Facsim ile: 970-304-6532
18. Compliance with Law. Contract Professional shall 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 Contract
Professionals 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-S07. The
signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or
beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County
has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere
with the performance of Contract Professional's services and Contract Professional shall not employ any person
having such known interests.During the term of this Agreement,Contract Professional shall not engage in any in
any business or personal activities or practices or maintain any relationships which actually conflicts with or in
any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract
Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate
termination of this Agreement.No employee of Contract Professional nor any member of Contract Professional's
family shall serve on a County Board,committee or hold any such position which either by rule,practice or action
nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract
Professional.
23. Severability. If any term or condition ofthis 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 conditian 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 [mmunity Act §§24-10-101 et seq., as applicable now or hereafter amended.
25. No T6ird Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and
conditions of this Agreement, and a11 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, Contract Professional agrees that the Weld County District
Court shall have exclusive jurisdiction to resolve said dispute.
28. Public Contracts for Services C.RS. §8-17.5-101. Contract Professional certifies, warrants, and agrees
that it does not knowingly employ or contract with an illegal alien who will perform work under this
contract. Contract Professional will confirm the employment eligibi(ity 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). Contract
Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement
or enter into a contract with a subcontractor ihat fails to certify with Contract Professional that the subcontractor
shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract
Professional 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 Contract Professional
obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly
employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within
three (3)days that Contract Professional has actual knowledge that a subcontractor is employing or contracting
with an illegal alien and shall termrnate the subcontract if a subcontractor does not stop employing or contracting
with the illegal alien within three (3) days of receiving notice. Contract Professional 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. Contract Professional shall comply with reasonable
requests made in the course of an investigation, undertaken pursuan[ to C.R.S. §8-17.5-102(5), by the Colorado
Department of Labor and Employment. If Contract Professional participates in the State of Colorado program,
Contract Professional shall,within twenty days after hiring an new employee to perform work under the contract,
affirm that Contract Professional has examined the lega)work status of such employee,retained file copies of the
documents, and not altered or falsified the identification documenis for such employees. Contract Professional
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 Contract
Professional 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, Contract Professional 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 Contract
Professional receives federal or state funds under the contract,Contract Professional 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 Contract
Professional 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 sey.,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.
29. Compliance with Davis-Bacon Wage Rates. Contract Professional understands and agrees that,if required
the work shall be in compliance with ihe Davis- Bacon Wage Rates.
30. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional,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.
31. 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.
32. Acknowledgment. County and Contract Professional 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.
IN WITNESS WHEREOF, the parties hereto have signed this Agreement this tit, day of
SrpTrsi-c?)E , . 2017
CONTRACT PROFESSIONAL:
Front Range Roofing Systems, LLC.
Name: A -?I (✓AN't,/t
Date 41/2- i 7
Title: 17vti
WELD CO NTY:
ATTEST. BOARD
and I/�:�.► BOARD OF COUNTY COMMISSIONERS
C� Weld rou ty e l to the �I tta �►` WELD COUNTY, COLORADO
BY:
Deputy Cl T to the Bo
APPROVED AS TO FUND
Controller
ounty Attorney
APPROVED S TO FORM:
/V,
ie A. ozad, Chair
0 2 2017
PROVED A 0 SUBSTANCE:
Electe Official or Department Head
020/ 7- .3091/6
� ����i=� P�
;_ .._ _ __ _. __..�.�.�
r
�
REQUEST FOR BID ; �..��.�`:_,��g61���„-
WELD COUNTY, COLORADO
1150 O STREET
GREELEY, CO 80631
DATE: JULY 31, 2017 i` - C O U N T Y
4 3 .
BID NUMBER: #B17000126 � �,' � �
DESCRIPTION: ROOF REPLACEMENT-HHW BUILDING
DEPARTMENT: BUILDINGS & GROUNDS
MANDATORY PRE-BID CONFERENCE DATE: AUGUST 16, 2017
BID OPENING DATE: AUGUST 30, 2017
1. NOTICE TO BIDDERS:
The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing
Director/Purchasing Director(collectively referred to herein as, "W eld County"),wishes to purchase the
following:
ROOF REPLACEMENT-HOUSEHOLD HAZARDOUS WASTE BLDG
A mandatory pre-bid conference will be held at 11:00 a.m., on Auqust 16, 2017, at the Weld County
Household Hazardous Waste building located at 1311 N 17th Ave, Greeley CO 80631. Bidders must
participate and record their presence at the pre-bid conference to be allowed to submit bids.
Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative
Building, 1150 O Street Room #107 Greeley CO 80631 until: Auqust 30, 2017(c� 10:30 am (Weld County
Purchasinq Time Clock).
PAGES 1 -8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST
NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY
BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8.
2. INVITATION TO BID:
Weld County requests bids for the above-listed merchandise, equipment, and/or services. Said
merchandise and/or equipment shall be delivered to the location(s) specified herein
Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts,
and shall, in every way,be the total net price which the bidder will expect the W eld County to pay if awarded the
bid.
You can find information concerning this request at two locations: On the Weld County Purchasing
website at https://www.weldqov.com/departments/purchasinq located under"Current Requests". And, on
the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct.
BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and
governmental entities. Participating entities post their bids,quotes, proposals, addendums, and awards on this
one centralized system.
Bid Delivery to Weld County— 2 methods:
1. Email. Emailed bids are preferred. Bids mav be emailed to: b i d s(c�w e I d q o v . c o m .
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. If more than one copy of the bid is
requested, you must submit/mail hard copies of the bid proposal.
