Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20230505.tiff
Conkvact ICI+ 9oa BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Weld County 2025 Material Hauling Contract Renewal DEPARTMENT: Public Works PERSON REQUESTING: Nate Gibson, Trucking and Mining Supervisor DATE: 1/7/2025 Brief description of the problem/issue: Weld County's current Material Hauling Contract was awarded March 13, 2023. The Board has the option of renewing the agreement from February 3, 2025 to December 31, 2025 as allowed in the contract. So Low Transport has the contract for Weld County. This will be the second extension/renewal on a three-year contract with two renewal options, document No. 2023-0505. The contract allows for a yearly bid adjustment based on the current CPI, which is a 1.4% increase from 2024 to 2025. So Low Transport requests are within the amount allowed for the yearly bid adjustment per the contract. So Low Transport. will supply the hauling needs for Weld County at the hourly rate as shown on the 2025 bid schedule not to exceed $2,479,000.00. Weld County Public Works Department has been satisfied with So Low Transport. What options exist for the Board? Consequences: If the board approves the renewal the trucking division will be able to utilize the contract hauling budget with no delays Impacts: If the board denies the renewal Public Works will need to re -bid the contract which could negatively impact gravel road maintenance. Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): The budgeted amount for 2025 contract year is $2,479,000.00. Recommendation: Staffrecommends approving contract renewal to be placed on the BOCC agenda. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck Scott K. James Jason S. Maxey Lynette Peppier Kevin D. Ross C,oncn-f Actnd-a- (/a/25 -yam/ eit cc: OnbneTO) PY/ciM9 zo23-0505 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND SO LOW TRANSPORT This Agreement Extension/Renewal ("Renewal"), made and entered into 22,"d day of 30,-1l . , 2025. by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and So Low Transport, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2023-0505, approved on March 13, 2023. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement was extended for the first one-year period on February 1r 2024, under Contract ID 7821 and ended on December 31. 2024 ("First Renewal"), • The parties agree to extend the Original Agreement for an additional one-year period, which will begin February 3rd.. 2025, and will end on December 31"' 2025 ("Second Renewal") The Second Renewal, together with the Original Agreement and the First Renewal constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. Exhibit A has been updated to reflect current rate change. • ' All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written, with acknowledgement of nunc pro tunc December 31, 2024. CONTRACTOR: Printed Name Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Perry L. B cWChair JAN 2 2 2025 ATTEST: d�'1V Clerk to the Board By. Deputy Clerk to the Boa 2023 -0505 ACORd CERTIFICATE OF LIABILITY INSURANCE DATE (M►VDIYYYY) 1 /13/2025 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 POUCIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: H the certificate holder is so ADDITIONAL INSURED, the policy(lee) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, aubJect 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 rT jE Pinnacol Assurance Ertl: stn 7501 E. Lowry Blvd Denver, CO 80230 ma.; support ADDRESS: PP GPinnacol.com _..—_--------_osueER4eiAFFOROINGCOVERAGE INSURER A : Pin nacol Assurance NAILA --- 41190 --___ INSURED So Low Transport Inc INSURER B__ 19607 CR 50.5 La Salle, Colorado 80645 INSURER C : INBURERo : 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. TYPE OF INSURANCE -AWorilL yryD POLICY NUMBER frA� p yY t AMEX LIMITS �_._ _ _ GENt ____IP.-1- COMMERCIAL GENERAL UABIUTY ...i CLAIMS -MADE I b OCCUR �_ AGGREGATE LIMIT APPLIES PER, i JEC CI LOG OTHER: {� I EACH OCCURRENCE $ MAGE TO ?RDA M 4 RENTED Q2�h8!M'ec.). MEDEXPLA,one_„Qerson) PERSONAL 8 ADV INJURY S $ $ $ $ GENERAL AGGREGATE PRODUCTS -COMP/OP AGO AUTOMOBLEUABIUTY _, ANY AUTO NOT AUTOEDS ONLY HIRED At1TO9 ONLY �....� SCHEDULED _ AUTOS NON-Osoco ,_._ AUTOS ONLY � EOMetNED SINGLE LIMIT BODILY INJURY (Per Person) $ $ $ BODILY INJURY (Per accident) PROPERTY DAMAGE „( - UMBRELLA UAB j OCCUR EXCESS LLU_ -M B c,,,,, ADE DEDI i..RETENTION$ j EACH OCCURRENCE AGGREGATE -- ._.l $ $ _$ -.... WORKERS COMPENSATION L AND EMPLOYERS' MW,/ Y / N ANYPROPRtETOR/PA EDREF cuTNE A OFFICERJMEMBERF�(CLU�D7 � (Media,InNH) Ir yyn IPTI ba under OESGrRIPTIQN OF OPERATIONS haloes N/A N l 4242522 I 03/03/2024 ': 051192025 ._.X.1.3 ATUTE 1... I€€n E.L. EACH ACCIDENT $ 100.000 E.L. DISEASE _EAEMPLOYEE E.L. DISEASE - POLICY LIMIT S 100,000 $ 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remark, Schaduh, may be attached 11 more space le required) Unless otherwise stated in the policy provisions, coverage in Colorado only Excluded from coverage: Rose Mary Torres; Mark Aragon; CERTIFICATE HOLDER CANCELLATION Weld County 1111 H Street SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Greeley, CO 80631 ACCORDANCE WITH THE POLICY PROVISIONS_ AUTHORIZED REPRESENTATIVE Pinnacol Assurance ACORD 25 (2015/03) s r ® 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AC RO a" CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY)01/0.025 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 poilcy(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 Progressive Insurance PO Box 94739, Cleveland, OH 44101 CONTACT NAME: (ogressive Commercial Lines CUstOmer and Agent Servicing PHONE `FAX rrFa No. Ext1:1-80O444-4487 1 IT/t. Nol: ADDRESS: pro9resslvecrommercial@email.progressive.com INSURERS) AFFORDING COVERAGE NAIL N INSURER A : Artisan and Truckers Casualty Company 10194 INSURED So Low Transport, INC Mark A Aragon 19607 County Road 50.5 Lasalle, CO 80645 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 631569333063077882D010925T220821 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. INSR LTR TYPE OF INSURANCE p Syyyp POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR Y N 972655177 C8/29f2024 08/29/2025 EACH OCCURRENCE Si,...) PREMM SES (EaEoNogence{ $100,000 MED EXP (Any one person) $5000 PERSONAL 8 ADV INJURY $1,0,000 GENERAL AGGREGATE $P.0.000 OUT AGGREGATE LIMIT APPLIES PER: X POLICY O'T � LOC JEC OTHER: PRODUCTS -COMP/OP AGG $2A00-. S A AUTOMOBILE LIABILITY ANYAUTOTOM"' _ AUTEOSDONLY - AUTOS ONLY g @ X ANpNOp�ULED `;?,s-tS ONLDY Y N 972655177 0W2912024 08/29!2025 COM81NE0 SINGLE LIMIT a ncddmH) $ 1,000,000 BODILY INJURY (Per person) $ INJUQRy {Par accidanQ I pBRODILY (Par Paoc7danl) A(AGE $ $ _ UMBRELLA LIAR OCCUR EXCESS LIAR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED 1 'RETENTION$ WORKERS COMPENSATION EMPLOYERS' LIABILITY YIN ANYPROPRIETOR/PARTNEIEXECUTIVE OFFCER/MEMB EREXCLUDED7 (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A N p - I MUTE] I BP E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ A See ACORD 101 for additional coverage details Y N 972655177 08/29/2024 08/29/2025 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES ACORD 101, Additional Remarks Schedule, may be attached f more space Is required) CERTIFICATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE WELD COUNTY CO THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ITS ELECTED OFFICIALS AND EMPLOYEES 1150 O Street ACCORDANCE WITH THE POLICY PROVISIONS. Greeley, CO 80631 AUTHORIZED REPRESENTATIVE ��!!``'' CANCELLATION irATION ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC #: ACOR ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Progressive Insurance NAMED INSURED So Low Transport, INC Mark A Aragon 19607 County ROad 50.5 Lasalle, CO 60645 POLICY NUMBER 972655177 CARRIER NAIL CODE Artisan and Truckers Casualty Company 10194 EFFECTIVE DATE: 08/29/2024 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability insurance Additional Coverages Insurance coverage(s) Limits $100,000w/$1,000 Ded $1,000,000 Combined Single Limit Motor Truck Cargo Uninsured/Underinsured Motorist Liability coverage may not apply to all scheduled vehicles. Additional Information Certificate holder is listed as an Additional Insured. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD i -1 Houstan Aragon From: Sent: To: Cc: Subject: Follow Up Flag: Flag Status: Karin McDougal Friday, January 10, 2025 1:51 PM Houstan Aragon Byron Howell FW: So Low Transport renewal/extension Follow up Flagged Houston, Per our quick conversation. Karin McDougal Deputy County Attorney Weld County Attorney's Office 1150 "0" Street Greeley, CO 80631 970-400-4396 STATEMENT OF CONFIDENTIALITY & DISCLAIMER: The information contained in this email message is attorney privileged and confidential, intended only for the use of the individual or entity named above. If the reader of this message is not the intended recipient, you are hereby notified that any dissemination, distribution or copy of this email is strictly prohibited. If you have received this email in error, please notify us immediately by replying and delete the message. Thank you. From: Curtis Hall <chall@weld.gov> Sent: Friday, January 10, 2025 1:47 PM To: Karin McDougal <kmcdougal@weld.gov>; Byron Howell <bhowell@weld.gov>; Nate Gibson <ngibson@weld.gov>; Don Dunker <ddunker@weld.gov>; Toby Taylor <ttaylor@weld.gov> Subject: RE: So Low Transport renewal/extension Thank you for your help with this. Curtis Hall Director Public Works 1111 "H" street Greeley CO 80632 970-400-3721 Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Karin McDougal <kmcdougal@weld.gov> Sent: Friday, January 10, 2025 1:27 PM To: Byron Howell <bhowell@weld.gov>; Nate Gibson <ngibson@weld.gov>; Curtis Hall <chall@weld.gov>; Don Dunker <ddunker@weld.gov>; Toby Taylor <ttaylor@weld.gov> Subject: RE: So Low Transport renewal/extension The clerks can help with indicating the nunc pro tunc on the document after the Board approves it. Karin McDougal Deputy County Attorney Weld County Attorney's Office 1150 "0" Street Greeley, CO 80631 970-400-4396 STATEMENT OF CONFIDENTIALITY & DISCLAIMER: The information contained in this email message is attorney privileged and confidential, intended only for the use of the individual or entity named above. If the reader of this message is not the intended recipient, you are hereby notified that any dissemination, distribution or copy of this email is strictly prohibited. If you have received this email in error, please notify us immediately by replying and delete the message. Thank you. From: Byron Howell <bhowell@weld.gov> Sent: Friday, January 10, 2025 11:56 AM To: Nate Gibson <ngibson@weld.gov>; Curtis Hall <chall@weld.gov>; Don Dunker <ddunker@weld.gov>; Toby Taylor <ttaylor@weld.gov> Cc: Karin McDougal <kmcdougal@weld.gov> Subject: So Low Transport renewal/extension Nate, Our office is okay with renewal/extension this time for various important reasons. You can Nunc pro Tunc the date back to Dec 315t. Toby is also in accord. Byron L. Howell Assistant Weld County Attorney Weld County Attorney's Office 1150 O Street Greeley, Colorado 80632 970-400-4394 STATEMENT OF CONFIDENTIALITY & DISCLAIMER: The information contained in this email message is attorney privileged and confidential, intended only for the use of the individual or entity named above. If the reader of this message is not the intended recipient, you are hereby notified that any dissemination, distribution or copy of this email is strictly prohibited. If you have received this email in error, please notify us immediately by replying and delete the message. Thank you. 2 Contract Form Entity Information Entity Name* Entity ID* SO LOW TRANSPORT INC @00046782 Contract Name* MATERIAL HAULING CONTRACT Contract Status CTB REVIEW Contract ID 9028 Contract Lead * NGIBSON Q New Entity? Parent Contract ID 6728 Requires Board Approval YES Contract Lead Email Department Project # ngibson@weld.gov Contract Description * MATERIAL HAULING CONTRACT FOR BELLY DUMPS AND TANDEM TRUCKS Contract Description 2 Contract Type* RENEWAL Amount* $2,479,000.00 Renewable* NO Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks@weld.gov Department Head Email CM-PublicWorks- DeptHead@weld.gov 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 Requested BOCC Agenda Due Date Date* 01 /23/2025 01/27/2025 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2300075 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 Review Date* 11/24/2025 Committed Delivery Date Renewal Date Expiration Date* 01/26/2026 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 01/16/2025 Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CONSENT CONSENT DH Approved Date Finance Approved Date Legal Counsel Approved Date 01/16/2025 01/16/2025 01/16/2025 Final Approval BOCC Approved Tyler Ref # AG 012225 BOCC Signed Date Originator NGIBSON BOCC Agenda Date 01/22/2025 0or va&k ID* 509 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Additional Funding for Material Hauling Contract DEPARTMENT: Public Works Trucking Division PERSON REQUESTING: Nate Gibson Trucking / Mining Supervisor DATE: 7/2/2024 Brief description of the problem/issue: The trucking division is asking for a change order to the material hauling contract to continue running contract trucks through December 2024. The contractor for the project is So Low Transportation. So Low has performed to contract specifications throughout the contract term. What options exist for the Board? Consequences: If the board approves the change order Public Works will be able to continue to utilize contract trucking resources to maintain construction schedules and haul needed material to the gravel roads. Impacts: If the board denies the change order trucking resources will be extremely limited and it will negatively affect maintenance and construction projects. At the current rate of production, the budget will be exhausted in approximately 6 weeks. Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): The requested change order amount is S847,475.11.00. PW has had conversations with Finance about this request and there are budget dollars for this request. Recommendation: Staff recommends the change order be placed on the BOCC agenda for consideration. Perry L. Buck, Pro -Tern Mike Freeman Scott K. James Kevin D. Ross, Chair Lori Seine 1/ZZ Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: ee:,61,8,,Wyog)) 7�a,,z/a 2oz3-b5o5 EGUUBt Change Order # 02 to Service Agreement Between Weld County and So Low Transport INC Date: 7/16/2024 Original Agreement: 2023-0505 County Department: Public Works The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. The amount of the contract is adjusted as follows: $1,667,500.00 Original Contract Amount $0.00 Previously Approved Change order(s) Amount $847,475.11 Current Change Order Amount $2,514,975.11 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: ✓4 t' Date 7-/6--.)? Name: Mark Aragon Title: President ATTEST: �-� Weld • my Clerk to the : oard BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY. COLORADO 0 Deputy CIo e in D. Ross, Chair Page 1 of 1 JUL 2 2 2024 Invoice # Invoice Date Tandem Belly Total 17 24 -Jun $ 21,627.67 $ 70,714.11 $ 92,341.78 16 17 -Jun $ 21,982.95 $ 67,180.96 $ 89,163.91 15 10 -Jun $ 25,757.80 $ 59,397.80 $ 85,155.60 14 4 -Jun $ 23,626.12 $ 57,349.60 $ 80,975.72 13 28 -May $ 6,217.40 $ 48,132.70 $ 54,350.10 12 20 -May $ 21,316.80 $ 37,174.83 $ 58,491.63 11 14 -May $ 16,920.21 $ 43,012.20 $ 59,932.41 10 6 -May $ 15,632.32 $ 45,674.86 $ 61,307.18 9 30 -Apr $ 12,123.93 $ 44,036.30 $ 56,160.23 8 23 -Apr $ 11,901.88 $ 42,807.38 $ 54,709.26 7 15 -Apr $ 6,217.40 $ 47,108.60 $ 53,326.00 6 8 -Apr $ 18,296.92 $ 46,698.96 $ 64,995.88 5 2 -Apr $ 7,638.52 $ 33,795.30 $ 41,433.82 4 27 -Mar $ 7,816.16 $ 45,879.68 $ 53,695.84 3 18 -Mar $ 2,842.24 $ 21,301.28 $ 24,143.52 2 12 -Mar $ 5,240.38 $ 30,108.54 $ 35,348.92 1 26 -Feb $ 52,433.92 $ 52,433.92 Totals : 225158.7 792807.02 $ 1,017,965.72 Original Budget $ 1,667,499.02 Weekly AVG Cost 20 Week Additional Cost Remaining Budget Ask $ 59,880.34 $ 1,497,008.41 $ 649,533.30 $ 847,475.11 ►ntract Entity Information Entity Name * SO LOW TRANSPORT INC Entity ID* @00046782 Contract Name* Contract ID MATERIAL HAULING CONTRACT CHANGE ORDER 8509 Contract Status CTB REVIEW Contract Description * CHANGE ORDER TO INCREASE BUDGET BY 847,475.11 Contract Description 2 Contract Type" CHANGE ORDER Amount* $847,475.11 Renewable * NO Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.co Department Head Email CM-PublicWorks- DeptHead@weldgov.com County Attorney ADRIA SCHIEL County Attorney Email ASCHIEL@WELD.