HomeMy WebLinkAboutresolution.council.027-25RESOLUTION #027
(Series of 2025)
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ASPEN,
COLORADO, APPROVING A CONTRACT BETWEEN THE CITY OF ASPEN
AND ROOFMASTERS ROOFING & SHEET METAL CO. INC.
AUTHORIZING THE CITY MANAGER TO EXECUTE SAID CONTRACT ON
BEHALF OF THE CITY OF ASPEN, COLORADO,
WHEREAS, there has been submitted to the City Council a Contract for
Construction services, between the City of Aspen and Roofmasters Roofing &
Sheet Metal Co. Inc., a true and accurate copy of which is attached hereto as
Exhibit " A
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF
THE CITY OF ASPEN, COLORADO,
That the City Council of the City of Aspen hereby approves that Contract
For, Red Brick Gymnasium Roof Replacement and Repair project between the City
of Aspen and Roofmasters Roofing and Sheet Metal Co. Inc., a copy of which is
annexed hereto
and incorporated herein, and does hereby authorize the City Manager to execute
said agreement on behalf of the City of Aspen.
INTRODUCED, READ AND ADOPTED by the City Council of the City of
Aspen on the / day of .-2025.
Torre, Mayor
I, Nicole Henning, duly appointed and acting City Clerk do certify that the
foregoing is a true and accurate copy of that resolution adoed by the City Council
of the City of Aspen, Colorado, at a meeting heldr. A 2025.
Nicole Henning, City (�lerk
Docusign Envelope ID: 19328DDC-6B23-443D-ACEB-9D5F8310CC3D
64 14
t4 10k
CITY OF ASPEN
STANDAR® CONTRACT FOR CONSTRUCTION
Project ## 2024433 -- CS1363033
THIS CONTRACT, made and entered into on the 10th of February, 2025, by and
between the CITY OF ASPEN, Colorado, hereinafter called the "City", and
Roofmasters Roofing & Sheet Metal hereinafter called the "Contractor".
THEREFORE, in consideration of the mutual covenants and Contracts herein
contained, and for other good and valuable consideration, the receipt and
adequacy of which are hereby acknowledged, the parties hereto hereby agree as
follows:
1. Construction of Project. Contractor agrees to furnish all labor, materials,
tools, machinery, equipment, temporary utilities, transportation, and any other
facilities needed therefor, and to complete in a good, workmanlike and
substantial manner the Project as described in the Scope of Work and/or
Proposal appended hereto as Exhibit "A" which is incorporated herein as if fully
set forth (the "Project").
2. Plans and Specifications, Compliance with Laws. The Project is to be
constructed and completed in strict conformance with the Scope of Work and/or
Proposal appended hereto.for the same approved in writing by the parties hereto.
The Project shall also be constructed and completed in strict compliance with all
laws, ordinances, rules, regulations of all applicable governmental authorities,
and the City of Aspen Procurement Code, Title 4 of the Municipal Code, including
the approval requirements of Section 4-08-040. Contractor shall apply for and
obtain all required permits and licenses and shall pay all fees therefor and all
other fees required by such governmental authorities.
3. Payments to Contractor. In consideration of the covenants and Contracts
herein contained being performed and kept by Contractor, including the
supplying of all labor, materials and services required by this Contract, and the
construction and completion of the Project, City agrees to pay Contractor a sum
not to exceed ($494,300.00) DOLLARS or as shown on Exhibit "A".
4. Commencement and Completion. Contractor agrees to commence work
hereunder immediately upon execufiion hereof, to prosecute said work thereafter
diligently and continuously to completion, and in any and all events to
substantially complete the same not later than June 25th, 2025, subject to such
delays as are permissible under the "Extension of Time for Completion" section
of this Contract.
Page: 1 Updated:10/2024
Docusign Envelope ID: 19328DDC-6B23-443D-ACES-9D5F8310CC3D
'Fayment 3T Dilis ang Unarg s. Uontractor shall pay promptly all valid bills
ind charges for material, labor, machinery, equipment or any other service or
acility used in connection with or arising out of the Project and shall obtain
)eriodic releases• • • material suppliers•• • labor
•r materialstotheProject Contractor's delivering anypayment
o such subcontractors and material suppliers. Contractor shall indemnify and
o • City and officers,• --agents,- andassigns --
makingnd harmless against all expenses and liability suffered or incurred in connection
vith the claims of any such subcontractors or material suppliers including but not
imited to court costs and attorney's fees resulting or arising therefrom; provided
hat Contractor shall be excused from this obligation to the extent that City is in
^ • •Contractor.Should .liens• of e filed of record against the Property, or should Contractor receive notice of any
npaid bill or charge in connection with construction of the Project, Contractor
hall immediately either pay and discharge the same and cause the same to be
eleased of record, or shall furnish City with the proper indemnity either by title
olicy or by corporate surety bond in the amount of 150% of the amount claimed
•ursuant to such lien.