2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the
bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room
#107 Greeley, CO 80631. Please call Purchasinq at 970-400-4222 or 4223 if vou have anv questions.
3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION
Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department.
Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids
by partnerships must furnish the full names of all partners and must be signed with the partnership name by
one of the members of the partnership or by an authorized representative, followed by the signature and title
of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed
by the name of the state of the incorporation and by the signature and title of the president, secretary, or other
person authorized to bind it in the matter. The name of each person signing shall also be typed or printed
below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent,"
or other title without disclosing his principal, may be held to be the bid of the individual signing. When
requested by the Weld County Controller/Purchasing Director/Purchasing Director, satisfactory evidence of
the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must
accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures
shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions,
requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and
prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders
are required to use the Proposal Forms which are included in this package and on the basis indicated in the
Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder.
Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that
the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1,
entitled, 'Notice to Bidders. Bids received prior to the time of opening will be kept unopened in a secure
place. No responsibility will attach to the Weld County Controller/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 Weld 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 awarded. Bidders
are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so
will be at the bidders' risk.
In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference
to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also
understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with
C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing,
lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any
and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid
that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s)
may be awarded to more than one vendor.
In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for
Proposal contained herein (including, but not limited to the product specifications and scope of services), the
formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County
Commissioners, together constitutes a contract, with the contract date being the date of signature by the
Chair of the Board of County Commissioners.
4. SUCCESSFUL BIDDER HIRING PRACTICES- ILLEGAL ALIENS
Successful bidder certifies, warrants, and agrees that it does not knowing�y employ or contract with an illegal
alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all
employees who are newly hired for employment in the United States to perform work under this Agreement,
through participation in the E-Verify program or the State of Colorado program established pursuant to C.R.S.
BID REQUEST#B1700126 Page 2
§8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform
work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful
bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work
under this Agreement. Successful bidder shall not use E-Verify Program or State of Colorado program
procedures to undertake pre-employment screening or job applicants while this Agreement is being
performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the
public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify
the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a
subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a
subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving
notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides
information to establish that the subcontractor has not knowingly employed or contracted with an illegal
alien. Successful bidder shall comply with reasonable requests made in the course of an investigation,
undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If
Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days
after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined
the legal work status of such employee, retained file copies of the documents, and not altered or falsified the
identification documents for such employees. Successful bidder shall deliver to County, a written notarized
affirmation that it has examined the legal work status of such employee, and shall comply with all of the other
requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of
this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so
terminated, Successful bidder shall be liable for actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful
bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual
natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S.
§ 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful
bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a
citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b)
shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall
produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the
contract.
5. GENERAL PROVISIONS
A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By
acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond
the current fiscal year.
B. Confidential Information: Confidential financial information of the bidder should be transmitted
separately from the main bid submittal, clearly denoting in red on the financial information at the top the
word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County
must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with
regard to public records, and cannot guarantee the confidentiality of all documents. If Weld County receives
a CORA request for bid information marked "CONFIDENTIAL", staff will attempt to contact the bidder in order
to allow the bidder to seek an appropriate court order preventing disclosure. Without such an order, Weld
County will release the requested information in accordance with CORA.
C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a
waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the
Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended.
D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent
contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents
and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or
employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and
BID REQUEST#61700126 Page 3
its employees and agents are not entitled to unemployment insurance or workers' compensation benefits
through Weld County and Weld County shall not pay for or otherwise provide such coverage for the
successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to
the successful bidder and its employees and agents only if such coverage is made available by the
successful bidder or a third party. The successful bidder shall pay when due all applicable employment
taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful
bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or
understanding, except as expressly set forth in the contract. The successful bidder shall have the following
responsibilities with regard to workers' compensation and unemployment compensation insurance matters:
(a) provide and keep in force workers' compensation and unemployment compensation insurance in the
amounts required by law, and (b) provide proof thereof when requested to do so by Weld County.
E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state
laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to
discrimination and unfair employment practices.
F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied
in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated
herein by reference which conflicts with said laws, rules and/or regulations shall be null and void.
G. No Third-Party Beneficiary Enforcement: It is expressly understood and agreed that the
enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement,
shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim
or right of action whatsoever by any other person not included in the contract. It is the express intention of
the undersigned parties that any entity other than the undersigned parties receiving services or benefits
under the contract shall be an incidental beneficiary only.
H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful
bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for
the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder.
I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business
enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be
discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for
an award.
J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment
and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and
materials necessary to perform and complete the project. The successful bidder shall further be responsible
for the timely completion, and acknowledges that a failure to comply with the standards and requirements
outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold
payment or to terminate this Agreement.
K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County,
and shall continue through and until successful bidder's completion of the responsibilities described in the
Bid.
L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30)
days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a
material breach of the terms of the Agreement.
M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing
signed by both parties. No additional services or work performed by the successful bidder shall be the basis
for additional compensation unless and until the successful bidder has obtained written authorization and
acknowledgement by County for such additional services. Accordingly, no claim that the County has been
unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall
be the basis of any increase in the compensation payable hereunder.
