Loading...
HomeMy WebLinkAbout20240613.tiffCon-I-vac+11)4EIOZ. WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & ENGINEERED PAVING dba: APR[CITY INC. RECYCLED ASPHALT SCREENING & CONCRETE CRUSHING CONTRACT THIS AGREEMENT is made and entered into this day of ; 2024, by and between the County of Weld, a body corporate and politic of the State of Cblorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Engineered Paving dba: Apricity Inc., a corporation whose address is 4802 Christensen Drive Littleton, CO. 80123, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Bid Package No. B2400029". The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Proposal (RFP). The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion and acknowledges,.,, that a failure to , comply with the standards and cc: ()_) CoMitri f ./M -AY" 20244 -C o) 3 requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $137,818.00, which is the bid set forth in Exhibit A. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury $5,000 Medical payment one person Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, 'in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds; For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Ron Graves. All notices or other communications (including annual maintenance 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 by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Engineered Paving (registered dba); Apricity Inc Attn.: Gary Beutler Address: 4802 Christensen Drive Littleton, CO. 80123 E-mail: gbeutler@engineeredpaving.com Phone:303-868-8131 County: Name: Ronald E. Graves Position: Weld County Road and Bridge Construction Supervisor Address:1111 H Street, Greeley, CO 80631 E-mail: rgraves@weldgov.com Phone: 970-400-3787 or 970-397-1714 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/ or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it; (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. 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. 30. 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 A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. i-W IN WITNESS WHEREOF, the parties hereto have signed this Agreement thisA.� day of , 2024. CONTRACTOR: Engineered Paving dba Agrscitni Inc. By: _ V 'U Name: Gar Beutler Title: Vice President WELD CO N Y: ATTEST: Weld C BY: Deputy CI'! tot Bo.>�i�' 1 Date 04.29.24 BOARD OF COUNTY COMMISSIONERS WELD COU Y CUCORADO" �-- 0 Kevin D. Ross, Chair MAY 1 5 2024 Exhibit A WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR PROJECT: RECYCLED ASPHALT Screening and Concrete Crushing (With Renewal Options for 2025/2026) February 2024 Weld County Public Works Division of Road and Bridge P.O. Box 758 1111 H Street Greeley, Colorado 80632 970-304-6496 REQUEST FOR BID WELD COUNTY, COLORADO 1301 N. 17T" AVENUE GREELEY, CO 80631 DATE: FEBRUARY 15, 2024 BID NUMBER: B2400029 DESCRIPTION: RECYCLED ASPHALT SCREENING & CONCRETE CRUSHING DEPARTMENT: PUBLIC WORKS BID OPENING DATE: MARCH 6, 2024 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, `Weld County"), wishes to purchase the following: RECYCLED ASPHALT SCREENING & CONCRETE CRUSHING Question submission deadline: FEBRUARY 27, 2024 by 8:00 AM. Email questions to: bids(a�weld.gov. Questions and Answers will be posted on https://www.bidnetdirect.com/ on or before by 1:00 PM. FEBRUARY 29, 2024 Bids will be received until: MARCH 6, 2024 at 11:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on MARCH 6, 2024 at 11:30 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. Phone number: 720-439-5261 Phone Conference ID: 322031483 PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. B2400029 Page 2 Bid Delivery to Weld County: A. Emailed bids are required. PREFERRED: email bids to bids(�weldgov.com; however, 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. B. 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. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by o ne of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent,' or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing o n behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone n ot otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for 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. B2400029 3 4. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If n ecessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will n ot be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder n or any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or u nderstanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim B2400029 4 or right of action whatsoever by any other person not included in -the contract It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only H Attorney's Fees/Legal Costs In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or, on behalf of the successful bidder I Disadvantaged Business Enterprises Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award J Procurement and Performance The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement K Term The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid L Termination County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice Furthermore, this Agreement may be terminated at -any time without notice upon a material breach of the terms of the Agreement M Extension or Modification Any amendments or modifications to this agreement shall be in writing signed by both parties No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder N Subcontractors The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld -in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an, objection, in its reasonable discretion, shall be assigned to the Project The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process The successful bidder shall be responsible fat. the acts and omissions of its agents, employees and subcontractors , O Warranty The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards ,governing such services and the provisions of this Agreement The successful bidder, further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry- standards, and that all services will conform to applicable specifications In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance B2400029 5 The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its o bligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid u ntil it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. B2400029 6 W Compensation Amount Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code X Taxes County will not withhold any taxes from -monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible'for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside -of normal business hours unless specifically authorized in writing by County 6 INSURANCE REQUIREMENTS General Requirements Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods orservices provided pursuant to tics request Successful bidders shall keep the required insurance coverage in force at all times during the,term of the Agreement, or any extension thereof, and during any warranty period The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A M Best Company as "A" VIII or better Each policy shall contain a valid -provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10);days prior If any policy is in excess of a deductible or self -insured 'retention, County must, 'be notified by Lthe Successful bidder Successful bidder shall be responsible for the payment of any deductible, or self -insured retention County reserves the right to require Successful biddertoprovide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement Any modification to these requirements must be made in writing by Weld County The successful bidder stipulates that it has met the`insurance requirements identified herein The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials` and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall,_ without additional 'compensation, promptly remedy and correct any errors, omissions, or other deficiencies INDEMNITY. The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from` and against injury, loss damage, liability, suits, actions, or claims of any type or character arising, out of the work done, in fulfillment of the terms 'of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances,' regulation, law or court decree The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement grits failure to, comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures, or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Workerr's Compensation Act, or other law, ordinance, order, or decree This B2400029 7` paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. B2400029 8 PROPOSAL SPECIFICATIONS The Colorado Department of Transportation, 2023 Standard Specifications for Road and Bridge Construction, are the guidelines for the construction standards of this project The following general conditions supplement the 2023 Standard Specifications for Road and Bridge Construction Purpose. This project in general consists of producing 22,000 tons of %" minus RAP millings and 3,000 tons of crushed concrete The contractor shall screen off approximately 34% of 1" to 3" clean concrete aggregate and stockpile separately When computing tonnage of crushed concrete, the %" minus shall be scaled on stacker accounting for 66% of total concrete crushed with 34% added for the 1" to 3" clean that is not scaled to make a total of 100% crushed concrete Weld County will furnish the location and materials to be crushed and/or screened The contractor will produce the RAP millings with a screen plant that will be fed by county crews and equipment GENERAL CONDITIONS AND SCOPE OF WORK 1 The County will furnish the material to be crushed, location, one (1) track excavator with operator and two (2) loaders with operators 2 Asphalt Millings The contractor will need to furnish a screen plant to screen asphalt millings producing %" material Contractor will also furnish one 70ft stacker with scale for tonnage and power to operate stacker 3 Concrete Material The contractor will need to furnish an impact crusher capable of crushing 3/" minus material and screening off 1" to 3" clean concrete cobble Contractor will also furnish one 70ft stacker with scale for tonnage and power to operate stacker 4 The full-time on -site support member is to operate and perform all maintenance on contractor owned equipment that will be used The on -site support member line item will not be used during the set up/tear down of equipment and/or when contractor owned equipment breaks down Contractor will supply fuel for contractor equipment and Weld County will supply fuel for Wed County equipment 5 Weld County will select the bidder based on the lowest cost to the County 6 Payment shall be made according to the bid prices per ton of material produced as determined by certified scale on the stacker or by UAS jpeg cubic yards @ 1 6 ton per cubic yard Contractor shall supply documentation of last certification of scale on stacker 7 The Contractor shall follow all OSHA AND MSHA regulations 8 Weld County Public Works personnel normally work 7 00am to 3 30pm, Monday through Friday Working after 3 30pm and Saturday/Sundays will need approval from Road and Bridge Construction Supervisor Ron Graves B2400029 9 Weld County Contacts: Questions related to the project and procedures should be directed to: Email questions to: bids(&,weldgov.com. Ron Graves — Road and Bridge Construction Supervisor Weld County Public Works (970) 400-3787 rgraves@weldgov.com BID SCHEDULE 2024 Duane Naibauer - Deputy Director Weld County Public Works (970) 400-3786 dnaibauer@weldgov.com Recycled Asphalt/Concrete Crushing Item Description Unit Est. Quantity Unit Price Contract Number Bid 1 (East Shed, Davis, Mobilization Mead Kersey Grader Grader Shed) Each 4 4130.00 16,520.00 Cost Asphalt per Ton Millings Screening2 Ton 22,000 2.06 45,320.00 3 Cost Normal per Bar Wear Chamber/Blow Ton Crushing (Concrete) & Ton 1 Min. 3,000 9.35 28,050.00 . 4 On -site Support Member Day 24 1,078.00 25,872.00 5 70 ft and stacker power with to operate scale Day 24 919.00 22,056.00 Total: 137,818.00 * The successful vendor is required to sign a separate contract (a sample contract is included as a separate attachment.) PROPOSAL SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your proposal on or before the proposal opening deadline of 11:00 AM on MARCH 6, 2024: 1) Pages 9 thru 11 of the Proposal Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. 4) All other items as requested in the Proposal Specifications. *A current W9 is required for new vendors. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your proposal may result in your proposal being incomplete and your proposal being rejected. If there are any exclusions or contingencies submitted with your proposal it may be disqualified. B2400029 10 The undersigned, by his or her signature, hereby acknowledges and represents that 1 The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No #B2400029 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 The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County 5 Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County The bid(s) may be awarded to more than one vendor FIRM Engineered Paving (registered dba), Apricity Inc BUSINESS ADDRESS 4802 Christensen Dr BY Gary Beutler (Please print) CITY, Littleton STATE, CO DATE March 6th 2024 ZIP CODE 80123 TELEPHONE NO 303-868-8131 FAX N/A TAX ID # 81-2143957 SIGNATURE 0-4,,,,,Olt E-MAIL gbeutler@engineeredpaving coin WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551.0000 YOU DO NOT NEED TO SEND BACK PAGES 1 - 9 ATTEST Weld County Clerk to the Board BY BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Kevin D Ross, Chair APPROVED AS TO SUBSTANCE. Elected Official or Department Head Controller 82400029 11 Exhibit B ADDENDUM#1 BID REQUEST NO. B2400029 RECYCLED ASPHALT SCREENING & CONCRETE CRUSHING QUESTIONS & ANSWERS - POSTED 2/27/2024 Answers in RED Questions: 1. What is the approximate quantity of each material to be processed at each of the four locations? 2. Cana map of the locations be provided? 3. The scope of work describes "screening" of the asphalt so will the contractor be responsible for "crushing" the larger asphalt pieces that are rejected from the screen? 4. Is there a target month this year that the county would prefer this work be executed? 5. Would there be the opportunity to adjust for inflation for 25/26? ANSWERS: 1. The bulk of asphalt to be processed in 2024 is at the East Davis location. Stockpile location may vary with annual construction schedules. 