'eceive any payment due, furnish to City all releases obtained fro
ined frol
ubcontractors and material suppliers and copies of all bills paid to such dat
.
roperly receipted and identified, covering work done and the ls furnishee
o the Project and showing an expenditure of an amount not less than the total
11 previous payments made hereunder by City to Contractor.
7. Hierarchy of Project Documents. This Contract and the Proposal or
Scope of Work appended hereto as Exhibit "A" are intended to supplement one
another. Contract Documents shall also include General Conditions for
Construction Contracts and Special Conditions appended hereto. However, in
case of conflict this Contract for Construction shall control.
8. Changes in the Work. Should the City at any time during the progress of
the work request any modifications, alterations or deviations in, additions to, or
omissions from this Contract or the Proposal/Scope of Work, it shall be at liberty
to do so, and the same shall in no way affect or make void this Contract; but the
amount thereof shall be amortized over the remaining term of this Contract and
added to or deducted, as the case may be, from the payments set forth in
Paragraph 3 above by a fair and reasonable valuation, based upon the actual
cost of labor and materials. This Contract shall be deemed to be completed
when the work is finished in accordance with the original Proposal or Scope of
Work as amended or modified by such changes, whatever may be the nature or
the extent thereof. The rule of practice to be observed in fulfillment of this
paragraph shall be that, upon the demand of either City or Contractor, the
character and valuation of any or all changes, omissions or extra work shall be
agreed upon and fixed in writing, signed by City and Contractor, prior to
performance.
Page: 2 Updated:10/2024
Docusign Envelope ID: 19328DDC-6B23-443D-ACEB-9D5F8310CC3D
9. Contractor's Failure to Perform. Should Contractor, at any time during the
progress of the work, refuse or fail to supply sufficient material or workmen for
the expeditious progress of said work or fail to perform any other provisions of
this Contract, City may, upon giving notice in writing to Contractor as provided
herein and upon Contractor's failure to remedy any such failure within 3 days
from receipt of such notice, terminate this Contract and provide the necessary
material and workmen to finish the work and may enter upon the Property for
such purpose and complete said work. The expense thereof shall be deducted
from the payments remaining under Paragraph 3 above, or if the total cost of the
work to City exceeds the amount of such remaining payments, Contractor shall
pay to City upon demand the amount of such excess in addition to any and all
other damages to which City may be entitled. In the event of such termination,
City may take possession of all materials, equipment and appliances belonging
to Contractor upon or adjacent to the Property upon which said work is being
performed and may use the same in the completion of said work. Such
termination shall not prejudice or be exclusive of any other legal rights which City
may have against Contractor.
10. Extension of Time for Completion. Time is of the essence of this Contract
and Contractor shall substantially complete the work during the time provided for
herein. However, the time during which Contractor is delayed in said work by (a)
the acts of City or its agents or employees or those claiming under Contract with
or permission from City, or (b) the acts of God which Contractor could not have
reasonably foreseen and provided against, or (c) unanticipated stormy or
inclement weather which necessarily delays the work, or (d) any strikes, boycotts
or obstructive actions by employees or labor organizations and which are beyond
the control of Contractor and which it cannot reasonably overcome, or (e) the
failure of City to make progress payments promptly, shall be added to the time
for completion of the work by a fair and reasonable allowance. Contractor
recognizes, however, that the site of the work is in the Rocky Mountains at a high
elevation where inclement whether conditions are common. This fact has been
considered by Contractor in preparing its Proposal and or agreeing to the Scope
of Work. Furthermore, Contractor shall have the right to stop work if any
payment, including payment for extra work, is not made to Contractor as
provided in this Contract. In the event of such nonpayment, Contractor may keep
the job idle until all payments then due are received.