BID REQUEST#B1700126 Page 4
N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in
reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall
not enter into any subcontractor agreements for the completion of this Project without County's prior written
consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable
discretion to approve all personnel assigned to the subject Project during the performance of this Agreement
and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the
Project. The successful bidder shail require each subcontractor, as approved by County and to the extent of
the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this
Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the
successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the
obligation)to enforce the provisions of this Agreement against any subcontractor hired by the successful
bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible
for the acts and omissions of its agents, employees and subcontractors.
O. Warranty: The successful bidder warrants that services performed under this Agreement will be
performed in a manner consistent with the standards governing such services and the provisions of this
Agreement. The successful bidder further represents and warrants that all services shall be performed by
qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all
services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware
that all work perFormed on this Project pursuant to this Agreement is subject to a one year warranty period
during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or
performance.
The bidder warrants that the goods to be supplied shall be merchantable,of good quality, and free from defects,
whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum
specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the
goods are free and clear of all liens, encumbrances, and security interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time,
and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld
County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year
period after said goods are first supplied to Weld County.
Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids
are submitted:
1. Detailed equipment specifications to include the warranty.
2. Descriptive literature.
P. Non-Assignment: The successful bidder may not assign or transfer this Agreement or any interest
therein or claim thereunder, without the prior written approval of County.Any attempts by the successful bidder
to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County,
automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may
be granted or denied at the sole and absolute discretion of County.
Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure
to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause
beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes
or Governmental actions.
R. Non-Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other
contractors or persons to perform services of the same or similar nature.
S. Employee Financial Interest/Conflict of Interest—C.R.S. §§24-18-201 et seq. and §24-50-507. The
signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or
beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County
BID REQUEST#61700126 Page 5
has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere
with the performance of the successful bidder's services and the successful bidder shall not employ any person
having such known interests. During the term of this Agreement, the successful bidder shall not engage in any
in any business or personal activities or practices or maintain any relationships which actually conflicts with or
in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the
successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate
termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's
family shall serve on a County Board, committee or hold any such position which either by rule, practice or
action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the
successful bidder.
T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or
unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without
such provision, to the extent that this Agreement is then capable of execution within the original intent of the
parties.
U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-
judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall
be null and void.
V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until
it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee.
W. Compensation Amount: Upon the successful bidder's successful completion of the service, and
County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted
bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless
a "change order" authorizing such additional payment has been specifically approved by the County's
delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required
pursuant to the Weld County Code.
X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the
successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related
to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime
and/or double time rates for work done outside of normal business hours unless specifically authorized in
writing by County.
6. INSURANCE REQUIREMENTS
General Requirements: Successful bidders must secure, at or before the time of execution of any
agreement or commencement of any work, the following insurance covering all operations, goods or
services provided pursuant to this request.Successful bidders shall keep the required insurance coverage in
force at all times during the term of the Agreement,or any extension thereof, and during any warranty period.
The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by
A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating
"Should any of the above-described policies by canceled or should any coverage be reduced before the
expiration date thereof,the issuing company shall send written notice to the Weld County
Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written
notice shall be sent thirty(30)days prior to such cancellation or reduction unless due to non-payment of
premiums for which notice shall be sent ten(10)days prior. If any policy is in excess of a deductible or self-
insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for
the payment of any deductible or self-insured retention. County reserves the right to require Successful
bidder to provide a bond, at no cost to County, in the amount of the deductible or self-insured retention to
guarantee payment of claims.
The insurance coverages specified in this Agreement are the minimum requirements, and these requirements
do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum
limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the
BID REQUEST#B1700126 Page 6
performance of the work under this Contract by the Successful bidder, its agents, representatives,
employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate
and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any
liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain
insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own
expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and
liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld
County.
The successful bidder stipulates that it has met the insurance requirements identified herein. The successful
bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and
services provided, the timely delivery of said services, and the coordination of all services rendered by the
successful bidder and shall, without additional compensation, promptly remedy and correct any errors,
omissions, or other deficiencies.
INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents,
and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or
character arising out of the work done in fulfillment of the terms of this Contract or on account of any act,
claim or amount arising or recovered under workers' compensation law or arising out of the failure of the
successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful
bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any
person, persons, or property on account of its performance under this Agreement or its failure to comply with
the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in
its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts
arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This
paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be
responsible for primary loss investigation, defense and judgment costs where this contract of indemnity
applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of
subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected
officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the
successful bidder for the County. A failure to comply with this provision shall result in County's right to
immediately terminate this Agreement.
Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any
Agreement, insurance in the following kinds and amounts:
Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance
covering all of the successful bidder's employees acting within the course and scope of their employment.
Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a
successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such
successful bidder or subcontractor executes the appropriate sole proprietor waiver form.
Commercial General Liability Insurance for bodily injury, property damage,and liability assumed under an
insured contract, and defense costs,with the minimum limits must be as follows:
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$2,000,000 products and completed operations aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person,
$1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles
operating both on County property and elsewhere, for vehicles owned, hired, and non-owned vehicles used in
the performance of this Contract.
Successful bidders shall secure and deliver to the County at or before the time of execution of this
Agreement, and shall keep in force at all times during the term of the Agreement as the same may be
extended as herein provided, a commercial general liability insurance policy, including public liability and
BID REQUEST#B1700126 Page 7
property damage, in form and company acceptable to and approved by said Administrator, covering all
operations hereunder set forth in the Request for Bid.
Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of
insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole
discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability,
and inland marine, Successful bidder's insurer shall name County as an additional insured.
Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against
County.
