Loading...
HomeMy WebLinkAbout20260492 C 6nt/a c+-I DF i 0429 SERVICE AGREEMENT BETWEEN WELD COUNTY AND CMH CONCRETE AND PUMPING THIS AGREEMENT is made and entered into this \ day of Pion , 2026, by and between the Board of Weld County Commissioners, on behalf of Facilities Department, hereinafter referred to as "County," and CMH Concrete and Pumping, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. B2600009. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from Form Revision 5-2025 OunS-C.h cc ',O ilbc6c( ) Z OZ M-049 Z \ rZ L1/3/71.,2 6E70077 entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $93,600 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in 2 accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action 3 by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional 4 insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All 5 certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in 6 coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 16. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 17. Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or 7 subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 18. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 19. Examination of Records. To the extent required by law, the Contractor agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers, and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 20. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 21. Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: 8 Name: Efren Gutierrez Position: President Address: 5210 E 78th Ave., Commerce City, CO 80022 E-mail: lee@cmhconcrete.com Phone: 303-862-2280 TO COUNTY: Name: Patrick O'Neill Position: Facilities Director Address: 1105 H Street Greeley, CO 80631 E-mail: poneill@weld.gov Phone: 970-400-2023 22. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 23. Non-Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 24. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 25. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 26. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 27. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, 9 confidentiality and record keeping requirements) shall survive any such expiration or termination. 28. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 29. Non-Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as applicable now or hereafter amended. 30. No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned - parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 31. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 32. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 33. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. 10 If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 34. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: di" By: 3/17/26 Name: Efren Gutierrez Date of Signature: Title: President, CMH Concrete Pumping Inc. WELD COUNTY: ATTEST: 11-„drtotokiXle4;iik BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Weld County Clerk to the Board BY: (AO d Depu le to the Boar colt K James, Chair ,� n h1 : 01202G ��rq0 1861 12 i� ° elg Ve 4, OZ co- o4c17- Exhibit A r • Weld County Finance Department 1861 Purchasing Division \t,)i i- [— I 1301 North 17th Avenue Lr Greeley, Colorado 80631 v couNTY General Services - Invitation for Bid (IFB) Cover Sheet Bid Number: B2600009 Title: Wash Bay Concrete Repairs Advertisement Date: January 20, 2026 Pre- Bid Meeting: February 3, 2026, at 10:00 am Pre- Bid Location: 1399 N 17th Ave, Greeley, CO 80631 Building B Questions Due: February 10, 2026, by 10:00 am Questions Posted: February 11, 2026, by 5:00 pm Questions email: bidsweld.gov Bid Due Date: February 17, 2026, by 10:00 am, Purchasing's Clock Bid Delivery: Preferred email to bidsweld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bidsweld.gov Documents Included in this Bid Package IFB Schedules IFB Attachments Attachment 1 — Project Drawings Schedule A: Bid Instructions Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: Bid Form Schedule E: Insurance Schedule F: Weld County Contract Form Revision 6-2025 Table of Contents General Services - Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 IFB Attachments 1 Table of Contents 2 Schedule A- Bid Instructions 4 Purpose/Background 4 Bid Advertisement 4 Bid Submission 4 Introductory Information 4 Cooperative Purchasing 5 Schedule B - Scope of Work 7 Project Overview 7 Method of Procurement 7 Pricing Method 7 Specific Requirements and Responsibilities 7 Schedule C - Procurement Schedule 10 Schedule D - Bid Response Form 11 Bid Submittal Instructions 11 Fees 11 Attestation 11 Schedule E — Insurance 13 Insurance 13 Insurance Mailing Information 15 Schedule F - Weld County Contract 17 Contractual Obligations 17 Weld County Standard Contract 17 Solicitation#B2600009 Page 2 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Wash Bay Concrete Repairs A Mandatory pre-bid conference will be held on February 3, 2026 , at 10:00am at the Weld County Wash Bay located at, 1399 N 17th Ave, Greeley, CO 80631 Building B Greeley, CO 80631. Bidders must participate and record their presence at the pre-bid conference to be eligible to submit bids. Bids will be received until: February 17, 2026 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on February 17, 2026 at 10:30 am. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Join the meeting now +1 720-439-5261„930465450# Meeting ID: 293 119 095 040 19 United States, Denver Passcode: A6bK2Jq3 Phone conference ID: 930 465 450# Bid Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Submission 1. PREFERRED: email bids to bids(@.weld.gov If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. 2. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by authorized person. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized Solicitation# B2600009 Page 4 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 Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 2. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event Solicitation#B2600009 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking bids for a vendor to provide Wash Bay Concrete Repairs. Method of Procurement Invitation for Bid (IFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non-responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an IFB contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not-to-exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Specific Requirements and Responsibilities The scope of this project is for construction management and general contracting services per this invitation for bid and attachments which include the project drawings to demolish the designated concrete slabs and trench drains, regrade below slab, and pour in new concrete slabs / trenches for Weld County's Wash Bay. • Demolition • Concrete Flat Work • Concrete Reinforcing • Steel Embeds These above items are represented in Attachment 1 — Project Drawings. All scopes indicated in attachment 1 are to be included in this contractor bid. A. Weld County Wash Bay — Concrete Repairs — General Project Requirements: 1. The Contractor will be required to remove and reinstall minor automatic washing equipment to allow for demo and installation of new slab /trenches. 2. Contractor to provide two weeks' notice for wash bay shutdowns. 3. Contractor to provide expansion where applicable and Sikaflex-1c SL at all joints. 4. Contractor to provide all concrete reinforcing per the project documents. 5. Contractor is responsible for all private and public locates for the entirety of this project. 6. Contractor is responsible for maintaining existing site conditions including all areas that are not disturbed during the construction process. 7. Contract is responsible for protecting all manual and automatic wash bay equipment throughout the entirety of the project. It will be the contractor's responsibility to have an equipment representative onsite to perform a test and calibration prior to substantial completion. Solicitation# B2600009 Page 7 8. All submittals will need to be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 9. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receives written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 10.Any clarification or information needed from the contractor must be submitted through an RFI for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 11.Contractor is responsible for all material handling and deliveries. Weld County will not accept any deliveries made to the building. The contractor will use the work area(s) for any onsite storage that may be needed. 