11. Unforeseen Conditions. It is understood and agreed that Contractor,
before incurring any other expenses or purchasing any other materials for the
Project, shall proceed to inspect the work site and all visible conditions and that
if, at the time of inspection therefor, the Contractor finds that the proposed work
is at variance with the conditions indicated by the Proposal, Scope of Work, or
information supplied by City, or should Contractor encounter physical conditions
below the surface of the ground of an unusual nature, differing materially from
those ordinarily encountered and generally recognized as inherent in work of the
character provided for in this Contract or inherent in a work site located in the
Rocky Mountains, Contractor shall so notify City, and City shall at that time have
Page: 3 Updated:l0/2024
Docusign Envelope ID: 19328DDC-6B23-443D-ACEB-9D5F8310CC3D
ne • ano option to immecliately cancel• -rminate Mis Uontract or •
nstruct Contractor to continuethe work and add the additional amou
ttributable to such unforeseen conditions to the payments due Contractor as s
orth aWove.
ection, Contractor shall be paid the actual costs of the work done prior to the
of cancellation, In computing such costs, building permit fees, insurance
•.. such financing r • title charges . are not refundable shall be • •
costsrovided that supervision time, office overhead and profit shall not be included in
to be refunded to Contractor by reason of such cancellation.
mprovements or any part thereof shall be construed as an acceptance of any
vork done up to the time of such payment or occupancy, but the entire work is to
•- subjectto the inspectionand approvalof City at the time when • •
otifies City that the Project has been completed.
13. Notice of Completion; Contractor's Release. City agrees to sign and file of
record within five (5) days after the substantial completion and acceptance of the
Project a Notice of Completion. If City fails to so record the Notice of Completion
within said five (5) day period, City hereby appoints Contractor as City's agent to
sign and record such Notice of Completion on City's behalf. This agency is
irrevocable and is an agency coupled with an interest. Contractor agrees upon
receipt of final payment to release the Project and property from any and all
claims that may have accrued against the same by reason of said construction.
If Contractor faithfully performs the obligations of this Contract on its part to be
performed, it shall have the right to refuse to permit occupancy of any structures
by City or City's assignees or agents until the Notice of Completion has been
recorded and Contractor has received the payment, if any, due hereunder at
completion of construction, less such amounts as may be retained pursuant to
mutual Contract of City and Contractor under the provisions of Paragraph 3
above.
14. Indemnification. Contractor agrees to indemnify and hold harmless the City,
its officers, employees, insurers, and self-insurance pool, from and against all
liability, claims, and demands, on account of injury, loss, or damage, including
without limitation claims arising from bodily injury, personal injury, sickness,
disease, death, property loss or damage, or any other loss of any kind whatsoever,
which arise out of or are in any manner connected with this contract, to the extent
and for an amount represented by the degree or percentage such injury, loss, or
damage is caused in whole or in part by, or is claimed to be caused in whole or in
part by, the wrongful act, omission, error, contractor error, mistake, negligence, or
other fault of the Contractor, any subcontractor of the Contractor, or any officer,
employee, representative, or agent of the Contractor or of any subcontractor of the
Contractor, or which arises out of any workmen's compensation claim of any
employee of the Contractor or of any employee of any subcontractor of the
Contractor. The Contractor agrees to investigate, handle, respond to, and to
Page: 4 Updated:10/2024
Docusign Envelope ID: 19328DDC-6B23-443D-ACEB-9D5F8310CC3D
provide defense for and defend against, any such liability, claims or demands at the
sole expense of the Contractor, or at the option of the City, agrees to pay the City or
reimburse the City for the defense costs incurred by the City in connection with, any
such liability, claims, or demands. If it is determined by the final judgment of a court
of competent jurisdiction that such injury, loss, or damage was caused in whole or
in part by the act, omission, or other fault of the City, its officers, or its employees,
the City shall reimburse the Contractor for the portion of the judgment attributable to
such act, omission, or other fault of the City, its officers, or employees.
15. Insurance.
a. The Contractor agrees to procure and maintain, at its own expense, a policy
or policies of insurance sufficient to insure against all liability, claims,
demands, and other obligations assumed by the Contractor pursuant to the
terms of this Contract. Such insurance shall be in addition to any other
insurance requirements imposed by this contract or by law. The Contractor
shall not be relieved of any liability, claims, demands, or other obligations
assumed pursuant to the terms of this Contract by reason of its failure to
procure or maintain insurance, or by reason of its failure to procure or
maintain insurance in sufficient amounts, duration, or types.
b. Contractor shall procure and maintain and shall cause any subcontractor of
the Contractor to procure and maintain, the minimum insurance coverages
listed in the Supplemental Conditions. If the Supplemental Conditions do not
set forth minimum insurance coverage, then the minimum coverage shall be
as set forth below. Such coverage shall be procured and maintained with
forms and insurance acceptable to City. All coverage shall be continuously
maintained to cover all liability, claims, demands, and other obligations
assumed by the Contractor pursuant to the terms of this Contract. In the
case of any claims -made policy, the necessary retroactive dates and
extended reporting periods shall be procured to maintain such continuous
coverage.