Subcontractors: All subcontractors, subcontractors, independent contractors, sub-vendors, suppliers or other
entities providing goods or services required bythis Agreementshall be subjectto 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-vendor's 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.
SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING:
This bid is to replace the roof at the Household Hazardous Waste building located at 1311 North 17th Avenue,
Greeley, CO.
This is a turn-key bid and will require the following:
1. The roof area to be replaces is estimated at 4,200 square feet. Bidder responsible for verifying correct
square footage.
2. The new roof will be fully adhered EPDM type.
3. Roof shall carry a 20-year manufacturers and installation warranty. The 20-year warranty will be for
Labor and Materials. This will require the inspection of the manufacturer to certify warranty. Results
are to be provided to County.
4. New metal cap is not required. However, any cap that is not useable must be replaced and be included
in the bid.
5. All penetrations and transitions shall be properly sealed and meet manufacturer's warranty.
6. Installation of new cover board will be required. All cover board and fasteners shall comply with
manufacturer's specifications.
7. Roof will be installed/attached in accordance with manufacturer's recommendations
8. Provide name of manufacturer along with appropriate cut sheets and warranty information with bid.
9. Provide detail of what is included and excluded from bid
10. Payment and Performance bond is required.
BID REQUEST#B1700126 Page 8
PRICING:
ROOF TOTAL $
START DATE
FINISH DATE
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. #B1700126.
2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes.
3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal
sheets.
4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not
limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and
signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date
being the date of signature by the Chair of the Board of County Commissioners.
5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the
bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s)may
be awarded to more than one vendor.
FIRM
BUSINESS
ADDRESS
CITY, STATE, ZIP CODE
TELEPHONE NO FAX TAX ID #
PRINTED NAME AND TITLE
SIGNATURE
E-MAI L
DATE
**ALL BIDDERS SHALL PROVIDE A W-9 AT TIME OF BID OPENING** (If not already on file)
BID REQUEST#B1700126 Page 9
�
.
� �x t-�.��� �
PRICING:
ROOFTOTAL � 5"(��� co
START DATE � ���
FINISH DATE ( ,L � � �
, ;
1
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. #B1700126.
2. The quotations set forth herein are exclusive of any federai 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. 7he signed bid submitted, ail of the documents of the Request for Proposal contained herein (including, but not
limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and
signature of the Chair of the Board of County Commissioners, together constitutes a cantract, with the contract date
being the date of signature by the Chair of the Board of County Commissioners.
5. Weld County reserves the right to reject any and ali bids, to waive any informality rn the bids, and to accept the
bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weid County. The bid(s) may
be awarded to more than one vendor.
FIRM ���r 1�-�i �oFtr✓G SYS'`T�►^tiS, L�-�•
BUSINESS �_N., �
ADDRESS 2 Z� I
CITY, STATE, ZIP CODE t�N�'�, � ����`f
TELEPHONE NO ��0- 3�3-Z32�. FAX `��0 --��Z -��S7 TAX ID# By'�.S��Z►8
PRINTED NAME AND TITLE f�?'� � �t`�� , �f^-�
SIGNATURE� ... ��
E-MAI L t�' �a u v'� �n�'�"r'a.rtq�r-p��`vu�.C.o,�
DATE�3°��-7
"'ALL BIDDERS SHALL PROVIDE A W-9 AT TIME OF BID OPENING"'' (If not afready on fiie)
BID REQUEST#B1700126 Page 9
� �-�„ ,,� . �,
� `� ' :.s'�� _'�''.r*�'�*�a�,`y.s���y�'*,�:�� .�`,.��rsu ¢ .' � ��k�-r{3 �s.'.m` "`.m�^«ss � '".� ..
� �� s& ��t +�""""Ww
..
� �i rZ `'�*� �Y �°�'�vN�s' �""r" ,� t'- ' �i'.
g� . �,�. ����� ti } � . y} *V .,, �''1�'�+w:..
t �a."�+. Aa) 9 ' ,yw.. . '
'��;,�t'"�' -�� �
�
�"" �� � �" ,�,.�, � •`� ,.?.� '`"s
' � I I � ' ����"� �� �� ��'�,�v a,� "�'�,..�"' �;.�r +�y►
� }
l �.: ' � �`.�' "�,:�, y
�g-�g� i � • • � � � �,.� `��f� t �aY x *.
13�.�i� ` ' '
�
_�... __,.,:. .._ ,•_..:., . r ..:'' ._._._�_. ._ . m,, �.._ ._, ..
T��`PICA� APPLICATtOf�
Sure-Seal EPDM Classic Membrane
Carlisie Fasteners and Plates
.�-� � C�rlisle Bonding Adhesive
��!�l �
` � �cceptable insulation
' � Approved Roof Deck
� � ` u� �„�
� �
�,� �
�,-������ �-...
��; � F�` a� s r
Y,��:�� ' � F� � ' "vrr�� ��� ',-�s fi��'�S�?�:> 3���
��
� $ y,:.� w ��.� ������r�'� ��t��..���:
' . ...;,� , .-,�
,� �� � � Steeply pitched and Flat roof applications-no slope
�, ����� � ���� - � �� res[rictions
,�:� g � �
� ; • Irregular configurations
.�,,_
�'`� � � • Monolithic assemblies
,,
�✓
� : • Lighiweight requirements
� Variery of decks
EP�M Membranes for Ful{y Adhered
Roafing Systems are available in the
failowing:
Colors: Black and White
Thicknesses (miis): 45, 60, 75 and 90
Standard Widths: 10' - 3�'
Standard Lengths: 50' - 100"
NEW CONSTRUCT{ON RE12OOFiNG
l �' i.l 1 � �,�� ��1 1
� •i' lA: 1 {�� :�'�0 A!