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Contract Lead NGIBSON Q New Entity? Parent Contract ID 6728 Requires Board Approval YES Contract Lead Email Department Project # ngibson@weld.gov Requested BOCC Agenda Due Date Date* 07/27/2024 07/31/2024 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? 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 Review Date * 07/03/2025 Committed Delivery Date Renewal Date Expiration Date* 12/31/2024 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 07/17/2024 07/18/2024 07/18/2024 Final Approval BOCC Approved Tyler Ref # AG 072224 BOCC Signed Date Originator NGIBSON BOCC Agenda Date 07/22/2024 C ontkac.+ BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Weld County 2024 Material Hauling Contract Renewal DEPARTMENT: Public Works DATE: 1/29/2024 PERSON REQUESTING: Nate Gibson, Trucking and Mining Supervisor Brief description of the problem/issue: Weld County's current Material Hauling Contract was awarded March 13, 2023. The Board has the option of renewing the agreement from February 12, 2024 to December 31, 2024 as allowed in the contract. So Low Transport has the contract for Weld County. This will be the First extension/renewal on a three-year contract with two renewal options, document No. 2023-0505. The contract allows for a yearly bid adjustment based on the current CPI, which is a 4.5% increase from 2023 to 2024. So Low Transport requests are within the amount allowed for the yearly bid adjustment per the contract. So Low Transport. will supply the hauling needs for Weld County at the hourly rate as shown on the 2024 bid schedule not to exceed $1,667,500.00. Weld County Public Works Department has been satisfied with So Low Transport. What options exist for the Board? Consequences: If the board approves the renewal the trucking division will be able to utilize the contract hauling budget with no delays Impacts: If the board denies the renewal Public Works will need to re -bid the contract which could negatively impact gravel road maintenance. Costs (Current Fiscal Year 1 Ongoing or Subsequent Fiscal Years): The budgeted amount for 2024 contract year is $1,667,500.00 Recommendation. Staff recommends approving contract renewal to be placed on the BOCC agenda. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck, Pro -Tern Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine (tc&3 MF �►� A �� ��� Con 2n4 2y �,4-p 2016 -0505 Eel DOSS CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN r , THE WELD COUNTY DEPARTMENT OF Public Works AND So Low Transport `i'' This Agreement Extension/Renewal ("Renewal"), made and entered into ►t-tt day of cZbV'u, 2024. by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Workseinafter referred to as the "Department", and So Low Transport, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2023-0505, approved on March 13, 2023. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on December 31, 2023. • The parties agree to extend the Original Agreement for an additional one year period, which will begin February 12'" 2024, and will end on December 31, 2024. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. Price increase for hourly material hauling and spreading • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Mark Aragon Printed ame� Signature BOARD OF COUNTY COMMISSIONERS WEJ.D'ROfJNTY, COLORADO Perry L Bulk, Chair Pro-Tem FEB 14 2024 ATTEST: V•.‘160;.11 Weld Co BY: Deputy Clerk T the Beard Bid Schedule 2024 Material Hauling Contract Item # 2 3 4 Item Description Hauling and spreading of material with belly dumps Hauling - Side Dump Hauling — End Dump Hauling — tandem axle dump truck Unit HR HR HR HR Unit Price Per Hour Per Truck 102.41 102.41 102.41 88.82 t14 -SIGNATURES: Dated this day of ('tcA L 4 e�` FIRM NAME. So Low Transport RY- Mark Aragon BIDDER'S LEGAL SIGNATURE: STATE OF INCORPORATION. _ ADDRESS: «S -1 C.R. Sb •S j G SC- � 1 TITLE: to(4-,L `�✓ , 2024_. TELEPHONE NO: Q7O - 333 -07(xf FAX NO: E-mail lAope u VSL-i C Lc. 1AOO • C,;Q,i►.• BID NO # B2300075 Page 1 Contract Form Entity Information Entity Name* Entity ID* SO LOW TRANSPORT INC @00046782 Contract Name* MATERIAL HAULING CONTRACT Contract Status CTB REVIEW Contract ID 7821 Contract Lead* NGIBSON Q New Entity? Parent Contract ID 6728 Requires Board Approval YES Contract Lead Email Department Project # ngibson@weldgov.com Contract Description* 1ST OF TWO POSSIBLE RENEWALS OF MATERIAL HAULING CONTRACT APPROVED IN 2023 Contract Description 2 Contract Type* RENEWAL Amount* $1,667,500.00 Renewable* YES Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date PUBLIC WORKS Date* 02/17/2024 02/21/2024 Department Email CM- PublicWorks@weldgov.co Department Head Email CM-PublicWorks- DeptHead@weldgov.com Bid/RFP #* County Attorney B2300075 GENERAL COUNTY ATTORNEY EMAIL Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID 6728 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 * 12/15/2024 Renewal Date* 01/01/2025 Committed Delivery Date Expiration Date Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 02/08/2024 Approval Process Department Head .CURTIS HALL DH Approved Date 02/08/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 02/14/2024 Finance Approver CONSENT Legal Counsel CONSENT Finance Approved Date Legal Counsel Approved Date 02/08/2024 02/08/2024 Tyler Ref # AG 021424 Originator NGIBSON NA —vac+ IDit-Kbz BOARD OF COUNTY COMMISSIONERS PASS AROUND REVIEW PASS -AROUND TITLE: Additional Funding for Material Hauling Contract DEPARTMENT: Public Works Trucking Division PERSON REQUESTING: Nate Gibson Trucking / Mining Supervisor DATE: 8/29/2023 Brief description of the problem/issue: The trucking division is asking for a change order to the material hauling contract to continuing running contract trucks through December 2023. The contractor for the project is So Low Transportation. So Low has performed to contract specifications throughout the contract term. What options exist for the Board? Consequences: If the board approves the change order Public Works will be able to continue to utilize contract trucking resources and continue to maintain construction schedules. Impacts: If the board denies the change order trucking resources will be extremely limited and it will negatively affect maintenance and construction projects. At the current rate of production the budget will exhausted in approximately 3 weeks. Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): The requested change order amount is S1,631,957.00 for this year. Finance and PW worked together on this and there is money available in this year's budget for this request. Recommendation: Staff recommends the change order be placed on the BOCC agenda for consideration. Support Recommendation Schedule Place on BOCC Mends Work Session Other/Comments; Perry L. Buck, Pro-Tem Mike Freeman, Chair Scott K. James Kevin D. Ross Lori Seine qAl zoz3-o505 9////a 3 EC, 003 I CHANGE ORDER NO. 1 PROJECT: 82300075 - Material Hauling Contract DATE: September 11, 2023 PROJECT: 82300075 - Material Hauling Contract described in the Invitation for Bids, Bid No. B2300075. Owner Weld County, Colorado Contractor So Low Transport, Inc. The following change is hereby made to the Contract Documents: Increase the budget as described below to continue utilizing belly dump and tandem trucks through the end of 2023. CHANGE TO CONTRACT PRICE: Original Contract Price: $1,450,000.16 Current Contract Price adjusted by previous Change Order: $1,450,000.16 Current Contract Price adjusted by previous Change Order $1,450,000.16 The Contract Price due to this Change Order will be increased by: $1,631,957.00 The new Contract Price, including this Change Order, will be: $3,081,957.16 CHANGE TO CONTRACT TIME: The Contract Time will be increased by 0 calendar days The Date for Completion of all Work will be' December 31, 2023 CONTRACTOR: Mark Aragon. Vice President RECOMMENDED BY: Owner Representative' Public Works Director: Date: S — 3)1°23 Date: 020.2 -d52)� ��� u I ✓ .