1. Worker's Compensation insurance to cover obligations
imposed by applicable laws for any employee engaged in the performance
of work under this contract, and Employers' Liability insurance with minimum
limits of ONE MILLION DOLLARS ($1,000,000.00) for each accident, ONE
MILLION DOLLARS ($1,000,000.00) disease - policy limit, and ONE
MILLION DOLLARS ($1,000,000.00) disease - each employee. Evidence of
qualified self -insured status may be substituted for the Worker's
Compensation requirements of this paragraph.
2. Commercial General Liability insurance with minimum
combined single limits of TWO MILLION DOLLARS ($2,000,000.00) each
occurrence and THREE MILLION DOLLARS ($3,000,000.00) aggregate.
The policy shall be applicable to all premises and operations. The policy
shall include coverage for bodily injury, broad form property damage
(including completed operations), personal injury (including coverage for
Page: 5 Updated:10/2024
Docusign Envelope ID: 19328DDC-6B23-443D-ACEB-9D5F8310CC3D
ontractual and employee R blanKet contractual,•-p- •_
ontractors,products, and completed operations.policy shall includi
overage f• explosion, and u a riderground hazards.policy
IYU Al• _ i •I •� •I I I %"> M I CA I I %�%� 4W ILI I I "" '"; '
ombined single limits for bodily injury and property damage of •
•NE MILLIONDOLLARS 011 ill /1 occurrence and TW I
ILLION DOLLARS ($2,000,000.00) aggregate with respect to eac
ontractor's owned, hired and non�owned vehicles assigned to or used
erformance of the services. The policy shall contain a severability
terests provision. Contractor no owned automobiles,
• _ of • be met by of
ontractor providing - • the City undercontract.
or policies required above shall be endorsed to include the City of •
• the City of •- officers and employees as additional insureds.
policy required above shall be primary insurance, and any insurance carried
by the City of Aspen its officers or employees, or carried by or provided
through any insurance pool of the City of Aspen, shall be excess and not
contributory insurance to that provided by Contractor. No additional insured
endorsement • the policy required above shall containexclusion for
bodily injury or property damage arising from completed operations.
Contractorbe solely responsible for any deductible losses•policy required above,
-
The certificate of insurance provided to the City of Aspen shall be completed
by the Contractor's insurance agent as evidence that policies providing the
required coverage, conditions, and minimum limits are in full force and
effect, and shall be reviewed and approved by the City of Aspen prior to
commencement of the contract. No other form of certificate shall be used.
The certificate shall identify this contract and shall provide that the coverage
afforded under the policies shall not be canceled, terminated or materially
changed until at least thirty (301 days prior written notice has been given to
the City of Aspen.
e. In addition, these Certificates of Insurance shall contain the following
clauses:
Underwriters and issuers shall have no right of recovery or subrogation
against the City of Aspen, it being the intention of the parties that the
insurance policies so effected shall protect all parties and be primary
coverage for any and all losses covered by the above -described insurance.
To the extent that the City's insurer(s) may become liable for secondary or
excess coverage, the City's underwriters and insurers shall have no right of
recovery or subrogation against the Contractor.
Page: 6 Updated:10/2024
Docusign Envelope ID: 19328DDC-6B23-443D-ACEB-9D5F8310CC3D
The insurance companies issuing the
recourse against the City of Aspen for
assessments under any form of policy.
policy or policies shall have no
payment of any premiums or for
Any and all deductibles in the above -described insurance policies shall be
assumed by and be for the amount of, and at the sole risk of the Proposer.
Location of operations shall be: "All operations and locations at which work
in connection with the referenced project is done."