7
INSULATION Y�S �� 'REFER TO �0 hQ YLS NO YES YES
REqUIRED $PECS
RECOMMENDED ChRUSLE POlYISO,0SB,CARLI5LE HP RECOUERY 86ARd OR E— REFER TO NEW CONSTRUCTION
INSULATI0NS CARLISLE NP RECOVERYBOARD OVER POLYSTYRENE
INSUEATiOr� FAST ADNES!VE iNON-PENFTRAT1PdG)O[2 f— REfEft�i0 NEW CONSTRUCTIDtV
nrTncHED aY CARLlSIE FASTENERS;���(J Pt.ATES
MEMBRANE SURE-SEAL BONDItr'G s— REFER TO NENt CONSTRUCTION
IXTTACHED Blf
FOR TEAR OFf OPTIaNS REFER TO NE�N CONSTRUCTION ABOVE
For current Code Approvals,Warranlies,and current specifications and detaiis
contact a Oesign Analyst.
'Refer to Carlisle's Adhered Design Criteria Portion
o(the curren[specifications for requiremenls.
lnvesting in RooFng So/u#rans far Qver 45 6'e�n � a _
800-4•SYNTEC • P_0_Box 7000 • Cariisle.Ph 17013 • Fax:717-2�15-7053 � �•+svw.carlisle-syntec.com � s'� ��' �
�
Cariisle SynTec
( I � 1
• ■ � ' • •
Project Information System Codes
Ti��s Sure-Seal Fuli,Ad3ic�e�;Roo�irig Syst�;�ri is being�nstalicd for the projeci UL Class A,B and Ur�ivcrsal Siopc raiings are available over most deck types.
named below. Ff��1 upli(t ratings up ta 1-120 are availablc
Job Narne: For r,otle spccifics,alsa rcfer tt�Carllsle's Cede Approv��l Ga,ide.
c�cy� � Quality Assurance
State: Cariisle Authorized Appircators have bcen trained to install Fuily Adhered
The Carlisle Authorized 2pofmg Ap�alic���t�r is: f2oofing Sys�ems
Cornpany Name: I nSP2CtlOt1
Address: Upon installation compiction,antl prior to the issuance of a membrane
Ciry: system warrranry,an insp��ctian wili he conducted by a Carlisle Technical
ReprCsentative.
$l2IC'
zP Warranty
Consult your Authorizetl Appiicator or Carlisie Manufacturer's Representativel
Phone: Distributor(or assacia[ed�s�arranry charges.
Instaliation ihis system properly instailed,ind inspected on a commerciai project may
Carlisl�'s Sure-5eal Fu(ly tt�ir,cr+�d I,00(in�System utilizes 45,60 and 90-mii ��e��'���
Surc-Seal non-reinforc�d or 45.6D and 75-mil Sure-Tough��reinforced •a 5-,10-,15-,or 20•year Golden Scal"Total System�Alarranty may
mernbranes.AdciitionaUy,Sure•:^Jhitr. may also be utilized to meet ENERGY bc requested wnen ail materials used for the roofi ng installation are
STAR',LEEU ,Title 2A and CRRC requirements. r��anufacturetl or marketed by Carlisfe.A maximum peak gust�vind speed
Insulation is either mechanicall��fastened to the roof deck every 2 square feet, coaerage of 55 miles per hour is sian�arci.Additional coverage up to 30
adhered with fA5T�"Adhesive or set mto hot asphaiL Membrane is adhered ytars and 120 mph is available.
m the insulation with Carlisie Approved Qontling Adhesive.Adjoining sheets of •'n��3rranty for systems incorporating Carlisle's Sure-Tough membrane include
EPDM are spliced together a minimum of 3"using Carlisle's SecurTAPE�or coverage for damage caused by acr.idental puncwres
FAT"technology. • Sure-4Vhiie Fully i�dhcretl f2oofiny Systems may qualify tor a 20 year Galden
Seal Total 5ystem Warranty
The above information represcnts a rypicai Carlisle Fuily Atlherr.cl Roofiiny
System.Refer to Ca�6sle's published specific.ations<'�r�d dF;tails for mor4 For more s�xerific�or f��r International�n�arranry programs,contact Carlisle.
complete informatian.
Membrane and System Strengths
•Available in 10',16%',20',25'and 30'widths.These witlths o(
non-rein(orced Sure-Seal membrane reclucc spiices beEween sheets
• Using Surc-Tough rein(orced membraneincreases�uncture resistance and
tolerates heavy foot traliic.