2. Yes. See Attached maps. 3. County crews will process large pieces of asphalt to a suitable size for screening. 4. Upon award of contract 2024. Typically screening is preferred in winter months (October through March) with colder temperatures. 5. TERMS AND CONDITIONS: This one-year contract is renewable for up to (2) additional years. Material cost adjustments will be considered at the end of each calendar year that this contract represents. Any price adjustments must be verified by justification of base bid cost increase of materials, labor or other associated items included in the original cost of the material supply. Cost increase must be consistent with regional trends. Weld County will use the ENR Cost Index. The base price per ton may increase from one year to the next by no more than the increase reflected in the Engineering News Record for the cost index for the Crushed Stone/Asphalt Course out of Denver as a measure of reasonableness for justified increase. Price adjustments will not be implemented without final approval from Weld County. Weld County reserves the right to cancel this contract and re -bid the Recycled Asphalt Crushing contract if, in the opinion of the Public Works Director, the cost increase is not justified or consistent with regional trends. ***We need signed cony submitted with your bid. Thank vou!*** Addendum received by: February 27, 2024 Engineered Paving FIRM 4802 Christensen Dr ADDRESS Littleton, CO 80123 CITY AND STATE Gary Beutler BY gbeutler@engineeredpaving.com EMAIL Form (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification P.Go to www...gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. M a S ei KS 4.'3 p « •' e e 'C — a U ru0 Al cil 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Apricity Inc.; Engineered Paving dba 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check following seven boxes. ❑ Individual/sole proprietor or ❑ C Corporation El S Corporation ❑ Partnership single -member LLC ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) Note: Check the appropriate box in the fine above for the tax cle cation of the single -member owner. LLC H the LLC is dassified as a single•member LLC that is disregarded from the owner unless the owner another LLC that is mat disregarded from the owner for US. federal tax purposes. Otherwise, asingle-member is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other (see instructions) ► only one of the ❑ TrusUestate ► 4 Exemptions certain entities, instructions Exempt payee Exemption code (if any) (Applies ro accounts (codes apply only to not individuals; see on page 3): code (if any) from EATCA reporting Do not check of the LLC is LLC That mairtlakreU vul utl9 fie U.5 J 5 Address (number, street, and apt. or suite nix) See instructions. 4802 Christensen Dr Requester's name and address (opt bnaij e City, state, and ZIP code Littleton, CO 80123 7 List account numbers) here (optional} Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid I Social security number backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. or Employer identification number 2 4 3 9 5 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting fora number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Hoe Signature of Here U.S. person ► '�/�)r�A General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date ► 02.20.24 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you area U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat, No. 10231X Form W-9 (Rev. 10-2018) ACORLP® CERTIFICATE OF LIABILITY INSURANCE DATE(2 4/29/2024 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 If SUBROGATION IS WAIVED, subject to the terms and conditions of the this certificate does not confer rights to the certificate holder in lieu of such policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. policy, certain policies may require an endorsement. A statement on endorsement(s). PRODUCER The Buckner Company of Colorado 6400 S. Fiddlers Green Circle, Suite 950 Greenwood Village CO 80111 INSURED ENGIPAV-01 Engineered Paving DBA: Apncity Inc. 4802 Christmsen Dr Littleton CO 80123 CONYACT It. Heather /M t PN , 10, .E=sl 303.756 9909 f wc,N of (303)756-8818 gHP-4w X �L ;, deader buckner.com INSURER(S1AFFORDING COVERAGE NAIC. INSURER Midwest Family Mutual Insurance Company ) 23574„_. INSURERS Plnnacol Assurance ( 41190 INSURER C Navigators Insurance Company 42307 INSURER D INSURERE._......,...,....e.._...._......w,e....,.,..___.,..-._.._.._._�,._..,,_e_,_...�__.--__.,�.....�..,..,........... INSURER F :.a.�.. COVERAGES CERTIFICATE NUMBER: 1491407473 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 JNDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE MIL SOBt1�..._..�_....._....._,u..._...-..........„.._.-,.