Certificates of Insurance for all renewal policies shall be delivered to the
Architect at least fifteen (15) days prior to a policy's expiration date except
for any policy expiring on the expiration date of this Contract or thereafter.
f. Failure on the part of the Contractor to procure or maintain policies providing
the required coverage, conditions, and minimum limits shall constitute a
material breach of contract upon which City may immediately terminate this
contract, or at its discretion City may procure or renew any such policy or
any extended reporting period thereto and may pay any and all premiums in
connection therewith. All moneys so paid by City shall be repaid by
Contractor to City upon demand, or City may offset the cost of the premiums
against moneys due to Contractor from City.
g. City reserves the right to request and receive a certified copy of any policy
and any endorsement thereto.
16. Termination by the Owner for Convenience.
a. In addition to the provisions of termination set forth in the General
Conditions, the Owner may, at any time, terminate the Contract for the
Owner's convenience and without cause.
b. Upon receipt of notice from the Owner of such termination for the Owner's
convenience, the Contractor shall
(1) cease operations as directed by the Owner in the notice.
(2) take actions necessary, or that the Owner may direct, for the
protection and preservation of the Work.
and
(3) except for Work directed to be performed prior to the effective date of
termination stated in the notice, terminate all existing subcontracts and
purchase orders and enter into no further subcontracts and purchase
orders.
c. In case of such termination for the Owner's convenience, the Owner shall
pay the Contractor for Work properly executed; costs incurred by reason
of the termination, including costs attributable to termination of
Subcontracts; and the termination fee, if any, set forth in the Agreement.
Page: 7 Updated:10/2024
Docusign Envelope ID: 19328DDC-6B23-443D-ACEB-9D5F8310CC3D
'Bramage or�M;estruction. It the ?Rroject IS destroyed or damaged by an
ccident or disaster, such as fire, storm, flood, landslide, earthquak
ubsidence, theftor •.lism, any work done by • or in rebuilding •
estoring the work shall •^paid for by •rk under Paragraph
ibove. if, however, the estimated cost of replacement of the work alread
ompleted by Contractor exceeds twenty (20%) percent of the insured sum s
orth in Paragraph 15 above, City shall have the option to cancel this Contra
•., in such event, Contractor shall be paid reasonable cost • • ^
rofit to Contractor ^ amount of - 1 • • percent,
^- of • .. performed •
.,tontractor before such cancellation,
Iny other party shall be in writing and may be personally delivered or given or
ade by United States mail addressed as follows:
To city:
City of Aspen
To C®ntractor:
1 1C� cml 011eel, r�dqr, DOX•.
ays, KS • 60
subject to the right of either party to designate a different address for itself by
notice similarly given. Any notice so given, delivered, or made by United States
mail, shall be deemed to have been given the same day as transmitted by
telecopier or delivered personally, one day after consignment to overnight courier
service such as Federal Express, or two days after the deposit in the United
States mail as registered or certified matter, addressed as above provided, with
postage thereon fully prepaid.
19. Inspections; Warranties.
a. Contractor shall conduct an inspection of the Project prior to final acceptance
of the work with City.
b. Contractor shall schedule and cause to be performed all corrective activities
necessitated as a result of any deficiencies noted on the final inspection prior
to acceptance. The costs of material and/or labor incurred in connection with
such corrective activities shall not be reimbursed or otherwise paid to
Contractor.
Page: 8 Updated:10/2024
Docusign Envelope ID: 19328DDC-6B23-443D-ACEB-9D5F8310CC3D
c. Contractor shall obtain, at City's expense, third party warranty contracts (to be
entered into by City).
20. Licensure of Contractor. Contractor hereby represents and warrants to
City that Contractor is duly licensed as a general contractor in the State of
Colorado, and if applicable, in the County of Pitkin.
21. Independent Contractor. It is expressly acknowledged and understood by
the parties that nothing in this Contract shall result in or be construed as
establishing an employment relationship. The Contractor shall be, and shall perform
as, an independent the Contractor who agrees to use his best efforts to provide the
Work on behalf of the City. No agent, employee, or servant of the Contractor shall
be, or shall be deemed to be, the employee, agent, or servant of the City. The City
is interested only in the results obtained under the Contract Documents. The
manner and means of conducting the Work are under the sole control of the
Contractor. None of the benefits provided by the City to its employees -including, but
not limited to, worker's compensation insurance and unemployment insurance, are
available from the City to the employees, agents, or servants of the Contractor. The
Contractor shall be solely and entirely responsible for its acts and for the acts of the
Contractor's agents, employees, servants, and subcontractors during the
performance of the Contract.