�Cariisle's Fully/tdfaered Roofiny Systen�uf(crs ilesiyr�ilexibility,adcresses
unconventianal building conliquratioris and canierms to steeply sloped
roof designs
� �,SSIFjF /••\�
FM /�,,� � U � cR- c
APPROVEQ � -< L �r,.�rR �
M(M4tR
Invesiing in R�nfing Solutio�rs for Over�45 E�ears �
800-4-SYNTEC • P.O.�ok 70�0 • Carlisle,PA 17U�3 • Fax:717-2^5-705"s • :va�ev.carlisle-syntec.com �# —
Ca:i:s!e.SurC�5eal,Sn�e�ipue,h,$u�e-;rbile SecirlAPL Gol�en Scrti.f1.Si anr fAi arc tra��mark�r.t Cai!��sir,
�=.�aoirrr eonr�eoo.:os.ss::�:�+v r„�n�«�a s��s::,<<<si,:�oi.�n:rx;�,3a-��eas r.�r,�i� C2I'IISIB 5ynTeC
Product Data
CARLOSL.E
HP-H THERMAL VALUES
THICKNESS LTTR FLUTE
(INCHES)(MM) R-VALUE' SPANABILITY
„�.-�7.t�' 2:s o G'J 2 5B'
t Sfi� 38 9,C4 4 3;8'
�;�, .� 9.�a^. C 3�g.
�� I � t 7G <3 10'sII 3 Ji8'
l u,", :0 1C+0 4 3i6"
2.�(i" �t S21Q �3!E'
2.50" 6� t�30 3 3!II'
2 70' "u9 10 6C 4 3!8'
3 iU' 70 18�0 !3i8'
3 to" 1} 1910 c 3f3'
3 30` 84 20�0 ;3ic�'
"s.�0' 69 21 JO 4 3i�'
iG0' 91 22�0 4 3!8'
3 7u ?� 23;fJ t 3±ff'
���� d.t�' 702 ZSCO C3r6"
'�, ' Long Tcrm Thermal Resistance r=oam Core Values are based
�,w on ASTM C2289-OE anc�CANIULC S770 vrhich provides For a
� 15-year time-weighted averaye.All PIMA members have adopted
this advanced standard for R-values measurement as of 1/1/03.
HP-H �s a rigid roof insulation pr�nc�l cainposed of �j BALLA5TED SiiVGLE-�LY SYSTEMS
closed-cell polyisocyanurate Fo�m core bonded on Each HP-H �anel is loosely laid on the
each side to fiber-reinforced facers. roof deck, Butt edges and staggerjoints af
adjacent paneis. Install the roof inembrane
according to tf7e m�nufacturer's
HP-H polyiso insula[ion provides thc highest speciFications.
R-value per inch of commerciaily available MECHANICALLY ATTACHED
insulatron products. SIiVGLE-PLY SYSTEMS
Environmentally friendly canstruction Each HP-H panel must be secured to the
with 0% ozone-depleting components roof deck with �asten�rs and plates
and CFC free (apprapriate to the deck type). Butt edges
Approved for direct application to steel and staggerjoints af adjacent panels.
decks lnstall the roof inembrane according to the
manufacturer's specifications.
FULLY ADHERED SINGLE PLY
Available in h'x�' (�220mm x 1220mi7i) and Eacn HP-H panel must be secured to the
�!'x8' (1Z20mm x 2440mm) panels in roof deck v��ith fasteners and plates
thickness of 1" (25mm) to 4.0" (102mrn) (appropriate to deck type). Bu[t edges
Available in two rades of com ressive �nd stagger joints of adjacent panels.
9 P Instail the roof inemorane according�o
strengths per �STM C1289-05�, Type II, manufacturer's specifications.
Class 1, Grade 2 (20 psi}, Grade 3 (25 psi)
HP-H 4' x 8' paneis can be secured to
the roof deck with Carlis{e's FAST adhesive
technology.
Constructions requiring FM Gass 1 and UL
Class A ratinys HP-H 4' x 4' (metric) paneis may be
adhered to prepared concrete deck with
Single-Ply Roof SysCems (�a(I�sted, a fuli mopping of Type Iil or IV asphalt.
Mechanically Attached, Fully /�cfherGd)
------------- -_ __ ---- -_ __— ------- --- � ' -
800-4-$YNTEC P 0 6ox 7000 Carl�,lt;,f'A 1701's f ax:7t 7-2A5-70�3 ti•nvw.carlisle-synteacom
Carlisle Syn7ec
Product Data
CARLISLE
ASTM C128J-06, Type II, Class 1, Grade Z Insufation must be protected from open flame and
(20 psi), Grade 3 (25 psi) kept dry at ali [imes. Install only as much insulation
International Suilding Code (IEC) �5 can bc covcred the same day by completed raof-
Section 2603 covering m�terial. Cariisle wili not be responsibie for
specific building and roof design by others, for
NOTE: Please be �ware the Federal Spc�cification deficiencies in consiruction or�n�orkmanship, for
HH-I-1972!GE�V has becn repiaced. dangerous conditions on thejob site or for improper
storage and handling. Technical specifications
shown in this literature are in[ended to be used as
general guidelines only and are subject to change
Component of Ciass A Roof Systems �Nithout notice. Call Carlisle For more specific details,
(UL 790) or refer to PIMA Technical Bulietin No. 109; Storage
Hourly Rated P series roof assernblies & Handling Recommendations for Polyiso Roof
(UL 263) P 225, 230, 259, 30Z, 303, 508, Insulation.