12.The contractor will provide a full-time superintendent or project manager on site while any work is being performed. 13.The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been properly stored in the designated areas at the end of each shift to ensure normal building operations are not interrupted. If at any time Weld County personnel or contractors have to clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. 14.Contractor is responsible for coordination for all site utilities. Weld County will pay all applicable plant investment fees. 15.Contractor is responsible for coordination with Weld County building department and the local city and fire municipalities. 16.Contractor must submit daily logs or project updates to the Weld County project manager on a weekly basis at a minimum. 17.All work can be completed during normal business hours, unless it requires any electrical, mechanical, or plumbing system to be shut down. If so that work must be completed during off hours. All systems must be functional before the start of the next business day. 18.Normal business hours are Monday through Friday from 7:00 am to 5:00 pm. 19.Contractor is responsible for maintaining dust control at all times so as to not disturb the normal operations of the building. All temporary walls and or partitions are the responsibility of the contractor. 20.Contractor is responsible for coordinating the final location of all electrical and data outlets prior to installation of rough in boxes with the Weld County project manager and IT representative. 21.Contractor is responsible for maintaining existing building conditions. At no time is the building to be without power, mechanical systems, and plumbing systems. 22.Contractor to provide Schedule 80 bollards throughout the project. Weld County to specify paint color in the submittal process. B. Weld County Wash Bay — Concrete Repairs — Project Close Out Requirements: 1. Contractor will provide a digital copy of the complete sets of O&M manuals. 2. Contractor will provide a digital copy and 1 full size set of the as-builts. 3. Contractor will provide all manufacturer's warranty documentation for all equipment. 4. Contractor will provide a detailed report for all craftsmanship and labor warranties. 5. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. 6. Contractor will provide formal training as outlined and required by all manufacturer's recommendations, to Weld County's designated staff. 7. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. Solicitation #B2600009 Page 8 C. Weld County Wash Bay — Concrete Repairs - Project Standard Terms and Conditions: 1. RFI's are only to be sent through the County project manager. RFI responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed 2. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 3. Contractor is responsible for all private and public locates. 4. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. Contractor is responsible for the coordination and scheduling of all inspections that are required. The contractor will be responsible for having a qualified representative on site for any inspection. 5. All electrical work will be done by a qualified State licensed electrician. 6. All plumbing work will be done by a qualified State licensed plumber. 7. All mechanical work will be done by a qualified State Licensed technician. 8. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred will be the contractor's responsibility to repair or replace. 9. Contractor is responsible for all weather protection including but not limited to soils. 10.All lifting and hoisting equipment shall be provided by the contractor as needed. 11.Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 12.Bids over $50,000 will require a payment (100%) and performance (100%) bond. 13.All trash and debris to be properly disposed of offsite. Due to the space constraints of this project this will need to be done on a regular basis. At no time will debris be allowed to accumulate. 14.Weld County is a tax-exempt entity. 15.Davis-Bacon and Buy American requirements are NOT required. 16.Contractor is to provide lien waivers with each pay application. Solicitation # B2600009 Page 9 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date January 20, 2026 Pre-Proposal Meeting (Mandatory) February 3, 2026, at 10:00am 1399 N 17th Ave, Greeley, CO 80631 Building B Technical Questions Due February 10, 2026, by 10:00 am Technical Questions email bids@weld.gov Questions Answered via Addendum February 11, 2026 Proposals Are Due February 17, 2026, by 10:00 am Purchasing's Clock Solicitation Notice of Award (Anticipated) March 2, 2026 Contract Execution (Anticipated) March 16, 2026 Solicitation# B2600009 Page 10 Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non-responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Description Price Demo $ Concrete Reinforcing $ Plumbing Trenches $ Concrete $ Other $ Total Lump Sum Cost $ Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request B2600009 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F — Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Item Entry Company Name: Address: Phone Solicitation # B2600009 Page 11 Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Date of Signature Name: Title: Solicitation# B2600009 Page 12 Schedule E — Insurance Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Solicitation # B2600009 Page 13 Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Solicitation#B2600009 Page 14 Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Alex Engelbert Email: aengelbert@weld.gov Telephone: 970-381-8974 Solicitation # B2600009 Page 15 Mail: Weld County Facilities Department ATTN: Alex Engelbert PO Box 758 Greeley, CO 80632 Solicitation #B2600009 Page 16 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non- appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project-by-project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for General Services: Service Agreement Between Weld County and [Contractor] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [Department], hereinafter referred to as "County," and [Contractor], hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. Solicitation# B2600009 Page 17 NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. B . Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement Solicitation #B2600009 Page 18 by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, Solicitation# B2600009 Page 19 assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s)furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 Solicitation# B2600009 Page 20 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Solicitation # B2600009 Page 21 Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non- payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Solicitation#B2600009 Page 22 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 16. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 17. Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 18. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 19. Examination of Records. To the extent required by law, the Contractor agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers, and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. Solicitation # B2600009 Page 23 20. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 21. Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Position: Address: E-mail: Phone: TO COUNTY: Name: Position: Address: E-mail: Phone: 22. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 23. Non-Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 24. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 25. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made Solicitation #B2600009 Page 24 available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 26. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 27. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 28. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 29. Non-Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24- 10-101 et seq., as applicable now or hereafter amended. 30. No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 31. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 32. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 33. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. Solicitation # B2600009 Page 25 If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 34. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: Date of Signature: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Weld County Clerk to the Board BY: Deputy Clerk to the Board [Insert Name], Chair Solicitation# B2600009 Page 26 Exhibit B CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 2026 r U COUNTY Weld County Wash Bay Concrete Repairs Bid Request # B2600009 10 AM Tuesday, February 17, 2026 Carolyn Geisert, Buyer 970-400-4223 • cgeisertweld.gov Weld County Purchasing Office 1301 North 17th Avenue, Greeley, CO 80631 Submit Bids By Email: bids(cr�weld.gov PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. CMH Concrete Bid Response 1. INTRODUCTION LETTER 2. SCOPE OF WORK AND BID RESPONSE 3. ADDENDA ACKNOWLEDGEMENTS 4. BIDDER'S QUALIFICATIONS DATA & W9 5. PROJECT CONTACTS cmh concrete pumpinga.. CMH Concrete Pumping Inc. Sullivan Station*Lockbox 370106•Denver, CO 80237 T 303 862 2280• E Lee©cmhconcrete.com cmhconcrete.com 1 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 \ip, ter r C CoUNTY 1 Introduction Letter February 16, 2026 Dear Carolyn: We appreciate the opportunity to submit our proposal for the Weld County Wash Bay Concrete Repairs project# B2600009. CMH Concrete has been in business 12 years and has extensive experience in governmental construction projects, including recent work for the Town of Castle Rock, City of Arvada, City of Evans, and The City of Greeley. Our corporate and industrial client projects include work completed for UPS (7 Colorado loading dock terminal locations), Walmart Colorado (Electrify America EV Charging Stations), and a SunCor Energy Denver terminal project. Our team has won accolades from both City Inspectors as well as residents in the cities where we have served. We are a financially sound company with the experienced crew and construction management leadership to serve Weld County effectively and professionally. Sincerely, 16-1 Efren Gutierrez President clnh concrete• pumpmgNc CMH Concrete Pumping Inc. Sullivan Station*Lockbox 370106•Denver,CO 80237•T 303 862 2280• E Lee@cmhconcrete.com cmhconcrete.com 2 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 'h! COUNTY 2 Scope of Work & Bid Response Weld County: Schedule B - Scope of Work Specific Requirements and Responsibilities The scope of this project is for construction management and general contracting services per this invitation for bid and attachments which include the project drawings to demolish the designated concrete slabs and trench drains, regrade below slab, and pour in new concrete slabs/trenches for Weld County's Wash Bay. • Demolition • Concrete Flat Work • Concrete Reinforcing • Steel Embeds A. Weld County Wash Bay— Concrete Repairs — General Project Requirements: 1. The Contractor will be required to remove and reinstall minor automatic washing equipment to allow for demo and installation of new slab /trenches. 2. Contractor to provide two weeks' notice for wash bay shutdowns. 3. Contractor to provide expansion where applicable and Sikaflex-1 c SL at all joints. 4. Contractor to provide all concrete reinforcing per the project documents. 5. Contractor is responsible for all private and public locates for the entirety of this project. 6. Contractor is responsible for maintaining existing site conditions including all areas that are not disturbed during the construction process. 7. Contract is responsible for protecting all manual and automatic wash bay equipment throughout the entirety of the project. It will be the contractor's responsibility to have an equipment representative onsite to perform a test and calibration prior to substantial completion. 8. All submittals will need to be provided to the County project manager for review and approval no later than thirty(30)days after contract execution. 9. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receives written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 10. Any clarification or information needed from the contractor must be submitted through an RFI for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 3 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 11. Contractor is responsible for all material handling and deliveries. Weld County will not accept any deliveries made to the building. The contractor will use the work area(s) for any onsite storage that may be needed. 12. The contractor will provide a full-time superintendent or project manager on site while any work is being performed. 13. The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been properly stored in the designated areas at the end of each shift to ensure normal building operations are not interrupted. If at any time Weld County personnel or contractors have to clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. 14. Contractor is responsible for coordination for all site utilities. Weld County will pay all applicable plant investment fees. 15. Contractor is responsible for coordination with Weld County building department and the local city and fire municipalities. 16. Contractor must submit daily logs or project updates to the Weld County project manager on a weekly basis at a minimum. 17. All work can be completed during normal business hours, unless it requires any electrical, mechanical, or plumbing system to be shut down. If so that work must be completed during off hours. All systems must be functional before the start of the next business day. 18. Normal business hours are Monday through Friday from 7:00 am to 5:00 pm. 19. Contractor is responsible for maintaining dust control at all times so as to not disturb the normal operations of the building. All temporary walls and or partitions are the responsibility of the contractor. 20. Contractor is responsible for coordinating the final location of all electrical and data outlets prior to installation of rough in boxes with the Weld County project manager and IT representative. 21. Contractor is responsible for maintaining existing building conditions. At no time is the building to be without power, mechanical systems, and plumbing systems. 22. Contractor to provide Schedule 80 bollards throughout the project. Weld County to specify paint color in the submittal process. B. Weld County Wash Bay— Concrete Repairs— Project Close Out Requirements: 1. Contractor will provide a digital copy of the complete sets of O&M manuals. 2. Contractor will provide a digital copy and 1 full size set of the as-builts. 3. Contractor will provide all manufacturer's warranty documentation for all equipment. 4. Contractor will provide a detailed report for all craftsmanship and labor warranties. 5. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. 6. Contractor will provide formal training as outlined and required by all manufacturer's recommendations, to Weld County's designated staff. 7. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. C. Weld County Wash Bay— Concrete Repairs - Project Standard Terms and Conditions: 1. RFI's are only to be sent through the County project manager. RFI responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed 2. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 4 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 3. Contractor is responsible for all private and public locates. 4. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. Contractor is responsible for the coordination and scheduling of all inspections that are required. The contractor will be responsible for having a qualified representative on site for any inspection. 5. All electrical work will be done by a qualified State licensed electrician. 6. All plumbing work will be done by a qualified State licensed plumber. 7. All mechanical work will be done by a qualified State Licensed technician. 8. Any temporary protection for flooring,walls,ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost.Any damages occurred will be the contractor's responsibility to repair or replace. 9. Contractor is responsible for all weather protection including but not limited to soils. 10. All lifting and hoisting equipment shall be provided by the contractor as needed. 11. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 12. Bids over$50,000 will require a payment(100%)and performance(100%)bond. 13. All trash and debris to be properly disposed of offsite. Due to the space constraints of this project this will need to be done on a regular basis. At no time will debris be allowed to accumulate. 14. Weld County is a tax-exempt entity. 15. Davis-Bacon and Buy American requirements are NOT required. 16. Contractor is to provide lien waivers with each pay application. Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Schedule D— Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non-responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Description Price Demo $13,900 Concrete Reinforcing $17,900 Plumbing Trenches $ 4,800 Concrete $46,500 Other $ 10,500 Total Lump Sum Cost $93,600 WRITTEN OUT: Ninety-three thousand six hundred dollars and no cents.. 5 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 Attestation The undersigned,by his or her signature,hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions,specifications and special provisions set forth in the Invitation for Bid for Request B2600009 Wash Bay Concrete Repairs. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E—Insurance 6. Acknowledgment of Schedule F—Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all bids,to waive any informality in the bids,and to accept the bid that,in the opinion of the Board of County Commissioners,is to the best interests of Weld County.The bid(s)may be awarded to more than one vendor. Item Enhy Company Name; CMH Concrete Pumping Inc Address: 5210 E 78'I' Ave.,Commerce City,CO 80022 Phone 303 862 2280 Email: Lee@cmhconcrete.com FEIN/Federal Tax ID#: 46-1496891 CONTRACTOR: By: _2/16/26 Date of Signature Name: Efren Gutierrez Title: President 0-,c RIi'pi./\ collude g 1 Ay EST.2012 r). .i i 01� 6 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 • EIS, C COUNTY 3 Addenda Acknowledgements cmh concrete s pumPINIX.. 7 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 \ E L�, �� Addendum # 1 Bid Request Number B2600009 Wash Bay Concrete Repairs Currently Reads: BidNet specifications state: Pre-bid location as 1390 N. 17th Avenue, Greeley, CO 80631 Change: Change to read: 1399 N. 17t" Avenue, Greeley, CO 80631, Building B Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: H Concrete 2/15/26 Date of Signature Signature: _X Name: Efren Gutierrez Title: President February 15, 2026 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 Addendum # 2 Bid Request Number B2600009 Wash Bay Concrete Repairs Currently Reads: Ma specifications state: Pre-bid location as 1390 N. 17th Avenue, Greeley, CO 80631 Change: Change to read: 1399 N. 17th Avenue, Greeley, CO 80631, Building B Questions and Answers: 1. Question: The red lines on sheet P2.0 show the limits of the sloped concrete, correct? Answer: Contractor to reference Demo. Floor Plan A2 for limits of concrete demolition. New concrete sloping limits are shown on A3 (New Concrete Floor Plan).1 2. Question: Is the work to be done in phases or can it be done all at one time? Answer: Contractor is to phase it per bay. Weld County Project Manager is to approve the phasing schedule before the project commences 3. Question: Who is the company you are using for the maintenance of the car wash system? Can we get their contact information? Answer: PDQ Manufacturing Inc. 4. Question: Is there a completion date you are aiming for? Answer: No 5. Question: Is there a concrete mix design for the project? Answer: Expansion joint to be placed at all locations where existing concrete meets new concrete. Approved Sika sealant will be required at all expansion joint locations. Concrete finishes to match existing concrete. Control joints to be coordinated with owner. Mix design shall be provided for approval prior to placing concrete. Reference table below for cast-in-place concrete requirements. CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 CAST-IN-PLACE CONCRETE REFERENCE STANDARDS: ACI 301-16 SPECIFICATIONS FOR STRUCTURAL CONCRETE' ACI 305 1-10 SPECIFICATIONS FOR HOT WEATHER CONCRETING" 3 ACI 306.1.10'SPECIFICATION FOR COW WEATHER CONCRETING' 4. ACI 31&14'BUILDING CODE REQUIREMENTS FOR STRUCTURAL CONCRETE' 5 ACI 117-10 SPECIFICATION FOR TOLERANCES FOR CONCRETE CONSTRUCTION AND MATERIALS" SUBMITTALS PROVIDE ALL SUBMITTALS REQUIRED BY ACI 301 SECTION 4 1.2.SUBMIT MIX DESIGNS FOR EACH MIX IN THE TABLE BELOW. SUBSTANTIATING STRENGTH RESULTS FROM PAST TESTS SHALL NOT BE OLDER THAN 12 MONTHS PER ACI 318 SECTION 5 3. CONCRETE MIX DESIGN REQUIREMENTS 52 i% 9 E. QQ- ( m �a a - 8 O 5 oN Oil I- < - Lai c) SPREAD FOOTINGS 4500 28 1 F2SOIWO/C1 0.45 6.0 3 FOUNDATION WALLS 4500 28 1 FM/WO/CI 0.45 6.0 3 INTERIOR SLABS-ON-GRADE 5000 28 1 F3/S01WO/C2, 040 <3 4 MIX DESIGN REQUIREMENTS NOTES: 1. FLY ASH THE USE OF FLY ASH,OTHER POZZOLANS.SILICA FUME OR SLAG SHALL CONFORM TO ACI 318 TABLE 26 4 2.2Ib) AND SECTION 26.4.2.2 MAXIMUM AMOUNT OF FLY ASH SHALL BE 25%OF TOTAL CEMENTITIOUS CONTENT UNLESS REVIEWED AND APPROVED OTHERWISE BY SER 2. AGGREGATES SHALL CONFORM TO ASTM C33 3. NON-CHLORIDE ACCELERATOR:NON-CHLORIDE ACCELERATING ADMIXTURE MAY BE USED IN CONCRETE PLACED AT AMBIENT TEMPERATURES BELOW 50'F AT THE CONTRACTOR'S OPTION. 4. RECOMMENDED SLUMP APPLY WHEN VIBRATION IS USED TO CONSOLIDATE THE CONCRETE AND MAY BE INCREASED BY 1' FOR OTHER CONSOLIDATION METHODS.SLUMP MAY BE INCREASED WHEN CHEMICAL ADMIXTURES ARE USED.PROVIDED THAT THE TREATED CONCRETE HAS THE SAME OR LOWER WATER/CEMENT RATIO AND DOES NOT SHOW SEGREGATION POTENTIAL OR EXCESSIVE BLEEDING.MEASURED SLUMP TOLERANCE SHALL BE N-1.5'MAXIMUM. CONCRETE CURING:PROVIDE CURING COMPOUNDS FOR CONCRETE AS FOLLOWS 1. USE MEMBRANE CURING COMPOUNDS THAT ARE COMPATIBLE WITH AND WILL NOT AFFECT SURFACES TO BE COVERED WITH FINISH MATERIALS APPLIED DIRECTLY TO CONCRETE 2. APPLY CURING COMPOUNDS AT A RATE EQUIVALENT TO THE RATE OF APPLICATION AT WHICH CURING COMPOUND WAS ORIGINALLY TESTED FOR IN CONFORMANCE TO THE REQUIREMENTS OF ASTM C 309-18 AND THE MANUFACTURERS RECOMMENDATIONS. TESTING:OBTAIN SAMPLES AND CONDUCT TESTS IN ACCORDANCE WITH ACI 301 SECTION 1.6.4.2 ADDITIONAL SAMPLES MAY BE REQUIRED TO OBTAIN CONCRETE STRENGTHS AT ALTERNATE INTERVALS THAN SHOWN BELOW.CURE 4 CYLINDERS FOR 28-DAY TEST.TEST 1 CYUNDER AT 7 DAYS,TEST 2 CYLINDERS AT 28 DAYS.AND HOLD 1 CYUNDER IN RESERVE FOR USE AS THE SER DIRECTS.AFTER 56 DAYS,UNLESS NOTIFIED BY THE ENGINEER TO THE CONTRARY,THE RESERVE CYLINDER MAY BE DISCARDED WITHOUT BEING TESTED FOR SPECIMENS MEETING 28 DAY STRENGTH REQUIREMENTS. ACCEPTANCE:STRENGTH IS SATISFACTORY WHEN: I THE AVERAGES OF ALL SETS OF 3 CONSECUTIVE TESTS EQUAL OR EXCEED THE SPECIFIED STRENGTH. 2. NO INDIVIDUAL TEST FALLS BELOW THE SPECIFIED STRENGTH BY MORE THAN 500 PSI. 3. A'TEST'FOR ACCEPTANCE IS THE AVERAGE STRENGTH OF TWO 6 BY 12 IN CYLINDERS OR THREE 4 BY 8 IN CYLINDERS TESTED AT THE SPECIFIED TEST AGE 6. Question: We do not see doweling/concrete embeds detail for tying new concrete into existing concrete; along with any process for bonding the cold-joints. Is there a detail/design you wish for us to follow in this regard? See item #4 of the Bids Specs section under the General Project Req. Answer: Contractor to dowel into existing adjacent slabs with #5 bar at 6-inch depth 10 inches on center. 7. Question: What type of anchors are required for reinstalling auto wash equipment. CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 Answer: See below chart for anchor bolt type and depths. All anchors are to be installed with Hilti HIT RE 500 based on manufactures recommendations. MIN. REQUIREMENTS FOR ANCHOR BOLTS IN CONCRETE • • 2 w m •. • SIMPSON 'J'BOLT HEX HEAD TITEN HD BOLT DIAMETER EMBED BOLT DIAMETER EMBED BOLT DIAMETER EMBED 1/2' 6' 112' 6' 318' 3112" 5+8' 6' 513' 6' 1 2' 4 1/2" 314' 7' 3/4' 7' 5:8' 6' 7/8' 8' 7;8' B' 3:4" 6 3;4' 1' 9' 1' 9' FOLLOW ALL THE MANUFACTURERS 1 1i4" 11" 1 1/4" 11' RECOMMENDATIONS FOR INSTALL NOTES; 1 ALL MATERIAL SHALL BE A307 OR BETTER 2 ANCHORS AND DEPTHS APPLY TO CONCRETE INSTALLATION ONLY AND MAY NOT BE USED IN CMU APPLICATIONS 3 CONTRACTOR SHALL NOTIFY ENGINEER OF MISSED OR MISLOCATED ANCHORS FOR APPROPRIATE REPAIR REQUIREMENTS SEE SGN FOR ADDITIONAL INFORMATION REGARDING POST-INSTALLED ANCHORS 8. Question: We had the required pre-bid walk last week for the GC's/bidders, however, would it be possible for potential subcontractors to walk the site prior to bid? Answer: No, the mandatory pre-bid walk is the only time allotted for bidders and third party vendors to walk the site. 9. Question: Is there a location for onsite storage for the McNichols Grates, etc. Answer: Yes, there will be a designated area for storage. 10.Question: We will need a concrete washout location and a location for our dumpsters. Answer: This will be provided to the successful bidder. 11.Question: Can we use some place in the facility for a temp office or do we need to bring in an office trailer? Possible location for an office trailer(preferably near a power source). Answer: Contractor will have space inside the facility for an office. CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 12.Question: Sheet A5 calls for roll on water proofing for the CMU wall, 2" rigid insulation, metal liner panel, thru wall flashing ( jc). We are anticipating these activities are not in our scope, correct? Answer: Correct, unless any of these items are damaged during construction. I will be the contractor's responsibility to repair per the original state. 