THE CONTRACTOR, AS AN INDEPENDENT CONTRACTOR, SHALL NOT BE
ENTITLED TO WORKERS' COMPENSATION BENEFITS AND SHALL BE
OBLIGATED TO PAY FEDERAL AND STATE INCOME TAX ON ANY MONEYS
EARNED PURSUANT TO THE CONTRACT.
22. Assn nq ment. This Contract is for the personal services of Contractor.
Contractor shall not transfer or assign this Contract or its rights and
responsibilities under this Contract nor subcontract to others its rights and
responsibilities under this Contract, and any attempt to do so shall be void and
constitute a material breach of this Contract.
23. Successors and Assigns. Subject to paragraph 22, above, this Contract
shall be binding on, and shall inure to the benefit of, City and Contractor and their
respective successors and assigns.
24. Entire Contract. This Contract contains the entire Contract between City
and Contractor respecting the matters set forth herein and supersedes all prior
Contracts between City and Contractor respecting such matters.
25. Waivers. No waiver by City or Contractor of any default by the other or of
any event, circumstance or condition permitting either to terminate this Contract
shall constitute a waiver of any other default or other such event, circumstance or
condition, whether of the same or of any other nature or type and whether
preceding, concurrent or succeeding; and no failure or delay by either City or
Contractor to exercise any right arising by reason of any default by the other shall
prevent the exercise of such right while the defaulting party continues in default,
Page: 9 Updated:10/2024
Docusign Envelope ID: 19328DDC-6B23-443D-ACEB-9D5F8310CC3D
r • no waiver ot any detault Shalloperate as r waiver of any other default or
r modification
... • • r • • . this Contract.
..vontract shall be exclusive of any other remedy herein or by law provided Cl a
•ermitted, but each be cumulative r • shall be in additionto every • ""
• f . r •^ •• • W • • �,
equityccordance with, the laws of the State of Colorado. Venue for any action at law
•ir be
roceeding to enforce any right, remedy or provision contained in this Contract,
he prevailing party in such action shall be entitled to receive its attorneys' fees in
onnection
with such action from the non�prevalling party.
noperative, unenforceableor r • shall be • • ., unenforceable
• • • • provisions, . • to
^' • the provisionj
f this Contract are declared to be severable.
30. Nondiscrimination. During the performance of this Contract, the Contractor
agrees as follows: The Contractor will not discriminate against any employee or
applicant for employment because of race, color, religion, sex, national origin, age,
marital status, sexual orientation, being handicapped, a disadvantaged person, or a
disabled or Vietnam era veteran. The Contractor will take affirmative action to
insure that applicants are employed, and that employees are treated during
employment without regard to their race, color, religion, sex, national origin, sex,
age, sexual orientation, handicapped, a disadvantaged person, or a disabled or
Vietnam era veteran. Such action shall include, but not be limited to, the following:
employment, upgrading, demotion or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The Contractor agrees to post in
conspicuous places, available to employees and applicants for employment,
notices to be provided setting forth the provisions of this nondiscrimination clause.
Any business that enters into a contract for goods or services with the City of
Aspen or any of its boards, agencies, or departments shall:
a. Implement an employment nondiscrimination policy prohibiting
discrimination in hiring, discharging, promoting or demoting,
matters of compensation, or any other employment -related decision
or benefit on account of actual or perceived race, color, religion,
national origin, gender, physical or mental disability, age, military
status, sexual orientation, gender identity, gender expression, or
marital or familial status.
Page: 10 Updated:10/2024
Docusign Envelope ID: 19328DDC-6B23-443D-ACEB-9D5F8310CC3D
b. Not discriminate in the performance of the contract on account of
actual or perceived race, color, religion, national origin, gender,
physical or mental disability, age, military status, sexual orientation,
gender identity, gender expression, or marital or familial status.
The foregoing provisions shall be incorporated in all subcontracts hereunder.
31. Prohibited Interest. No member, officer, or employee of the City of Aspen,
Pitkin County or the Town of Snowmass Village shall have any interest, direct or
indirect, in this Contract or the proceeds thereof.