� BOARD OF COUNTY COMMISSIONERS ATTEST: �i X to WELD COUNTY, COLORADO erk to the Boar BY: Deputy Cle to t e Bo ,m,S2-,,,____. Mike Freeman, Chair SEP 1 12023 o2D�,3' D. 5. Contract Form Entity Information Entity Name* Entity ID" SO LOW TRANSPORT INC @00046782 Contract Name" MATERIAL HAULING CONTRACT Contract Status CTB REVIEW Contract Description* CHANGE ORDER TO INCREASE BUDGET FOR 2023 Contract Description 2 Contract Type* CHANGE ORDER Amount* $1,631,957.00 Renewable* NO Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.co Department Head Email CM-PublicWorks- DeptHead@weldgov.com Bid/RFP #* County Attorney B2300075 GENERAL COUNTY ATTORNEY EMAIL Contract ID 7358 Contract Lead * NGIBSON New Entity? Parent Contract ID 6728 Requires Board Approval YES Contract Lead Email Department Project # ngibson@weldgov.com Requested BOCC Agenda Due Date Date* 09/07/2023 09/11/2023 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM 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* 12/01/2023 Committed Delivery Date Renewal Date Expiration Date* 12/31/2023 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 09/05/2023 Approval Process Department Head .CURTIS HALL DH Approved Date 08/31/2023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09/11/2023 Originator NGIBSON Finance Approver CHERYL PATTELLI Legal Counsel KARIN MCDOUGAL Finance Approved Date Legal Counsel Approved Date 08/31/2023 09/05/2023 Tyler Ref # AG 091123 Con1vaci- (D (-7Z WELD COUNTY CONTRACT BID DOCUMENTS SPECIFICATIONS FOR B2300075 2023 Material Hauling Contract (with options for renewal in 2024/2025) February 13, 2023 for Weld County Public Works Trucking & Materials 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-304-6496 Con �+ f 03/t3/Z3 Jo- -5/r 3/a• 3 2023 - 0505 Eel 0M1 WELD COUNTY AGREEMENT FOR MATERIALS OR EQUIPMENT BETWEEN WELD COUNTY & SO LOW TRANSPORT INC THIS AGREEMENT is made and entered into this j ay of Ma,VGh , 2023, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and So Low Transport INC, whose address is 19607 CR 50.5 LaSalle, Colorado 80645 hereinafter referred to as "Contractor". WHEREAS, the Board of County Commissioners of Weld County, Colorado, by and through its Controller/+Purchasing Director (collectively referred to herein as, 'Weld County"), wishes to purchase the following: Material Hauling Services WHERE iS Contractor is authorized to do busine.ees 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; MOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introducton. The terms of this Agreement are contained in the terms recited in tIsts 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 Contactor 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. 82500015 Exhibit A eeeeiel of C'rt!nfy's Request for iri (RFR) as set forth in "Bid Pia t`ir.'..p•The RFR contains all of the specific requirements of County. Exhibit B earisis of Cere& les's Rsspon to County's Request for Rim!_ The Resp e...se .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 coordinate with, the Weld County Director of Public Works or other designated supervisory personnel, (the "Manager"), to perform the services described on attached Exhibits A and B. Contractor shalt faithfully perform the work in aeccrrdarnce with the standards of nrr.fessie.r.at rare sl;.efl training, diligence and judgment provided. by highly competent Cen!ranlers performing services of a similar nature to those described in this Agreement Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibi A and B within the time limits prescribed by County may result in Dainty's decision to withhold payment or to terminate this Agreement The material and/or equipment shaft be rieriver'ert to the location(s) specified herein. 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 r.rhihit A Path of the parties to than Agreement , nriomterel and -.neer• that its' 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 Cnritrecler if it iviehes le renew this Contact In its sole discretion the Countyby the nirerter of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the rnmrvncatien to be paid to the Contract., nor change any other tefm h rejn 3- D- 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 However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shaft be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the worlt County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shaft 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 aft drawings, drafts or other documents it has completed or partially completed under this Agreement, together with aft other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shaft be marked `DRAFT -INCOMPLETE' 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 andfor materials descnbed 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 shalt be the basis for additional compensation unless and until Contractor 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, shaft be the basis of any increase in the compensation payable hereunder. 6. Definitions. "Standard:" When the word 'standard" is used in the specification to describe an item of equipment or its assembly, it shaft be construed to mean that item or assembly so described shall be the latest regular product of the manufacturer thereof, identified by a model or other designation, without the modification or omission of any of its usual parts or the substitution of others therefore, except as hereafter specified, details, capacities and ratings, conforming in every respect to the said manufacturer's catalog or other printed matter describing the item or assembly. Standard subassemblies, accessories, fittings, and finishes shall be construed to be those which am regularly furnished as part of the principle unit or assembly and included in the selling price thereof. "Reputable Manufacturer" A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior to the date set for opening of bids and who can demonstrate to the satisfaction of Weld County that said manufacturer has successfully installed equipment of the type proposed to be furnished in at least three (3) instances and the performance of such equipment has been satisfactory. Manufacturers having been engaged in the business of manufacturing said equipment for a period of one (1) year prior to the date affixed for opening bids shaft, prima facie, be deemed to have been engaged in such business a reasonable length of time. 'Or Equal:' The specific equipment mentioned shaft be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shaft not be construed in such a manner as to exclude manuf rer"s equipment of comparable quality, design, and efficiency. 7. General ins, conditions, and information. Design: Unless otherwise specified, any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shall be of superior quality and suitable to the use for which it is intended. The technical design shall be in tine with the best practice in the industry and the materials and workmanship entering into the construction shall be of the kinds and qualities which will ensure long fife, dependability, and low cost of maintaining and repairing. 8. Compensation/Contract Amount: Upon Contractor's successful completion of the delivery or installation of the material or equipment and County's acceptance of the same, County agrees to pay an amount no greater than 81.450,000, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a 'change order authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shalt County be liable for payment for services rendered and expenses incurred by Contractor under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs or materials or equipment it supplies beyond that specifically authorized by County is performed at Contractor's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges, or penalties of any nature other than the compensation stated herein. ;f, 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 material, service or equipment 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. 