13.Question: In the Bid Specs section under the General Project Req, Item #20 - Location of electrical and data outlets, Item #14 - Site Utilities, Item #22 - schedule 80 new bollards throughout site - We are anticipating these activities are not in our scope of work, correct? Answer: Correct, these items are from our boilerplate bid specifications. 14.Question: Please confirm all QC testing shall be by Weld County. Answer: Yes, Weld County is responsible for material testing. It will be the contractor's responsibility to coordinate all inspections and tests. Any failed tests are to be corrected by the contractor. 15.Question: Please confirm whether existing concrete slab-on-grade was placed either under or up to existing CMU partitions. If"up to" then please confirm that the new slab can be placed as near as the CMU as feasible. Answer: Under, see below details. PER PLAN A.PFI'FCFi.WG R ai inS -'Amyx IENFORCNG PER PER PUN SQIVELOCN AT r0 -SZBAL 'WT VERT MR TO MATCH Mil / NOM6EARRIG WALLS RENFORCING SIIF AM SPACNfi 9 L ;if Er TO MA1CN WALL b REkNG.ALTERNATE 511E ORIIS EPOxTRE& NTOSUBCN ,; SPACING.kTEP/NTE BENDS GRADE AS MN SANDLAE 1� �0%Y AS NOTED ON 91rtF 9001 7 4 I. AS�2d LONG RENFORCND RS iQd LONG RENfORCNG / / SPACED AT le0.0 ALV! SPACED A•W O.0 ANY d SLAB CN GRAZE ONO / RENE PER LA AND RENF.PER RAN 1. RENF RER PLAY • • DPPON P Jvtia A 16.Question: Can we get an angle size in the new grating angle? Answer: See below details. CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 GRATE PER SPECIFIC DETAIL L3112'x21f2'x1f4' 11111111 IIIIIJJILIFV STEEL ANGLE 1 3/8'x3'HAS SPACED AT 24'OC. PER ARCH 1!8'r TYP AT TYPICAL TRENCH DRAIN 114'GALVANIZED PER SOLID STEEL PLATE SPECIFICGRATEDETAII 1 ._._,_,_,A. Sr. -111110111' • PER ARCH * NOTES: 1. USE 1 1/rx 1 lPY STEEL WHERE REMOVABLE SOLID ANGLES AT 150 SERIES PLATE IS REQUIRED GRATES IN BAYS 101&102 14 STEEL GRATE SECTION SCALE: 3'=1.-0' 17.Question: Please identify what the new subbase/structural fill should be shown under the new trench structures. Answer: Contractor to use imported soils that meet the below chart specifications for under new trench structures. Backfill material is to be clean and free of organic material, cobbles and boulders, and construction debris. Backfill is to be placed in 8" max lifts and compacted to a minimum of 95% of the relative dry density of the soil. CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 Percent fines by weight Gradation (ASTM C136) 6" 100 3" 70-100 No 4 Sieve .50-100 No 200 Sieve 50 (max) Liquid Limit 30 (max) Plasticity Index 5(max) Minimum Percent Material (ASTM 06981 Scarified subgrade soils 95 On-site and imported fill soils. Beneath foundations 95 Beneath slabs 95 18.Question: Is there a budget for this project? Answer: No 19.Question: Can we use the service truck garage as a temporary office and for storage of removed auto wash parts? Answer: Yes 20.Question: Will the other bays with no scope be in use during construction? Answer: Yes 21.Question: Please provide specs for new concrete. Answer: See answer to Question: 5 above. 22.Question: Please confirm doweling requirements (rebar size and spacing)for new slab tying into old slab. Answer: See answer to Question: 6 above. 23.Question: Are joint sealants required at the cold joints? Do joint sealants need to be replaced anywhere that existing concrete is in place? If so please provide specs on joint sealants. CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 Answer: Contractor to use Sikaflex 1C SL for all concrete joints throughout. Contractor to include all cold joints throughout. 24.Will phasing be necessary to maintain access to any of the bays or can all 3 bays be closed concurrently?What is the County's ideal sequence of work? Answer: Reference answer to question #2 above. 25.General Project Requirements#1: "The Contractor will be required to remove and reinstall minor automatic washing equipment to allow for demo and installation of new slab /trenches." Please provide equipment manufacturer/ product/system information and specify what will need to be removed & reinstalled. Answer: PDQ Manufacturing Inc. The auto wash bay entrance has an undercarriage sprayer, gatling gun, and ultrasonic sensors that will need to be removed for new and replaced after new concrete. See below for specific location. GA I LING GUN LEFT SIDE M —WHEEL CLEANER UNDER CARRIAGE ULTRASON CEASURL BR ULTRASONIC SENSOR AUL ENTRANCE SIGN—, f NriWASH ACTIVATION ' VEHICLE PRESENT / UNDERBODY I - ULTRASONIC —/ MANIFOLD RUST INHIBITOR I ASH BAY 111■• 1 CAR TRAVEL ENTRANCE X I H I l - . , , DOOR EYES 3 , '3' Wir BAY BOX I UNOER CARRIAGE ULTRASONIC SENSOR— BR ;'WHEEL CLEANER UL BAY BOX GATLING GUN-- WASH ACTIVAT RIGHT SIDE MEASURE ULTRASONIC EQUIPMENT ROOM 26.General Project Requirements#3: "Contractor to provide expansion where applicable and Sikaflex-1c SL at all joints." Please clarify if dowels and /or expansion will be placed at joints between existing to new concrete slab, and at existing walls, please provide details CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 Answer: Reference answer to question#6 above. 27.General Project Requirements#7: "Contract is responsible for protecting all manual and automatic wash bay equipment throughout the entirety of the project. It will be the contractor's responsibility to have an equipment representative onsite to perform a test and calibration prior to substantial completion" Please provide equipment manufacturer/product/system information and contact for service company who currently maintains /services the system. Answer: PDQ Manufacturing, Inc. 28.General Project Requirements#20: "Contractor is responsible for coordinating the final location of all electrical and data outlets prior to installation of rough in boxes with the Weld County project manager and IT representative." Please clarify electrical / IT scope Answer: This is a boilerplate bid item. Please disregard. 29.General Project Requirements#22: "Contractor to provide Schedule 80 bollards throughout the project. Weld County to specify paint color in the submittal process." Please specify location &qty of Sch 80 bollards to be installed and detail. Answer: This is a boilerplate bid item. Please disregard. 30.Sheet P2.0: Please specify 4" SOI pipe material Answer: Schedule 40 PVC. 31.Sheet A3: Please specify jointing of new slabs (Sawcut depth? Spacing? Joint seal?) Answer: Contractor is to match existing sawcut joints. Depth to be 25% of overall depth of concrete and joint sealant is to be Sikaflex 1C SL. 32.Sheet A3: "Install New Angle Seat" Please specify new angle seat rail design provide detail Answer: See answer to question #15 above. 33.Sheet A3: Please clarify if dowels and /or expansion will be placed at joints between existing to new concrete slab, and at existing walls, please provide details Answer: Yes, See answer to Question: 6 above. CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 34.Sheet A5: Please clarify that none of the wall & roof notes (waterproofing, rigid insulation, blocking, metal liner panels, EPDM roofing) are apart of this work. Answer: This is a boilerplate bid item. Please disregard. 35.I don't see where a bid bond is called for nor any references etc. What do you want included with the bid other than the bid submission form? Thanks in advance. Answer: Bid bond is not required. Performance and Payment Bonds are required and only required if you are successful bidder. Reference bid specification item #12 under C. Weld County Wash Bay—Concrete Repairs— Project Standard Terms and Conditions: 36.Liner panels — Is a similar panel from a local supplier acceptable (Metal Sales)? Answer: This is a boilerplate bid item. Please disregard. Unless panels are damaged, which will require the contractor to repair per the original state. 37.Are the liner panels to run full height of the wall or will each run be segmented with panels with a lap at the mid point? Answer: Liner panels are not included in scope. Unless damaged. 38.Is the wood blocking behind the liner panels to be pressure treated? Answer: Not included in scope. 39.What is the purpose of the zee splines at 16"oc behind the liner panels? If they are for panel attachment, then the splines need to run horizontally, not vertically. Answer: Not included in scope. 40.Is the dividing wall on grid line 6 to get any insulation and or liner panels? Answer: No, not included in scope. 