32. Warranties Against Contingent Fees, Gratuities, Kickbacks and Conflict of
Interest:
a. The Contractor warrants that no person or selling agency has been
employed or retained to solicit or secure this Contract upon a Contract or
understanding for a commission, percentage, brokerage, or contingency fee,
excepting bona fide employees or bona fide established commercial or selling
agencies maintained by the Contractor for the purpose of securing business.
b. The Contractor agrees not to give any employee or former employee of the
City a gratuity or any offer of employment in connection with any decision, approval,
disapproval, recommendation, preparation of any part of a program requirement or
a purchase request, influencing the content of any specification or procurement
standard, rendering of advice, investigation, auditing, or in any other advisory
capacity in any proceeding or application, request for ruling, determination, claim or
controversy, or other particular matter, pertaining to this Contract or to any
solicitation or proposal therefor.
c. It shall be a material breach of the Contract for any payment, gratuity, or
offer of employment to be made by or on behalf of a Subcontractor under a contract
to the prime Contractor or higher tier Subcontractor or any person associated
therewith, as an inducement for the award of a Subcontract or order. The
Contractor is prohibited from inducing, by any means, any person employed under
this Contract to give up any part of the compensation to which he/she is otherwise
entitled. The Contractor shall comply with all applicable local, state and federal
"anti -kickback" statutes or regulations.
33. Payments Subject to Annual Appropriations. If the contract awarded
extends beyond the calendar year, nothing herein shall be construed as an
obligation by the City beyond any amounts that may be, from time to time,
appropriated by the City on an annual basis. It is understood that payment under
any contract is conditional upon annual appropriation of funds
body and that before providing services, the Contractor, if
advised as to the status of funds appropriated for services
not be obligated to provide services or materials for which
appropriate.
ids by said governing
it so requests, will be
or materials and shall
funds have not been
Page: 11
Updated:10/2024
Docusign Envelope ID: 19328DDC-6B23-443D-ACES-9D5F8310CC3D
!00 Je
nodifled, changed, terminated, or amended, waived, superseded or extende
o7
xcept by appropriate written instrument fully executed by the parties.
nenforceable it shall notor •
ny other provision.
mendments hereto may be executed in several counterparts, each of which
hall be deemed an original, and all of which together shall constitute one
greement bindingParties,• the possible event
arties may not have signed the same counterpart. Furthermore, each Party
onsents to the use of electronic • by either Party.- Scope of •
• any other documents -• • a signature hereunder,be signed
lectronically in the manner agreed to by the Parties. The Parties agree not to
eny the legal effect or enforceability of the Agreement solely because it is in
lectron'c form or because an electronic record was used On 1 formation.
arties agree not to object to the admissibility of the Agreement in the form of an
lectronic record, or a paper copy of an electronic documents, or a paper copy of
document bearing an electronic signature, on the ground that it is an electronic
ecord or electronic signature or that it is not in its original form or is not an
• •
36. Additional Provisions. In addition to those provisions set forth herein and
in the Contract Documents, the parties hereto agree as follows:
[ ] No additional provisions are adopted.
[X] See attached Exhibit A.1 and A.2
[X] See attached General Conditions.
[X] See RFP Document Package and all addendum
[ ] See attached Technical Specifications.
Page: 12 Updated:10/2024
Docusign Envelope ID: 19328DDC-6B23-443D-ACEB-9D5F8310CC3D
IN WITNESS WHEREOF, the parties agree hereto have executed this Contract
for Construction on the date first above written.
CITY OF ASPEN, COLORA®O:
----Signed by:
�tGtl�,t, �bSft,V'
�EACOCC3793D0470...
[Signature]
Diane Foster
Sy:
Tltle: Deputy City Manager
Z/Z6/ZOZS 111:51:24 AM MST
®ate:
d by:
I°.
City Attorneys Office
PROFESSIONAL:
Slgned by:
l
ignature]
Frederick Haines
By:
Title: vice -President
®ate: 2/11/2025 112:33:21 PM PST
Page: 13
Updated:10/2024
TO:PHONE:
STREET:JOB LOCATION:
CITY,STATE,ZIP:
We hereby submit specification and estimates for:
Aspen Red Brick Gymnasium Scope of work:
Our Price includes divisons(s): 01 - 06 - 07 - 08
Remove existing roof to roof deck
Install new self adhered underlayment to the roof deck.
Install 2 layers of 3.5 inch Polyiso insulation
Install new 5/8" CDX plywood coverboard over insulation, fastened per spec
Install Wood nailers and fascia per plan
Install new self adhered underlayment to plywood coverboard for weathertightness
Install new 138T - 16 inch panel - 24 Ga. Standard color
Install all trim (rake, ridge, eave) assemblies according to
McEleroy specifications to meet watertightness warranty
Remove and installl new Palm-ram Double wall skylight panels
Remove and install trim used to watertight skylight panels to existing roofs
Install all new trim and edge securement for skylight panels
Price
100% payment and performance bond. Maintenance bond included
20 yr McElroy warranty per spec
We Propose hereby to furnish material and labor complete in accordance with above specifications, for the sum of:
Payment to be made as follows:
Acceptance of Proposal
Signature
Signature
The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payment
will be made as outlined above.