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) 9. 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 alt 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. Unemployment insurance benefits will be available to Contractor and its employees and agents only if such coverage is made available by Contractor or a third party. Contractor shall pay when due at applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liablty or understanding, except as expressly set forth in this Agreement. Contractor shell 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 as set forth in Exhibit A provide proof thereof when requested to do so by County. 10. 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. County shall have the right in its reasonable discretion to approve alt personnnet 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 Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be hound to Contractor by the terms of this Agreement, and to assume toward Contractor an 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 suboouti actor hired by Contractor and Contractor shad cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 11. Ownership. Ad work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the properly of County. In addition, an reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all test results and all other tangible materials obtained and/or produced in contention with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shaft not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 12. Confidentiality. Confidential financial information of Contractor should be transmitted separately torn the main submittal, steady denoting in red on the financiat 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 erne es, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement._ 13. 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, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the 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 shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the materials, equipment, or service completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the taw generally. 14. 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 of the State of Colorado program established pursuant to C.R.S. §8-17.5- 102(5Xc). Contractor shad 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 su .tor shaft not knowingly employ or contract with an 1 alien to perform work under this Agreement Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pm -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual a that a subcontractor performing work under the public contract for with an illegal alien Contractor shall notify the subcontractor and actor has actual knowledge that a subcontractor is employing or terminate the subcontract if a subcontractor does not stop 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 shalt campty 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 a new employee to perform work under the contract, attuui 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 shaft definer to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with aft of the other requirements of the State of Colorado program. If Contractor faits 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 eighteea (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 sate 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. 15. Insurance and Indemnification. General Requirements: Contractors must secure, at or before the time of execution of arty agreement sir commencement of any worts, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors 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 shag be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as'A"Vlti or better. Each policy shall contain a valid provision or endorsement stating that the County will be notified of any reduction, loss, or modification to coverage. Such notice shaft be cent to the Weld County Director of General Services 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 ex of a deductible or self -insured retention, County must be notified by the Contractor. Contractor shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Car treetar to provide a bond, at no cast 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 Centr+r. tor. The County in no way warrants that the minimum finds contained herein are sufficient to protect the Contractor from liabiliies that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The Contector she assess its own risks and if it deems appropriate and/or prudent, maintain higher Fonts 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 shaft 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 kt writing by Weld County. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be rrsrbe fordo professional quality, tnchnicxd amuracy, and quantity of alt materials and services provided, the timely deirvery of said services, and the coordination of at services rendered by the Contractor and shalt, without additional cr mpen,stan, promptly remedy anal correct any errors, omissions, or other deficiencies. IHDEMNflY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss dernege, liabil ty, suits, actions, or efaims 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 C ontrev^taar to c reform in any statutes, °Miriam -es, regulation, taw or ere in decree The C.nrit►arior 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 p`rr' Of the ATee—mint or on eereenrrt of or in crrserrenre of negfeet of the Corrtraotor irr Ks methods or procedures, or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiation or termination hereof, If is agreed that the Contractnr will be s' for primary loss investigation, defense, and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive an rights cif �rfengation against the Comfy its associated arrdlnr a'f%hated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed my the Cootreet, r for the Coc.rnty, A failure to comply with this < vision shell result in County's right to immediately terminate this Agreement Types of tnstrrance: The Contractor shaft obtain, and maintain at aft times diving 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 Co ntrarinr's Contract Pmfessinnal's em, acting within the course and saxes 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 wtree such Contractor 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 costa, with the minimum limits must be as follows: $1,000,000 each occurrence; .fj 1,(?7R_ ,f ftt rgreeeraf aggr r , $1„000 products and completed operations aggregate; Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person, bodily injury for each accident, and $1,000,000. for property damage apyilirrahle to all both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors 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 Tided, a c crrnmercial ral liability insurance ar a , snc :.ing public f tbility and property damage, in form and company acceptable to and approved by said Adrainistaatear, 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 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. For general liability, excess/umbrella liability, pollution legal liability, liquor urine, Contractor's insurer shaft name 'Weld County, Colorado, its elected as an additional insured. all to . , Coretrador's insurer shall waive subrogation rights against Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers, or ether entities providing goods or services required by this Agreement shall he subject to alt of the requirements herein and shall procure and maintain the same coverages required of Contractor. Contractor shall include all such subcontractors, independent contractors, sub -vendors suppliers or outer entities as insureds under its policies or shall east rue that all st rbcxxttrarfors maintain the. required coverages. Contractor agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. 