510, 514, 519, 701, 710, 713, 717, 718,
719, 720, 722, 723, 727, 728, 729, 730, TYPICAL PHYSfCAL PROPERTY DATA CHART
732, 734, 735, 739, 741, 742, 743, 818, POLYISO FOAM CORE ONLY
a�g Hz4 82� 828 PR0PERTY TEST METH0D VALUE
Cunpr'�55ivr ASP,:".D 1521 2C��5i'rn un�,,:m
Insulated metal deck assembiies - (U� 1256) s:�t��:n r,sr�.��z�:�ca i����,;.c•��.inz;
IIOS, �Z�, �23, Z92 �unens�;na! AS1M D 212& Z`k Imc�ar ch�u�gc
St:ibr!ity (7 U�ys)
H-Shieid classiFied by ULC o-ro�s�Ureva�� ns7rn E�c <��x,m
R.�g8�� Ltinvni5;:a�, 12-10 (457_Sn.�l(Pa•sm�ll
:�tatcr ribaorrbc�n AS'I;J,C,'.fi9 �1';c�c:;ame
Pi�;me S}xca� AST!�E 8� <5q
� {`Cdtil�CfCI
FM Class 1 approval for St�(;I fOOf-d(;Ck Serv,ceTem�xsatu�c -100';o25ms
(.�3)c�o izz�C)
COf15ifUCIlOf1S, (FM 44$�� •nlsnavadahlein2;,psim�nimum,Gratic:t
FM 4470
(Subject to the c.onditions of approval desrribed in
Roo(nay.comJ SECURSHIELD POLY150 Sf�NnED TO COATED
fLORIDA BUILDING GODEAPPROYAI fl#1296 GLASS FACER
HP-CG AOLYISO SOND£D TQ CUATED GLASS FACER
MIAMt-OAOE COUNTY, E�ORI[)A NOA N0: (14-1018.Q1
f-IP-F POLYISO BONDED TO f"OlL
NP-NB AOI.YISO f30NDEQ 70 ORfEN�ED STRAIVD BOARD
�p551FjF Foarred ptasuc as roof deck consvuct�on mamnai:wtn resis�anc�to an N(�-S/�/F nOLYI�O BONDED 7'O WOOD FIBERSpARD
�' � �nternal fi�e ex�osure only(or u5e m cqos[ruetton no.fs)i20 and 7?,3.
r+ U� �� See UI.Direcrory ol t�roducts Cerafied(or Canndc�and UL Roohng T�PE{�Ep H�-CG TAPERF�POLYISO BONDED TO
Matecials and Systerns Duectory.99DL. COATED GL/1S'S FACER
TAf�ERED f-IP-H TAPER[£1 PQLYlSO
�'�� � pI TAPERED HP-H-WF raPFr.FU Po�viso soNr�En ro
� lityl�tark� �v000�1t3Faaon.Ro
���, -
_ .____ _ _..____._ ._ . __.. -----_..__----------- --- • • -
800-4-SYNTEC P.0.Box 7040 Garlisle.PA 1701, Fax:717-2d5-7053 �vvnv.cariisle-syntec.com —
CanrsN7 is d Ir.�ocma�r M Czni�'r_ Cariiste SynTec
REPHiiJi COOC[?170�:97."NP�tS PolyKo Pr�xluu Data Sitccl'�G87C07 ,'.�T61 I:nna,lv.
Marcia Waiters
From: Ryan Lauer <rlauer@frontrangeroofing.com>
Sent: Wednesday, August 30, 2017 9:56 AM
To: bids
Subject: Weld County HHW Building Roof Replacement Bid Proposal - Bid #617000126
Attachments: Weld County HHW Building Roof Replacement Bid #B17000126.pdf
Please see attached proposal for today's bid on the HHW roof replacement. Thank you.
Ryan Lauer
Project Estimator/Manager
Front Range Roofing Systems, LLC
222 13th Ave.
Greeley, CO 80631
970.353.2322-W
970.534.0069-M
970.352.5757-F
�Q�����
R�O�iNG 5YSTEltAS l[.C
� bt�E,lrf B E:R .".Cf:,iL�1,.
1
� � DATE(MMIDDlYYYY)
A`�� CERTIFICATE OF LIABILITY INSURANCE
9/26/2017
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 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 V310T1e Love, CIC, C2SR
NAME:
— — —
Flood and Peterson a�NN,EX�: (970)506-3215 I �ac NoL97o�soa-6ees
PO Box 578 E-MAIL �,ove@F1oodPeterson.com
ADDRESS: ___
Greeley, CO 80632 INSURER(S)AFF0RDINGC0VERAGE �I NAIC#
_ -- -- --- . __- ---
INSURERANdt10R1 Fire Insurance Co 20478
---- .. ._- -- -- ...__.. ._ - —.
INSURED INSURERB:COIIt.1f12IItd1 Casualty Company 20443
Front Range Roofing Systems, LLC iNsuReRCAmerican Casualty Com�� 20427
222 13th Ave
iNsurteRo:Great American Insurance Com an 16691
- B Y
--rt-
Greeley, CO 80631 iNsuRerze: !