-,u......,..... roan T m_.....,_.Q_.POLICV .POLICY SAP POLICY NUMBER (MMIDD/YYYYI IMMIDDIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY � ._ CLAIMS -MADE I -1 OCCUR GEN L AGGREGATE LIMIT APPLIES PER: 1RT 1 LOC POLICY J �EC OTHER: Y Y i y # CPOO0560122664 7/1 /2023 /112024 I EACH OCCURRENCE UNNTAUEITOR IJ'rri PREMISES (Ea occurrent, MED EXP (Airy one person) L PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG $ 1,000,000 $ 250.000 $ 5,000 $ 1.000.000 $ 2,000,000 $ 2,000,000 -, .._..., $ AUTOMOBILE LIABILITY ) ( CPOO0560122664 7/1/2023 7/1/2024 ?.....T $1000,000 _m... ANY AUTO IRTTEN$SSD'ONNLLYY OtUIEC'ShOLNNEEL; } ! ! ,_= BODILY INJURY (Per person) BODILY INJURY (Per accrdenl) I-W -fper,Ldantt,. ,_„�_ $ $PR-bPEfF1Y0AMA UMBRELLA LIAR _ OCCUR EXCESS LIAR CLAIMS -MADE( DED d 1 RETENTION $ {I EACH OCCURRENCE AGGREGATE $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y t N ANYPROPRIETIalaRTNER/EXECUT f OFFICER/MEMBEREXCLUDED7 (Mandatory In NH) I( yes, describe under DESCRIPTION OF OPERATIONS beta v ! 4219932 3 NIA € 10/1/2023 10/1/2024 X PER 0T STATUTE ,__�_ER ,m L. EACH ACCIDENT _ E L DISEASE - EA EMPLOYEEI E.L. DISEASE - POLICY LIMIT 1 $ 1,000,000 $ 1,000,000 $ 1,000,000 C Pollution SF23ECPU00749NC 8/24/2023 10/1/2024 PolicyMg en re $2,000,000 Eactt Inadenr $1,000,000 Deductible $25,000 ();-7-,7';`,7t4-, OF OPERATIONS I LOCATIONS I VEHICLES (ACORO 101, Additional Remarks Schedule, may ha aNached it more space is required) Ccate Holder is an Additional Insured oath Waiver of Subrogation for General Liability and Auto Liability, as required by written contract with Insured, each subject to the forms, terms and conditions of the policy- Waiver of Subrogation applies to the workers comp. Installation coverage $500,000 limit /$10,000 Deductible RE: Materials Processing Bid #02400029 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. County of Weld 1150 "O" Street Greeley CO 80631 AUTHORIZEDREPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD PINN4ICOL ASSURANCE Apricity Inc dba Engineered Paving 4802 Christensen Dr Littleton, CO 80123-6584 ENDORSEMENT: Blanket Waiver of Subrogation 7501 E. Lowry Blvd. Denver, CO 80230-7006 303.361.4000 / 800.873.7242 Pinnacol.com NCCI #: WC000313B Policy #: 4219932 The Buckner Company of Colorado 6400 South Fiddler's Green Circle #950 Greenwood Village, CO 80111 (303) 756-9909 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE To any person or organization when agreed to under a written contract or agreement, as defined above and with the insured, which is in effect and executed prior to any loss. Effective Date:October 1, 2022 Expires on: October 1, 2023 Pinnacol Assurance has issued this endorsement September 26, 2022 7501 E. Lowry Blvd Denver, CO 80230-7006 Page 1 of 1 P HURDT - Underwriter 09/26/2022 12:01:02 4219932 80435129 359-B CP1O0560122664 Forms and Endorsements applying to this Coverage Partand made partof this policy at time of issue: FORMS APPLICABLE TO ALL PREMISES AND COVERAGES Form 000 -ART 07-15 Artisan Contractor Forms 00005 05 01-15 Disclosure Pursuant to Terrorism Risk Ins Act BOP P 02 01-21 Policyholder Notice BP0417 01-10 Employment -Related Practices Exclusion BP0418 06-89 Amendment -Liquor Liability Exclusion Exclusion - Silica or Silica- BP0517 01-06 Related Dust BP1408 01-10 Excl - Exterior Insulation and Finish Systems BP 00 03 01-10 Businessowners Coverage Form BP 01 81 11-13 Colorado Changes BP 05 01 07-02 Calculation of Premium Cap Losses from Certified Acts BP 05 23 01-15 of Terrorism BP 05 77 01-06 Fungi or Bacteria Exclusion (Liability) BP 14 86 07-13 Communicable Disease Exclusion BP 15 04 05-14 Excl - Access/Disclosure of Confidential Info BP0526M 01-16 Excl of Certified Acts of Terrorism Inv N/B/C IL 01 25 11-13 Colorado Changes - Civil Union MFM 001 01-21 Policyholder Notice Midwest Family Mutual Service RPM 001O 03-20 Fee Schedule MFMAC003 01-16 Excl - Residential Tract or Multi -Family Home MFMAC017 03-16 Limited Exclusion - Wrap -Up Insurance Program MFMBP037 07-19 Medical Expense at Your Request End MFMBP-02 09-15 Asbestos Exclusion PRIV NTC 03-18 Privacy Policy Notice ART -0007 01-16 Work Performed Exclusion BP0704 01-06 Business Liab Covg - PD Deductible (Per 0cc) BP 07 02 07-02 Amendment - Agg Limits of Ins (Per Project) IH 68 04 05-17 Boom Limitation MFM CL00 10-19 Cyber Liability - MFM NetGuard Plus Contractors Tools and Equipment Coverage Ultimate Liability Advantage Endorsement Commercial (BOP/Garage) Identity Recovery Cov MFMAC016 01-16 MFMBP036 09-18 IR 08 84 03-18 L0C 1 $500 Premium $500.00 100,000 $112.00 25,000 $27.00 Date 6/1/2021 Page 3 AC BUSINESSOWNERS MFMBP036 09-18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ULTIMATE LIABILITY ADVANTAGE ENDORSEMENT This endorsement modifies insurance provided under the BUSINESSOWNERS COVERAGE FORM and provides the following coverages: Coverage Bail Bonds Loss of Earnings Automatic Liability Coverage — Newly Acquired or Constructed Property Damage to Property- Borrowed Equipment $5,000 Blanket Additional Insured — Primary & Non Contributory —Ongoing and Completed Operations Damage to Premises Rented to You Contractual Liability — Railroad Blanket Waiver of Subrogation Limits $5,000 $1,000 120 Days — Period of Coverage Included if required by Written Contract or Written Agreement $ 300,000 Included in General Liability Limit Included if required by Written Agreement MFMBP036 09-18 Page 1 of 4 BUSINESSOWNERS MFMBP036 09-18 The provisions of the Businessowners Coverage Form apply except as otherwise provided in this endorsement. The following changes are made to the Businessowners Coverage Form: Bail Bonds, Loss of Earnings and Automatic Liability Coverage — Newly Acquired or Constructed Property SECTION II — LIABILITY — A. Coverages —1. Business Liability f. Coverage Extension — Supplementary Payments — The following is changed: (b) Up to $5,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which Business Liability Coverage for 'bodily injury" applies. We do not have to furnish these bonds. And; (d) All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $1,000 a day because of time off from work. The following Coverage Extension is added: (3) For any newly acquired or constructed property that is intended for the similar use and operation as described in the Declarations we will extend Liability coverage. That coverage will end when any of the following first occurs: (a) This policy expires; or (b) 120 days expire after you acquire the property or begin construction of that part of the building that would qualify as covered property. We will charge you additional premium for the liability from the date you acquire the property or begin construction of that part of the building that would qualify as covered property. Damage to Property — Borrowed Equipment The following change is made to B. Exclusions — 1. Applicable To Business Liability Coverage k. Damage To Property —the following is added to (4) This exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and while not being used to perform operations. The most we will pay for "property damage" to any one piece of borrowed equipment under this coverage is $5,000 per occurrence. Blanket Additional Insured — Primary and Non Contributory — Ongoing and Completed Operations The following is added to C. Who Is An Insured 3. The following are also an insured. A. Insured is amended to include as an insured any person or organization who you are required to add as an additional insured on this policy under a written contract or a written agreement, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: 1 Your acts or omissions; 2 The acts or omissions of those acting on your behalf, and resulting from; MFMBP036 09-18 Page 2 of 4 BUSINESSOWNERS MFMBP036 09-18 (a) Your ongoing operations performed for the additional insured; (b) Your work completed as included in the "products completed operations hazard" performed for the additional insured. B. However, regarding provision A. above: 1. We will not extend insurance coverage to any additional insured or organization: (a) That is not provided to you in this policy; or (b) That is any broader coverage than you are required to provide to the additional insured person or organization in the written contract or written agreement. C. The insurance provided to the additional insured person or organization does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of your rendering of, or the failure to render, any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change of orders or drawings and specifications; and 2. Supervisory inspection, architectural or engineering activities. D. For the coverage here: 1. The insurance is primary with respects to our coverage for the additional insured person or organization where the written contract or written agreement requires this insurance be primary and non-contributory. In that event, we will not seek contribution from any other insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured. 2. This insurance is excess over any other insurance, whether primary, excess, contingent or any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same occurrence, claim or suit. This provision does not apply to any policy which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. Damage to Premises Rented To You The following change is made to D. Liability And Medical Expenses Limits Of Insurance — paragraph 3. Is deleted and replaced with the following: 3. The most we will pay under Business Liability Coverage for damages because of "property damage" to a premises while rented to you or in the case of fire while rented to you or temporarily occupied by you with permission of the owner is $300,000. This limit replaces the limit shown in the Declarations for Damage to Premises Rented to You. Contractual Liability — Railroad The following change is made to F. Liability And Medical Expenses Definitions — 9. "Insured contract" is changed to include contractual liability — railroads. The definition of "insured contract" is replaced with the following: 9. "Insured contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owners is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; MFMBP036 09-18 Page 3 of 4 BUSINESSOWNERS MFMBP036 09-18 d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnified an architect, engineer or surveyor for injury or damage arising out of: a. Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in Paragraph (1) above and supervisory, inspection, architectural or engineering activities. Blanket Waiver of Subrogation SECTION III — COMMON POLICY CONDITIONS (APPLICABLE TO SECTION I — PROPERTY AND SECTION II — LIABILITY) The following change is made to K. Transfer Of Rights Of recovery Against Others To Us — paragraph 2. Is deleted and replaced with the following: 2. Applicable to Businessowners Liability Coverage: If the insured has rights to recover all or part of any payment we have made under this policy, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. This condition does not apply to Medical Expenses Coverage. We waive any Right of Recovery we may have against any additional insured as required in a written agreement because of payments we make for injury or damage arising out of your ongoing operations or your work done under contract with that person or organization. MFMBP036 09-18 Page 4 of 4 BUSINESSOWNERS BP 07 02 07 02 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT - AGGREGATE LIMITS OF INSURANCE (PER PROJECT) This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM Section II — Liability is amended as follows: Under Paragraph D.4.b Liability And Medical Ex- penses Limits Of Insurance, the aggregate limit for all "bodily injury" and "property damage" other than "bodily injury" or "property damage" included in the "products -completed operations hazard" applies sepa- rately to each of your projects away from premises owned by or rented to you. A separate aggregate will apply for projects at premises owned by or rented to you. BP 07 02 07 02 © ISO Properties, Inc., 2001 Page 1 of 1 O ntr ct Entity Information Entity Name" ENGINEERED PAVING Entity ID* @00043731 Contract Name* RECYCLED ASPHALT SCREENING & CONCRETE CRUSHING Contract Status CTB REVIEW Q New Entity? Contract ID 8102 Contract Lead RGRAVES Contract Lead Email rgraves@weldgov.com Parent Contract ID Requires Board Approval YES Department Project # Contract Description* THIS PROJECT CONSISTS OF PRODUCING UP TO 22,000 TONS OF 3/4" MINUS RAP MILLINGS AND UP TO 3000 TONS OF CRUSHED CONCRETE. Contract Description 2 Contract Type* AGREEMENT Amount" $137,818.00 Renewable* YES Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.co Department Head Email CM-PublicWorks- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM Requested BOCC Agenda Due Date Date* 05/02/2024 05/06/2024 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter 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 Termination Notice Period Contact Information Contact Info Review Date" 01/06/2025 Renewal Date 05/15/2025 Committed Delivery Date Expiration Date Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head DUANE NAIBAUER DH Approved Date 05/07/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 05/15/2024 Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 05/08/2024 05/13/2024 Tyler Ref # AG 051524 Originator RGRAVES MEMORANDUM TO: Board of Commissioners DATE: March 14, 2024 FROM: Curtis Hall, Director of Public Works SUBJECT: 2024 Recycled Asphalt Screening & Concrete Crushing Bid, 82400029 The Public Works Department recommends the bid for Recycled Asphalt Screening and Concrete Crushing be awarded to the sole bidder, Engineered Paving dba Apricity Inc at a cost of $137,818.00. There is $150,000 budgeted for this purchase. If you have any questions, please call me at extension 3721. M:mona:wordfiles/bids/mrecycledasphaltcrushing24.docx 3/Z5 Zo24- X13 EG-160.2 DATE OF BID: MARCH 6, 2024 REQUEST FOR: RECYCLED ASPHALT SCREENING & CONCRETE CRUSHING DEPARTMENT: PUBLIC WORKS BID NO: #B2400029 PRESENT DATE: MARCH 11, 2024 APPROVAL DATE: MARCH 25, 2024 VENDOR ENGINEERED PAVING dba: APRICITY INC 4802 CHRISTENSEN DR LITTLETON CO 80123 Consists of:* Mobilization — (East Davis, Kersey Grader shed, Mead Grader shed -Qty 4 Cost per Ton Screening Asphalt Millings (22,000 tong Cost per Ton Crushing & Normal Chamber/blow bar wear(concrete) min. 3,000 On -Site Support Member(24 day) 70 Ft. Stacker with scale and power to operate(24 day) PUBLIC WORKS IS REVIEWING THE BIDS. WELD COUNTY PURCHASING 1301 N. 17TH Avenue, Greeley, CO 80631 E-mail: reverett(Sweldgov.com E-mail: cgeisert(a weldgov.com E-mail: ttavlor(a�weldgov.com Phone: 970 400 4222, 4223 or 4454 TOTAL (consist of)* $137,818.00 2024-0613 3/I 1 Hello