16. 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 transfix* its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and an rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 17. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit arty hooks, documents; papers, and retsxrts of Co n ractor, involving at 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. 18. 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 nmsonable control, including but not limited to Acts of Clod, fires, strikes, war, floe, earthquakes, or Governmental actions. 19. Notices. County may designate, prior to commencement of work, its project representative ('County Re w') who shall make, within the scope of his or her authority, at necessary and proper decisions with reference to the project Alt 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, Director of Wekt County Department of Public Works, or his designee. AU notices or other communications unications (including annual maintenance made by one party to the other urging the terms and conditions of this contract shall be deemed delivered under the following r•irrt rrrtstances: (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 toe party et the 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 Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor So t_ow Transport INC Attn.: Marts Aragon VP Address: 19607 CR 50.5 Address- (.,Sate, CO €►0645 E-mail: luv, ya .com Phone: (970) 333-2009 County: Name: Nate Gibson Position: Trucking tt.isiart Supervisor Address: PO Box 758 Address: Greeley, CO 80631 E-mail: acoldgov.corn Phone: 570-400-3722 20. 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. 21. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or sinter nature. 22. Entire This Agreement including the Exhibits attached hereto and herein, contains the entire agreement between the parties with respect to the subject matter xh in this Agreement This instrument supersedes of prior negotiations, representations, and rulings or agreements with respect to the subject matter contained in this Agreement This eat be changed or supplemented only by a written instrument signed by both parties. 23. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upper funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agmement by Comity does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 24. Employee Financial of interest C.R.S. H24-18-201 of seq. and §24.50 7. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest wh er 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 Contractor's services and Contractor shall not employ arty person having such known interests. During the term of this Agreement, Contractor shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 25. Severability. If any term or condition of this Agreement shall be held to be invaid, ilegal, or une by a court of ;_ _ niece v,: , this Agreement shalt be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of 26. Governmental Inmrunhty. 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, nr other provisions; of the Colorado Governmental lrmrtxunity Ad §§24-1O-1©1 et seq., as applicable now or hereafter amended. ♦277.. .,. and Third Party Beneficiary. It^iis�expressly � understood and agreed thattheenforcement �r of .the terms arwf :#; fft # : of this t, and all rights o action relating to such wf nerx,me�y 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 ft is the express intention of the uratcic r parties that any entity ether than the u nd ign parties receiving services or heni3fits under Agreement shall be an incidental 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been .ii r - by the BOaid CO County C of Weld County, Colorado, or its 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, =r any , in the interpretation, execution, and a intent of this Agreement. Any pmvieio n included or d herein try reference which conflicts with said laws, rules and/or regulations shall a legal between the parties, Contractor agrees that the Welch County se ju ' to resolve said dispute. 30. Compliance with Davis -Bacon Wage Rates. N/A for this project 31. Attorney's Fees1Legal 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. 32. 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 shag be null and void_ 33. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shalt be employed to perform at least eighty percent of the work under this Contract_ `Colorado labor' means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state - issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement it there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. Actcnowfedgment, County and Contractor acknowledge that each has read this Agreement, u it agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day a C P. tnC 2023. CONTRACTOR: Name: /77-tx°11 Title: 7// e ( /e skid 1 t WELD COUNTY• (� W.,drift/O Jeld4;&k ATTEST: Weld it '.w r9 BY: ea8 {-e,bruiX,na0(9.3 KAITLYN LILY MENDOZA NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20224043277 COMMISSION EXPIRES NOV. 14, 2026 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ,hair MAR 1 3 2323 ACO DR CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYW) 3/03/2023 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 Shelter Insurance Companies 7220 W. Jefferson Ave. S Suite 323 Lakewood, CO 80235 CONTACT Jeff Mosier P o E FAX Ano, Ext.: 303-988-9600 I (aC, No): ADDRESS: SS: JForsgren.D540(a.shelterinsurance.com INSURER(S) AFFORDING COVERAGE NAIL# INSURER A: Shelter Insurance 23388 INSURED So Low Transport Inc. 19587 CR 50 1/2 La Salle, CO 80645 INSURER B : INSURER C: 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. INSR LTR TYPE OF INSURANCE ADD. SUER INSD WVD POLICY NUMBER POLICY EFF IF7101: YYYY) POLICY EXP (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR X X 05-31-7661612-2 3/03/2023 3/03/2024 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL 8 ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY EI JECT El LOC OTHER: GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 A AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED X AUTOS NON.OWNED AUTOS ONLY X X 05-1-C-7661612-12 05-1-C-7661612-25 05-1-C-7661612-29 05-1-C-7661612-32 03/01/2023 12/01/2022 02/12/2023 01/12/2023 09/12/2023 06/12/2023 08/12/2023 07/12/2023 COMNED NGT (Ea aBIccident)SILE 'MT $ 1,000,000 BODILY INJURY (Per Person) I BODILY IN JURY( Per accident) $ PROPERTY DAMAGE {Per accident) $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY .� / N ANYPROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N /A - STATUTE Pr E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT A Cargo X 05-93-7661612-3 11/01/2022 11/01/2023 $150,000 Limit DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE WELD COUNTY COLORADO ITS THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ELECTED OFFICIALS AND EMPLOYEES ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 758 Greeley, CO 80632-0758 AUTHORIZED REPRESENTATIVE P":"401.94.4.4/ 4 © 1988.2016 ACORD CO RATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD ACCPREar CERTIFICATE OF LIABILITY INSURANCE DATE (MWINVYYTY) 3/3/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: R the certificate holder is an ADDITIONAL INSURED, the policyl(ies) must have ADDITIONAL INSURED provisions or be endorsed. B SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Pinnacol Assurance 7501 E. Lowry Blvd Denver, CO 80230 CONTACT NAME: PHONEUM �t I La �1 E-MAIL support@pinnacol.com AODREs$, INSURERS) AFFORDING COVERAGE NAIL II INSURER A : Pinnacol Assurance 41190 INSURED So Low Transport Inc 19607 CR 50.5 La Salle, Colorado 80645 INSURER B : INSURER c: P4SURERD: 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. L p TYPE OF INSURANCE INSD WVD POLICY NUMBER PAWDO/YYTY1 IMM/DDITYYTI LIMITS COMMERCIAL GENERALUABILJTY I CLAIMS -MADE OCCUR EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence, $ MED EXP (Any one person) $ PERSONAL A ADV INJURY $ GENt AGGREGATE LIMIT APPLIES PER POLICY ❑ J7 ❑ LOC OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUX. NON -OWNED AUX* ONLY COMBINED SINGLE LIMIT IEa aocidentl $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE {per accWeM) $ _ UMBRELLA UM,' EXCESS LIAB occur:,EACH CLAIMS -MADE OCCURRENCE $ AGGREGATE $ DEO I I RETENTIONS S A WORKE iSCOMPENSATION AND EMPLOYERS' UABLITY Y / N ANYPROPRIETORIPARTNEWTN EXECUE OFFICER/MEMBEREXCLUDED? (Msndelory In NH) Dyes s° ION under DESCRIPTION OF OPERATIONS below N/A N 4242522 03/03/2023 03/03/2024 X I STATUTE I ( ERA E.L. EACH ACCIDENT 5 100,000 EL DISEASE - EA EMPLOYEE $ 100,000 E.L. DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS /LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached H mere space Is required) Unless otherwise stated in the policy provisions, coverage in Colorado only. Excluded from coverage: Rose Mary Torres; Mark Aragon; CERTIFICATE HOLDER CANCELLATION Weld County 1111 H Street SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Greeley, CO 80632 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Pinnacol Assurance I ACORD 25 (20161O3) ® 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo am registered marks of ACORD CERTIFICATE HOLDER COPY Weld County 1111 H Street Greeley, CO 80632 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend, or alter the coverage afforded by the policies listed thereon. DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT (CONT) TABLE OF CONTENTS INVITATION TO BID BIDDING REQUIREMENTS Instruction to Bidders Insurance Requirements Contract Specifications and Scope of Work Bid Schedule Signature Page -.- ......... -- .... ......_- ...._-..._.. -..... Receipt of Addenda Statement of Qualifications and Subcontractors Anti -Collusion Affidavit W-9 CONTRACT FORMS Example Agreement 3 4-8 8-10 11-14 15 16 17 18-20 21 22 23-30 B2300075 2 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: February 13, 2023 BID NUMBER: B2300075 DESCRIPTION: 2023 Material Hauling DEPARTMENT: Public Works — Trucking/Mining BID OPENING DATE: February 17, 2023 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: Material Hauling Services Bids for the above stated merchandise, equipment, and/or services will be received until: February 17, 2023 at 9:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on February 17, 2023 at 9:30 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 Administration Building, St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 878402102 PAGES 1-10 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-10 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 1Q. 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 Countyto pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at www.bidnetdirect.com. Weld County Government is a memberof 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. Did Delivery to Weld County: 1. Emailed bids are required. 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. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400-4223 or 4222 with any questions. B2300075 3 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller 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 Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners 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. B2300075 4 B. Confidential Information: Confidential information of the bidder should 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. If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will withhold any information which is clearly marked CONFIDENTIAL and submitted separately. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulationsshall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney 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. B2300075 5 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 respons1le for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title B2300075 6 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 in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. B2300075 7 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. 4. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self- insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the 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 B2300075 8 or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Tvges 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 B2300075 9 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. B2300075 10 SPECIFICATIONS AND SCOPE OF WORK: Weld County, Colorado, desires to contract for the use of private tractors, belly dump trailers, side dumps, end dumps, and tandem dump trucks with drivers, as needed, to haul and spread material to and from multiple scheduled and unscheduled locations within Weld County. On occasion, a low -boy trailer will be required to assist Public Works in hauling heavy equipment. The majority of hours needed for the contract will consist of tractor/belly dump hours. Bidders who cannot provide other types of equipment will not be excluded. All bidders are encouraged to detail their fleets and capabilities to the fullest extent. BELLY DUMPS Scope of Work: Hauling will consist of gravel, dirt, recycled asphalt, hot mix asphalt, and any other material used in the maintenance and construction of county roads that are normally transported in belly dump trailers. Trucks will not be required to haul anything greater than 4" minus. Weld County will arrange for the loading of all trucks. Contract trucks may haul with County trucks and material delivered to job sites will be windrowed or spread on the go as per instructions from Weld County personnel. Trucks and Trailers: A minimum of thirteen (13) trucks with drivers will be supplied for use at all times during the contract term by the contractor. Truck and trailer combinations shall be minimum of five (5) axles, single belly dumps with a minimum 20 cubic yard capacity and capable of legally hauling not less than a 28 -ton payload. All belly dump trailers must have outside hand operated dump controls on the driver's side of the trailer. All tractors and trailers must have overhead clearance of 11 ft.,6 in. to pass under asphalt silos. All trailers must be capable of maintaining a predetermined gate opening while dumping on the go. Any loaded truck that leaves a loading site while working for Weld County, must be tarped. Every truck must have a CB radio, phone to provide for communication with Weld County personnel at all times for direction in the field. Cost of all maintenance, repairs, fuel, insurance and labor to operate the trucks shall be borne by thecontractor. Extra Trucks: Should Weld County require additional trucks and trailers for a special project or for additional short-term hauling needs, the Contractor shall supply up to three (3) additional trucks and trailers with drivers at the terms and conditions provided for herein. This may or may not shorten the number of days of the contract. On occasion, a low -boy trailer is needed to haul heavy equipment. Tractor and Lowboy Trailer must be able to haul D8T Cat Dozer, 480 Volvo Excavator and 623 Cat Scraper legally. Contract Term: The contract term is for one year; February to December or until approved funds are exhausted, with up to two (2) one-year renewals. The start -date each year will be determined by Weld County and coordinated with the successful contractor. The final schedule and the number of days worked each year will be determined by Weld County in the "Notice to Proceed". SIDE DUMPS. END DUMPS. TANDEM DUMP TRUCKS Scope of Work: Hauling will consist of gravel, dirt, recycled asphalt, hot mix asphalt, rip rap, debris and any other material used in the maintenance and construction of County roads and bridges that are normally hauled in the listed trailers or trucks. End dump trailers and side dump trailers may be required to haul rip rap and concrete debris. Tandem axle dump trucks will not be required to haul anything greater than 4" minus. Tandem dump trucks must have a chip bar, compatible with Weld County's equipment to connect to chipping machine if used in chipping operations. Weld County will arrange for the loading of all trucks. Contracted trucks may or