41.Will the work platforms be removed to install new concrete, insulation and liner panels or will they stay in place? Answer: They are to stay in place. Please reference the project drawings for limits of concrete. 42.Is the parapet cap to be removed and reinstalled or should new cap be included in the bid? CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 Answer: No, not included in scope. 43.How much new ansdpa,membrane is to be included? Just at the top of the wall or down the wall and onto the flat roof? If onto the flat roof, how far? Answer: No, not included in scope. 44.Is the rework of the parapet to occur everywhere or just over the bays being remodeled? Answer: No, not included in scope. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*'`* Company Name: H Concrete 2/15/26 Date of Signature Signature: Name: Efren Guti rrez Title: President February 15, 2026 18 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 Schedule E — Insurance Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. Workers'Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A(Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage,covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non- owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents,and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident)$ 1,000,000 19 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado,and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance(ACCORD)form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate"Weld County, its elected officials, affiliated entities,employees,agents, and volunteers as Additional Insureds"for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured,the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County,Contractor must provide a certified copy of the actual insurance policy and/or required endorsements,for examination, effecting coverage(s)required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete,certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office,whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three(3) years after completion of the project. Contractors Professional Liability(Errors and Omissions)policy must be kept in effect for up to three (3)years after completion of the project. 20 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation,non-renewal, suspension,voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten(10)days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven(7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Alex Engelbert Email: aengelbert@weld.gov Telephone: 970-381-8974 Mail: 21 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 Weld County Facilities Department ATTN: Alex Engelbert PO Box 758 Greeley,CO 80632 ACKNOWLEDGED AND AGREED 2/16/26 n 'utierrer, President Date CM11 Concrete 22 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#82600009•February 16,2026 EL � COUNTY 4 Bidder's Qualifications Data & W9 Please see current CMH references and project details in the Corporate Information Summary below. cmh concrete. 23 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#82600009•February 16,2026 rrnh concete Corporate Information Summary LEGAL NAME: CMH Concrete Pumping Inc. STRUCTURE:C Corporation ESTABLISHED: 11/28/12 FEDERAL TAX ID:46-1496891 COLORADO ID:20121658152 CORP DBA:CMH Concrete SUBSIDIARY:CMH Denver Excavating CORP DBA: Denver Excavating DUNS#: 003459275 CORP DBA:CMH Traffic CORPORATE ADDRESS: OPERATIONS INDUSTRIAL ADDRESS: CMH Concrete CMH Concrete 1486 S Beach Ct. 5210 E 78th Ave Denver,CO 80219 Commerce City,CO 80022 T 303 862 2280 T 720 474 2708 F 206-600-6489 F 206-600-6489 MAILING ADDRESS: CORPORATE WEB ADDRESSES: CMH Concrete cmhconcrete.com Sullivan Station, Box 370106 denexcavating.com Denver,CO 80237 cmhtraffic.com CORPORATE PHONE: CORPORATE EMAIL ADDRESSES: T 303 862 2280 lee@cmhconcrete.com efren@cmhconcrete.com CMH LEADERSHIP: Efren Gutierrez: President-T 720 474 2708 Francisco Corral: Executive Vice President-T 720 474 2708 Carmelina Gutierrez:Vice President-T 720 474 2708 Lee Schissler:Senior Solutions Manager—T 303 862 2280 OPERATIONAL LEADERSHIP EXPERIENCE: Efren Gutierrez: Over 16 years of experience leading CMH Concrete operations. PMI Construction: Extensive highway construction. Complete Basement Systems:Complex foundation repairs Consultant:Collaboration with structural engineers on wide range of concrete structural projects Lee Schissler: Nine years of experience in concrete and the home improvement sector. First Impression Ironworks: Home improvement: Fabrication and installation of iron entry doors CMH Excavating: Business development with commercial and industrial clients CMH Concrete: Business development with commercia, industrial and residential clients. FINANCIAL OVERVIEW:CMH Concrete Pumping Inc. STABILITY:CMH and none of the DBA's have ever filed for bankruptcy COMMERCIAL BANKING: Chase Bank, 2980 W Evans Ave, Denver,CO 80219 and BMO, 123 Colfax Ave., Denver,CO 80111 2-1 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 cone ete Corporate Information Summary CORPORATE MISSION: To provide quality commercial, industrial,and residential improvement solutions throughout Colorado by offering our clients skilled demolition,excavation,and concrete services. SPECIALIZED SERVICES:Experience includes the following service areas: • New concrete flatwork and paving • ADA ramp solutions,cross pans, inlets, and curb and gutter installations • New construction excavation and concrete foundation work • Demolition of industrial,commercial,and residential structures • Excavation of commercial and residential foundations and basements • Excavation of crawl spaces • Construction of walk out basements • Complex foundation repairs in collaboration with structural engineers • Trenching and backfill for utilities • Concrete foundation construction:residential and commercial • Concrete flatwork: slabs,driveways, sidewalks,and patios • Concrete mono-pour slabs for metal buildings • Masonry services: brick repair, new masonry work,historic masonry structure repair CMH RECENT PROJECTS: Here are a few of our recent projects completed by our crews.Commercial project budgets ranged from$10K to over$130K. Residential budgets from $7K to$85K. COMMERCIAL, MUNICIPAL,&INDUSTRIAL PROJECTS EXPERIENCE: City of Arvada: Pedestrian Improvement Project:Concrete demo and installation services for city-wide pedestrian paving program. This included removing and replacing sidewalks,ADA ramps,cross pans and related work on municipal streets. Manager Majid Aslami,City Civil Engineer(720 557 3535) City of Arvada:8101 Ralston Rd,Arvada,Colorado 80002(2025) Costco Wholesale I Denver&Westminster: Demo and concrete construction work with BSM Construction at 2 Costco Wholesale locations in the metro area.Construction Manager:Justin Briggs, BSM Project Manager(925 639 4065) Costco, 1471 S Havana St.,Aurora,CO 80012 (2025) Costco,6400 W 92' Ave.,Westminster,CO 80031 (2025) Trader Joe's I Denver&Westminster: 2025 Demo and concrete construction work with BSM Construction at 2 Trader Joes locations in the metro area.Construction Manager: Maher Kyrillos(909 714 7818) Trader Joe's,750 N Colorado Blvd., Denver,CO 80206(2025) Trader Joe's,9350 Sheridan Blvd.,Westminster,CO 80031(2025) City of Greeley: Martin Marietta: Concrete demo and installation services for city-wide Keep Greeley Moving program. This included removing and replacing sidewalks,ADA ramps,cross pans and related work on municipal streets. City Engineer/Inspector:Jacob Felix(970 515 2862) City of Greeley 1000 10th Street Greeley,Colorado 80631 (2022) ti CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 concrete Till Corporate Information Summary Town of Castle Rock: Concrete demo and installation services for city-wide pedestrian paving program. This included removing and replacing sidewalks,ADA ramps,cross pans and related work on municipal streets. Matthew Seacat, Sr. Construction Manager(303 435 0306) Town of Castle Rock: 100 N Wilcox St.,Castle Rock,Colorado 80104(2025) City of Evans: Martin Marietta: Concrete demo and installation services for city-wide paving program. This included removing and replacing sidewalks,ADA ramps,cross pans and related work on municipal streets.Manager Abby Glaser(303 895 1731) City of Evans: 1100 37th Street Evans,Colorado 80620(2025) City of Sheridan: Excavation and installation services for a new paved alley way for new commercial businesses. Manager Randy Mourning, Engineer(303 437 0073) City of Sheridan: 1995 W Hamilton PI.,Sheridan,CO 