INSURER F: �
COVERAGES CERTIFICATE NUMBER2017 - 2018 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLIC�ES 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 - jADDL SUBR ��- - POLICY EPF � POLICY EXP � LIMITS
LTR TYPE 0F INSURANCE P0LICY NUMBER MMIDDIYYYY MM/DDlYYYY I
X C0MMERCIAL GENERAL LIABILITY 'I �..... EACH OCCURRENCE $ 1,000,000
�- '�� DAMAGE T0 RENTED��-� ��� �
A _ CLAIMS-MADE � OCCUR ''����. PREMISES�a occurrence S 300,000
II 6046127324 5/1/2017 5/1/2016 II MED EXP(Any one person) $ 10,000
_ -__ - --- 1,000,000
I � � I I PERSONAL&ADV INJURY $
. _- - ------- - �'� `
r 2,000,000
�GEN'L AGGRErGATE LIMIT APPLIES PER: I GENERAL AGGREGATE $
� P0LICY I,� �ER� �� L0C PR0DUCTS-C0MPl0P AGG $ 2,000,000
_ _---
0THER. �� � $
AUTOMOBILE LIABILITY C0MBINED SINGLE LIMIT $ 1,000,000
�accidentZ_
— _ --
X I ANY AUTO BODILY INJURY(Per person) $
_ . ._ _.___._----
�ALL 0WNED SCHEDULED
AUTOS AUT0S 6046127310 5/1/2017 5/1/2018 BODILY INJURY(Per accident) $ _
N0N-0WNED PR0PERTY DAMAGE
X HIREDAUT0S X AUT0S Peraccident) . _____ $
$
X UMBRELLALIAB X 0CCUR � EACH 0CCURRENCE $ 5 000,000
, _ _. .__.--L--
X ARETENTI0N$ ��, AGGREGATE $ 5,000,000
� CUE6049565482 ��
B _ I EXCESS LI � CLAIMS-MADE I _ ___ __ _ _
DED , �I 10 000 5/1/2017 5/1/2018 �'$
C WORKERS COMPENSATION �� X 'I PER OTH-
AND EMPLOYERS'LIABILITY �,STATUTE ER
ANY PROPRIETOR/PARTNERIEXECUTIVE Y�N N�A 6046127307 6/1/2017 5/1/2018 I E.L EACH ACCIDENT $ 1�000,000
OFFICER/MEMBEREXCWDED? � � - -� ----�---��- --
(Mandatory in NH) , E L.DISEASE-EA EMPL0YE $ 1,000,000
If yes,describe under � � � � �� ��� �- �
DESCRIPTION 0F 0PERATI0NS below � E L.DISEASE-P0LICY LIMIT $ 1 000 000
D Pollution CSE 3949051 I 5/1/2017 I 5/1/2018 �', Limit $1,000,000
A Installation Floater ' 6046d49378 I 5/1/2017 5/1/2018 ILimit $1,000,000
DESCRIPTI0N OF OPERATIONS/L0CATI0NS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
Project: Roof Replacement - HHW Building
County of Weld and the State of Colorado are included as Additional Insured as required by written
contract but only as respects to liability arising out of work performed by the named insured. The
coverage is primary and non-contributory to any other valid and/or collectible insurance to the fullest
extent the law allows per policy terms and conditions. Waiver of subrogation applies as required by
written contract.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
County of Weld THE EXPIRA71ON DATE THEREOF, NOTICE WILL BE DELIVERED IN
State of Colorado ACCORDANCE WITH THE POLICY PROVISIONS.
Weld County Buildings & Grounds
LLSO ��O�� Street AUTHORI2EDREPRESENTATIVE
Greeley, CO / /��
V Love, CIC, CISR/VLG C__X¢-Y--
O 1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD
INS025 nmdm i
DEPARTMENT OF BUILDINGS AND GROUNDS
PHONE: (970) 304-6531
FAX: (970) 304-6532
WEBSITE: www.co.weld.co.us
1105 H STREET
P.O. BOX 758
GREELEY, COLORADO 80632
September 8, 2017
To: Board of County Commissioners
From: Toby Taylor
Subject: Roof Replacement — Household Hazardous Waste North (Bid: B1700126)
As advertised, B&G bid to replace the roof at the Household Hazardous Waste building. The low bid is
from Front Range Roofing Systems and meets specifications. Therefore, Buildings & Grounds is
recommending the bid be awarded to Front Range Roofing Systems in the amount of $25,689.
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
/ao
DATE OF BID: AUGUST 30, 2017
REQUEST FOR: ROOF REPLACEMENT - HHW BLDG
DEPARTMENT: BUILDINGS & GROUNDS DEPT
BID NO: #B1700126
PRESENT DATE: SEPTEMBER 6, 2017
APPROVAL DATE: SEPTEMBER 20, 2017
VENDOR
FRONT RANGE ROOFING SYSTEMS INC
222 13TH AVE
GREELEY CO 80631
SELECT ROOFING CONTRACTORS
2614 S TIMBERLINE RD #105-182
FT COLLINS CO 80525
GUS ROOFING
149 E 30TH ST
GREELEY CO 80631
COLORADO MOISTURE CONTROL INC
4950 E 56 AVE
COMMERCE CITY CO 80022
DOUGLASS COLONY GROUP
110 14 AVE
GREELEY CO 80631
CENTRAL STATES ROOFING &
INSULATING CO
5925 OMAHA BLVD
COLO SPRINGS CO 80915
WELD COUNTY PURCHASING
1150 O Street Room #107, Greeley CO 80631
E-mail: mwalters(cc7co.weld.co.us
E-mail: reverett(c�co.weld.co.us
Phone: (970) 400-4222 or 4223
Fax: (970) 336-7226
TOTAL
$25,689.00
$27,652.00
$32,342.00
$32,445.00
$45,634.00
$48,900.00
BUILDING AND GROUNDS WILL REVIEW THE BIDS.
START
DATE
FINISH
DATE
9/25/17 9/28/17
10/9/17
9/15/17
LATE OCT
60 DAYS FROM
NOTICE TO
PROCEED
9/18/17
10/11/17
10/1/17
LATE NOV
30 DAYS
AFTER
MOBILIZATION
9/27/17
2017-3094
9/Le �ao�9
Hello