Date of Acceptance
494,300.00$
30% DUE UPON ORDER CONFRIMATION OF MATERIAL, REMAINDER DUE UPON PROGRESS PERCENTAGE AIA
All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or
deviation form above specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above
the estimate. All agreements contingent upon strikes, accidents or delays beyond our control. Owner to carry fire, tornado and other necessary
insurance. Our workers are fully covered by Workman's Compensation Insurance. Owner is responsible for roof related mechanical and plumbing
items that need be raised. Any collection costs will be at owners expense.
Authorized
Signature
Note: This proposal may be withdrawn by us if not accepted within 10 days
City of Aspen 970 429 1761
455 Rio Grande Pl Red Brick Gymnasium
Aspen, CO 81611 110 E Hallam St. #135
Attachment A
2070 E. 8th Street, P.O. Box 664, Hays, KS 67601
785-628-3614
Fax 785-628-1806
www.roofmastersroofing.net
January 30, 2025
Asal Voldjani
City of Aspen
Procurement Officer/ Purchasing/ Finance
427 Rio Grande Place
Aspen, CO 81611
(970) 920-5059
www.cityofaspen.com
RE : Roofmasters Response Red Brick Gymnasium
Palram Skylights:
The Proposed scope of work that Roofmasters stated for the Palram Skylight panel portion
includes the attached specification PDF.
Sunlite 10mm (Standard color)
U channel
H Cannel
Vent Tape
Materials: $4,000
Labor: $3,200
Cost Breakdown and Fee schedule:
The AIA G702 is a separate attachment which shows the breakdown of the project. The price for
the scope of work is $494,300 including the skylights for the entry. The Entry Skylight portion
can be deleted from the scope of work for $7,000. The discount for the upfront payment is 1% of
the first invoice is which is $204,630. We will honor a 1% discount for any payment amount at
or exceeding the $204,630 on the first invoice.
Best and Final offer:
Due to the constraints of the schedule for the project, the material would need to be ordered as
soon as possible. We are willing to give a discount of 1% if there is a 40% payment up front. The
next invoices will be on percent of completion. Retainage would be collected upon warranty
submission from McElroy Metals.
Our price is $494,300 with a skylight deduct in the amount of $7,000 if the skylight option is not
taken.
Attachment B
2070 E. 8th Street, P.O. Box 664, Hays, KS 67601
Project Schedule:
The dates below and BEFORE April 1 are crucial to give us enough time to complete the project.
1. City Council meeting Feb 25
2. When contract approved, Notice to Proceed issued on Feb 26
3. Order Metal Roofing Material (that is longest lead time) material March 1
a. 138T Colonial Red 24 gauge 16 inch plank and pencil profile
4. Shop drawings approved by March 5.
5. Permit obtained/pushed through by COA by April 1
6. Job mobilize and receive material April 1 to the 14th schedule permitting weather
permitting
7. Roof removal week of April 14 with insulation package install / wood install
8. Install Metal roofing / trims week of May 12 – June 2.
9. Punchlist June 2-June 18
The timeline does not include any weather delays or unforeseen circumstances. We feel as
though this is a sufficient amount of time to complete the work.
Thank you for requesting further information and we look forward to the Red Brick Project if we
are chosen.
Regards,
Fred Haines
Vice-President, Chief Operating Officer
Email: fhaines@roofmastersroofing.net
C: 785-656-1338
2070 E. 8th Street, P.O. Box 664, Hays, KS 67601
The Map Below shows the proposed staging for the job (in general). The red square
indicates the proposed location for the staging of material, which will require a sufficient amount
of space for the Insulation board and plywood (this required sf is 40 x 100 of area, 4000 s.f.. RM
plans to operate 1 telehandler which foot print is 12 x 40,(500 s.f.). The proposed places to run
our panels onto the roof would be the yellow and blue squares, this is required space. We will
still need to park 2 trucks at the site (crew cabs). A waste container or dump trailers will need to
be utilized for roof demolition. The best place possibly in the yellow square and also blue
square. Those places we will be able to move a dump trailer daily as it would attach to a truck.
These areas are key for production.