80110(2024) SunCorp Refinery: NuStar Energy: Excavation and installation of large concrete bridge piers for Enerpipe operations in the SunCorp Refinery Complex. This included industrial hydrovac operations to remove soil to construct 12'deep caissons in high density pipeline areas across refinery property.Worked with construction project manager John Richardson (806 679 2545)on the excavation and concrete installation operations. NuStar Energy: 3601 E. 56'Ave.,Commerce City,CO(2021) Walmart: Electrify America: Excavation and installation of concrete pads for Tesla Charging Pads at Walmart stores located in Metro Denver. Worked in collaboration with Singletrack Electric to excavate trenching for large Xcel Energy transformers needed to power Tesla Charging Stations in Walmart parking lots. Project manager liaison Chris Bombard and Rob Layman(303 638 0457).Work included installation of concrete charging pads and bollards for new charging operations at: Aurora Walmart: 5650 S Chambers,Aurora,CO(2020) Highlands Ranch Walmart:6675 Business Center Dr., Highlands Ranch,CO(2020) Lafayette Walmart:745 US 287, Lafayette,CO(2020) City of Aurora Water Dept:Concrete repair and masonry repair work at the Aurora Municipal Complex. Project manager Zach Versluis(720 515 9224). Work included concrete grinding,curb repair,and masonry work in the gardens area of the municipal complex. City of Aurora: 15151 E.Alameda Pkwy.,Aurora,CO (2020) Summit County Schools:Acterra Group Inc: Hired by Acterra Group(fuel tanks)for excavation at School District Operations Center. Excavation and soil removal at Frisco,CO fuel operations center for Summit County Schools.Worked with project manager Greg Maez(303 728 4903)to coordinate operations, including trucking and disposal of soil in Summit County. Summit County School District: 150 School Rd, Frisco,CO (2020) 2 (� CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 cfncone ete Corporate Information Summary RESIDENTIAL PROJECTS: Croy Family Foundation Work: Collaborated with structural engineers to repair structural foundation issues on an aging porch structure.Worked with homeowner Amanda Croy(678 687 1362)on concrete repairs and the demo and replacement of joists and flooring to restore the structure. Croy Family Condo: 1648 Winona Ct., Denver,CO(MAR 2021) Basements&Beyond: Excavation,concrete and foundation work on several residential project with B&B CEO Wes Cooper(720 635-3629)921 Santa Fe Dr., Denver,CO 80204.Scope of work typically involved excavation,foundation work, removing and replacing basement concrete floors. Scott Stack, 2821 E Cedar Ave., Denver,CO 80209(Crawlspace recovery) (2025) Mosher Residence, 165 Gilpin St., Denver, CO 80128(Excavation,foundation,concrete)(2025) Born-Reingold Residence, 618 N Lafayette St., Denver,CO 80218(Concrete work)(2025) Bowen Basement Work:Worked with homeowner Rich Bowen (303 601 0275)on removing and replacing the basement concrete floor in an early 20th Century house. Bowen Residence: 1609 Cook St.,Denver,CO(2024) Persoff Historic Home: Worked with homeowner Mike Persoff(720 308 1247)on extensive foundation repairs of 19th Century two story home with a brick foundation.Work included excavation of crawl space,installation of concrete pads and steel monopoles under the structure.The installation of steel i- beams to support failing areas in the foundation and the construction of steel reinforced concrete 'sister'walls along the interior of the brick foundation. Persoff Residence:274 S. Lincoln St., Denver,CO(2021) CMH CORPORATE REFRENCES: FINANCIAL: BMO T 303 218 3076 Commercial Banker:Wendy Wolf 215 South Wadsworth Boulevard Lakewood,CO 80226 SUPPLIERS: SRM Concrete Inc. T 970 396 3402 Operations: Bernie Lucero 27490 Weld County Road 13 Johnstown,CO,80534 Weber Engineering T 303-501-2458 Structural Engineer: Matt Weber 515 Straight Creek Dr.,Ste. 303 Dillon,CO 80435 CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 n�ht co cle e Corporate Information Summary "L CMH SUBCONTRACTORS&VENDORS: White Cap T 661 586 5679 Service Rep:Travis Bowling 701 N.Osage St., Bldg 2, Unit 130 Denver,CO 80204-4207 (303)534-0661 J&J Asphalt&Trucking T 303 994 8235 Owner:Gorge Jaime Denver, CO LICENSES: CMH Concrete secures licenses in Metro Denver whenever a project is contracted. Because there are numerous building and zoning jurisdictions in the Metro area requiring annual renewal fees,we only pay and activate in those counties or municipalities when we have a signed contract for a project. We have completed work and projects in these Colorado building and zoning jurisdictions: COUNTIES: Denver City/County Jefferson County Arapahoe County Summit County Adams County Douglas County Weld County Clear Creek County CITIES: Denver Aurora Englewood Lakewood Parker Arvada Broomfield Lafayette Lone Tree Evans Sheridan Greeley Highlands Ranch Northglenn Wheat Ridge Commerce City Littleton Castle Pines Castle Rock Westminster Loveland Longmont Boulder Thornton Littleton Morrison Evergreen Centennial Frisco Idaho Springs CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 coneate l?til, Corporate Information Summary INSURANCE: We are fully insured and provide COI's on all major projects to cover all: . -- Comprehensive Public Liability,Workers Compensation&Employers Liability, and Automobile Liability: W-9 Request for Taxpayer Farm 4Diva torn to the f�'•Ilea2024) Identification Number and Certification requester.Do not lapertrient yTeam Go to ww ,e wipovlForm co W➢for Instructions de the latest Information. and to tho IRS. RemusStorm Begot*you beget For guiding*hated to the porpeee Of Farm W-9,Sea Rim min or r or",,billow. 1 Nese Of eelrywrdelait An erey is reamed(or sae a monster or dhrpann o misty,enter the OW?..rate on are 1,and ever the Werrns/dengeded enters mane en tie F) CMH Concrete Inc. 2 nastier nessaesesprod sally rannem an dewed Ran e ore. CMH Concrete Pumping Inc. Yu stCa•Ae anent.*ten forewent la orNannl;a the eraRyrMMale whose name is enured on Inn r.Creek i 4 Fr someone acres WON- air to oho'one alas teaming seven boar. coin entitle.,not h ex efOe 8 ❑memd.vs re prorrwor 0 C npo..rR ❑2 cePam aaf on 9 poahon 0 neral, Li tvsv. e roaucoere On p•g•3y j ❑LLC.Frro.r m.hr a�lYenean(C•e en orenon.s S.s mrpereaon.P..PrlrwanU) __ Eeemot payee cab a are Rp Molt Oka mauC be Wow wrd,Into enhysp•C•.eMvdte•ppranlor•old.IC.9,or P)forth.. rtto tag drMM1cetlon er mr rce is of R a e mnyrraq a tiny.A rlbmgadod timely snodd IrerW dorb ttr appopd.te t9rsnpt4n fr..,FarelWt ACtaarR T. a fwr b the hx xxrserrbbn a b env CArnpl.rxr Ad(FATC/U nParmg t ❑Orhe he.araurory code of al) a ten a,Saved iced lintrenha,or nuateeteta'nsb.eled l.W and snare!'P'raster aerebstlor, ptppass to accounts etteled ate ygu ail enstda 2 re horn tea ee auk et re ware M which p en e w1Yr tar eseershlp Invert,check I ___ tie rpypsd yaps.) tideox*byou haw any aean.y tor p owners.erbaoec wee.See atermam ❑I e Arena taeeer,Omsk are ea a ear no).Sea Yeetalur Replraes name end address loptlens0 8210 E 78th Ave e Coy.settee LP code Commerce City,CO 80022 7 Let coast nnneree fen(opeoret CMii Taxpayer identification Number(TIN), Enter your TN in the appropriate box.The TIN provided must match the name given on are 1 to avoid I Se .. alto re.ear -- backup withholding.For individuals,the is genemey your social secunty number(SSN).However,for e nesert alien,sobrop prietor,or disregarded entity,see the Instructions for Part I,later.For other - -ldentltree,R is your employer klemifllatioo number(Ea),If you do not have a number.see How to get a -- "- TIN.later. or I unptayer kle attolwn number I Note:It the tceount is In more than one name,see the Inst,octlon9 for hne I.See also What Name and Number To Owe the Requester for guidelines on whose number to enter. 4 6 1 4 9 6 8 9 1 Certification Under penalties of perjury,I certify that 1.The number shown on the form Ls my correct taxpayer Wentifination number(or I am waling fora number to be Issued to me);and 2,t ere riot.oC eCt to backup wrlhhddmg because(e)I en exempt from backup wahhokting,or(b)I have not been notified by the Intarnai Revenue Servos(IRS)that I am sub)ect to backup withholding as a result of.failure to report all interest or dividends.or(c)the IRS has notified me that I am no longer subpar to backup wdhholding;end 3.I ere a U.S.cozen or ocher U.S.person(defined below);and 4.The FATCA codes)entered on this torn(d any)Telcetap that I am exempt from FATCA reporting is Correct. cerdflaacon Imtrucaona You must cross out Item 2 above Mau have been notified by the IRS that you are Currently subject to backup wmhholding trvane you have fated to report an Interest end dividends on your to return.For eel estate irargecaona,Item 2 does not apply.For mortgage Miami pad, anquisihon or abandonment of secured property,cancellation of debt,contributions to an Individual retirement amapement)RA),and.generally,payments other than imereut and dividends,you are not recuked to sign the certification,but you must provide your correct TIN.Seethe instructions to Per II.one. Sign "�rr� d3e, a1/4 /geo7.....— Ora Di-30-(2-b,776 General Instructions New line 3b has been added to this forty Aflow-through entity is required to complete this line to Indicate that It hoe direct or indirect Section references are to the internal Revenue Code unless otherwise foreign partners,owners,or beneficiaries when It provkles the Form W-9 noted to another Row-through entity In which It has en ownership interest.This Future developments.For the latest Information about developments change is Intended to provide a flow-through entity with information related to Form W-9 end its lnetnuctiana.such as legeletbn enacted regarding the status of he Indirect foreign partners,owners,or alter the,were published,go to www.Ne.gov/FormW9, benetclanes,so that It can satisfy any apploebte reporting requirements.For example,a partnership that has any Indirect foreign What's New partners may be required to complete Schedules K-2 end K3.See the Una 3a has been modified to catty now a al Partnership Instructions for Schedules K-2 and K3(Form 1065). eregWsd entity completes this Ilne.An LI-C that Ise disregarded entity should check the Purpose of Form appropriate box for the tax classification of he owner.Otherwise,It should check the-LLC-box and enter ne appropriate tax classification. An Individual or entity(Form W-9 requester)who Is required to file en Information return with the IRS Is giving you the form because they Ca No r023tx fart,W-9 are.3-2024) 7L) CMH Concrete•Weld County Wash Bay Concrete Repairs•Bid Request#B2600009•February 16,2026 JE ='; COUNTY 5 Project Contacts Wash Bay Concrete Repairs Bid Request # B2600tti 0 Weld County Weld County Purchasing Office 1301 North 17'h Avenue, Greeley, CO 80631 ATTN: Carolyn Geisert, Buyer 970-400-4223 •cgeisertna weld.gov CMH Concrete Lee Schissler, Sr. Solutions Manager Sullivan Station* Lockbox 370106 • Denver, CO 80237 T 303 862 2280 • E Lee(@cmhconcrete.com cmhconcrete.com concrete ACOR�� ❑ATF,MM DD YYVY `� CERTIFICATE OF LIABILITY INSURANCE 03/11/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CO Insurance Services LLC CNAME• ONTACT MICHAEL HENDRICKSON 2045 Mulligan Drive vc No.Exth719-785-1330 FAX E-MAIL n insuraceservicesinc mail.com Colorado Springs CO 80920 ADDRESS.co @g INSURER(S)AFFORDING COVERAGE 1 NAIC A INSURER A:STATE NATIONAL INSURANCE COMPANYW2a31 INSURED CMH CONCRETE AND PUMPING INSURER B:PROGRESSIVE 10194 5210 E 78TH AVE INSURER C:CLEAR SPRINGS COMMERCE CITY CO 80022 INSURER D: INSURER E: __ _. • INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRI TYPE OF INSURANCE ADM-SUM POLICY EFF ' POLICY EXP ' LIMITS LIP WSD;WVo POLICY NUMBER IMM DF'DO,YYYYI IMM,DYYYY) • ✓ COMMERCIAL GENERAL LIABILITY i 1 I _EACH OCCURRENCE _ $1,000,000•00 CLAIMS-MADE ✓ I OCCUR I "DAMAGE rrS-- 100,000.00 I PREMISES(Ea axunenve) $ A I MED EXP(Any one person) S15,000.00 NXTLK9YTPX-OO.GL 02/04/2026 02/04/2027 PERSONAL s ADV INJURY 31,000,000.00 GEM_AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000.00 I POLICY Ti JECT LOC PRODUCTS-COMP/OP AGG $2,000,000.00 OTHER: AUTOMOBILE LIABILITY 1 COMBINED SINGLE LIMIT $1 r000 000.00 jEa acddsA , ANY AUTO BODILY INJURY(Per person) $ B AUTOS DONLY .SCHEDULEDAUTOS 990803358 12/2612025 12/20/2026 BODILY INJURY(Per aoddent) $ HIRED NON-OWNED PROPERTY DAMAGE a AUTOS ONLY AUTOS ONLY -(Per accidenD $ - I UMBRELLA LIAR of OCCUR EACH OCCURRENCE 81,000,000.00 A ✓ EXCESS LIAB CLAIMS-MADE NXTLK9YTPX-00-GL 02/04/2025 02/04/2027 AGGREGATE $ DED FIE ENTION$ $ C WORKERS COMPENSATION s/ AND EMPLOYERS'LIABILITYI OTH- STATUTE ER ANYPROPRIETOR/PARTNERIEXECUTIVE 0 NIA E.L EACH ACCIDENT =1,000,000.00 '(Mande(Mandatory in NERExctuDED9 CWC03260300 09104/2025 09/04/2026 $1,000,000.00 (Mandatory In NH) -L.DISEASE-EA EMPLOYEE II yes,describe under DESCRIPTION OF OPERATIONS below _._ E.L.DISEASE-POLICY LIMIT $1,000,000.00 i I DESCRIPTION OF OPERATIONS•LOCATIONS,VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) CONCRETE WORK Each policy of insurance shall contain an endorsement to the effect that the insurance carrier shall notify the Department at least ten(10) calendar days in advance of the effective date of any reduction or cancellation of the policy. Weld County is included as Additional Insured with respect to General Liability per written contract. CERTIFICATE HOLDER CANCELLATION WELD COUNTY COLORADO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ADMINISTRATRION THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1150 0 ST. ACCORDANCE WITH THE POLICY PROVISIONS. GREELEY,CO 80631 AUTHORIZED REPRESENTATIVE MICHAEL HENDRICKSON ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Produced using Forms Boss Web software.www.FermsBoss coin;y Impressive Publishing 800-208-1977 Contract Form Entity Information Entity Name* Entity ID* New Entity? Please use the job CMH CONCRETE INC SUP-51 882 aid linked here to add a Q supplier in Workday. Contract Name* Contract ID Parent Contract ID WASH BAY CONCRETE REPAIRS 10489 Requires Board Approval Contract Status Contract Lead* YES CTB REVIEW CNAIBAUER Department Project# Contract Lead Email cnaibauer@weld.gov Contract Description* PROVIDE LABOR AND MATERIALS TO REPAIR FLOOR DRAINS IN WASH BAY. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND Date* 03/19/2026 GROUNDS 03/23/2026 Amount* $93,600.00 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go NO Does Contract require Purchasing Dept. to be included?* Automatic Renewal Department Head Email YES Grant CM-BuildingGrounds- DeptHead@weld.gov Bid/RFP#* IGA B2600009 County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 09/01 /2026 Termination Notice Period Expiration Date* Committed Delivery Date 09/01 /2026 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 03/30/2026 Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHRIS D'OVIDIO BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 03/25/2026 03/30/2026 03/30/2026 Final Approval BOCC Approved Doc ID# AG 040126 BOCC Signed Date Originator BOCC Agenda Date CNAIBAUER 04/01 /2026 FACILITIES DEPARTMENT �1 /�/� ►.: - (970) 400-2020 1111 - 1105H St., P.O. Box 758 v .;. co T Greeley, CO 80632 To: Board of County Commissioners From: Patrick O'Neill Subject: Wash Bay Concrete Repairs — B2600009 As advertised, this bid is for Weld County's Wash Bay Concrete Repairs. The low bidder was Hexa Inc. for $67,858.63 and they have asked to rescind their bid due to missing costs which were not included in the bid. The second low bid was CMH Concrete in the amount of $93,600.00 and meets or exceeds specifications. Since the first low bidder did not meet bid specifications, Weld County Facilities is recommending awarding the second low bidder CMH Concrete in the amount of $93,600.00 If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Facilities Director 2026-0492 6/9 EGouzo 1,86! Weld County Finance Department W; Purchasing Division � ' bids@weld.gov V '! r 1 COUNTY 1301 North 17th Avenue Greeley, Colorado 80631 Bid Opening Tabulation Title: Wash Bay Concrete Repairs Bid Number: B2600009 Department: Facilities Bid Opening Date: February 17, 2026 Approval Date: March 9, 2026 Vendor(s) Name Total Amount Hexa Inc. 15725 S. Golden Rd. $67,858.63 Golden, CO 80401 CMH Concrete Sullivan Station, Drawer 370106 $93,600.00 Denver, CO 80237 Chato's Juarez Company LLC 2127 S Vallejo Street $102,075.00 Englewood, CO 80110 TrueGrade Concrete Solutions 6439 South Locust Way $116,999.79 Centennial, CO 80111 SCS, Inc. 7036 S. Dahlia Street $138,936.00 Centennial, CO 80122 The Facilities Department is reviewing the proposals. KR Construction Group inc. 1029 S Sierra Madres St, Suite A $161,612.00 Colorado Springs, CO 80903 J & F Concrete LLC 2073 Beech Avenue $174,485.00 Greeley, CO 80631 Mapp Construction LLC Dba Mappco Construction $224,831.00 3201 E. Mulberry Street, Unit S Fort Collins, CO 80524 G.L. Hoff Company Dba Hoff Construction $235,521.00 1815 West 12th Steet Loveland, CO 80537 Lightfield Enterprises Inc. 2600 Midpoint Drive $250,000.00 Fort Collins, CO 80525 Growling Bear Co Inc. 2330 4th Avenue $357,950.00 Greeley, CO 80631 DuanysFirst LLC 19003 E. 46th Avenue (Non-responsive) Denver, CO 80249 The Facilities Department is reviewing the proposals. Hello