may not haul with County trucks and material delivered will be dumped as per instructions from Weld County personnel. Trucks and Trailers: Truck and trailer combinations must be not less than five (5) axle units (single steering, tandem drive, and tandem trailer). Dump trucks must be at least three (3) axle units (single steering and tandem drive). Any loaded truck that leaves a loading site while working for Weld County, must be tarped. Every truck must have a CB radio, phone to provide for communication with Weld B2300075 11 County personnel at all times for direction in the field. Cost of all maintenance, repairs, fuel, insurance and labor to operate the trucks shall be borne by thecontractor. Contract Term: The contract term is for one year with up to two (2) one-year renewals. All work is on an as needed basis and may be for short term or long-term projects. There is no implied or guaranteed number of days or hours per year. When hauling needs are anticipated by Weld County, notice will be given to contractor as per the requirements provided for herein. Hours of Operation: Unless special arrangements are made with the Weld County Public Works Department, work should be done only during regular and commonly accessed working hours. No work shall be done at night, holidays, or Sundays, unless written authorization is given by the Public Works Department. Occasionally, hauling cannot be done due to inclement weather and are Non -paid days. Weeks that contain a Weld County holiday will have fewer scheduled hours and the holidays are Non - paid days. Trucks are expected to be at the loading site and ready to load each day at the time designated by Weld County. Parking and staging of vehicles may be allowed on County property or in designated County pits. Drivers are afforded a non -paid 30 -minute lunch period. Safety Conditions: All drivers will be expected to follow all posted speed limits, including those posted at gravel pit and work site locations, and comply with state tarping and weigh station requirements. The County will administer mine safety training in accordance with C.F.R. 30 Part 46 and must get signed release statements from all drivers before any driver or contractor employee can enter a Weld County owned or operated surface mine. ANY PERSON WHO ENTERS AN ACTIVE SURFACE MINE OWNED OR OPERATED BY WELD COUNTY MUST RECEIVE THE SAFETY TRAINING AND SIGN THE RELEASE STATEMENT. Special Conditions: Contractor will correspond in a timely manner to all residents with complaints about the Contractor's work received by Weld County and will provide to Weld County written proof of such correspondence of this compliance within 72 hours of its completion. Terms/ Conditions and Annual Renewal: All contractors will be required to sign Weld County's Agreement for Services. The Agreement shall commence February 1 and continue in force until December 31. At the option of the County, the Agreement may be extended for up to two (2) additional one-year periods. Increases in the cost may be negotiated for subsequent renewal of the second and third additional one-year periods. The base price per hour may increase from one year to the next by no more than the Projected Increase of the Denver -Aurora -Lakewood Consumer Price Index, All Items, All Urban Consumers or its successor index(httos://www.colorado.00vipacific/dolaiinflation-denver-aurora-lakewood-consumer-price-index.) Weld County shall pay for the use of all trucks and drivers on a per hour basis. For each truck and driver, payable time will begin when a truck reports to the designated location at the designated time and ends at the point of origin or similar distance. Appropriate documentation of the hours each truck and driver is in use shall be the responsibility of the contractor. Such documentation shall be clearly legible and signed by a representative of Weld County to be considered for payment. Documentation will be delivered to a Weld County representative daily. Invoices will be submitted for payment by Tuesday afternoon of each week for the prior week and in the format designated by the Public Works Department. Weld County will make every effort to resolve all invoice disputes identified within two calendar weeks. There will be one thirty -minute lunch break per day. No over time is authorized without written consent of the project manager. Weld county personnel will coordinate lunch break times to effectively utilize available resources. B2300075 12 There will be no adjustments made for weather or unforeseen circumstances. Fueling time, down time for any reason including any type of repairs, and travel back to staging areas are not billable hours. Submit invoices to Weld County Public Works, PO Box 758, Greeley, CO 80632. ATTN: Mona Weidenkeller. Contractor shall coordinate haul routes with the project manager. The equipment and associated loads shall be in accordance with all Federal, State, and Local regulations. Contractor shall designate a representative authorized to coordinate all drivers and trucks for the project and provide to the project manager a 24 -hour phone number for said representative. It is the contractor's responsibility to maintain quality control of all equipment and personnel used for the project. This shall include but is not limited to, insuring trucks are road worthy and are operating more than 95% of the available hours each week, drivers follow all regulatory signage, drivers follow all FMCSA regulations, and drivers are courteous to the citizens. Weld County reserves the right to have any driver and/or truck removed from the project due to poor performance, the contractor will be given 72 hours to replace a driver and/or truck removed by the project manager to meet the minimum truck availability of the contract. The county's project manager must be provided 24 -hour notice of any driver and/or truck replaced at the sole discretion of the contractor, the contractor shall provide all the same information provided for drivers and trucks identified in their bid below. Weld County reserves the right, upon failure of contractor to provide the minimum trucks and drivers for more than 90% of the available hours in a week, to terminate the contract. If Weld County is forced to hire another company due to contractors' failure under this contract, Contractor may be required to pay the additional costs the county accrues in order to fulfill the work outlined in the contract. WELD COUNTY CONTACT: Questions related to the project and procedures should be directed to the project manager: Nate Gibson Weld County Public Works 970.400.3722 ngibson2weldgov.com B2300075 13 BID CHECKLIST: Bidder shall provide the following items with their bid: 1. Truck and driver information to include the following: a. Contractors and any subcontractors U.S. DOT Number. b. List all the drivers, trucks, and belly dump trailers, tandem dump truck used on the project. c. CDL-IS MVR for all drivers identified. d. Year, make, model, and mileage of all trucks and belly dump trailers identified. e. Out of service violations issued to the contractor or any of its subcontractors within the last 18 months for any of the drivers and/or trucks identified for the project. 2. Compary philosophy regarding accidents and failure of drivers to follow Federal, State and Local regulations. 3. Bid Schedule (page 15). 4. Signature page (page 16). 5. Receipt of addenda, if required (page 17). 6. Statement of Qualifications (pages 18-20). 7. Anti -collision affidavit (page 21). 8. W-9 (page 22). Failure to provide any of the information above will result in the bid being declared unresponsive and the bid will not be accepted. DID EVALUATION CRITERIA: Bids will be eva uated on the following criteria: 1. Proposed pricing. 2. Past experience and performance with similar contracts. 3. Assessed ability to complete contract. 4. Safety record. 5. Organizational approach to safety. B2300075 14 BID SCHEDULE: 2023 Material Hauling Contract Item # Unit Unit Price Per Truck Per Hour Item Descri p tion 1 Hauling Spreading material Tractor & Belly and Dump of — HR 2 Dump HR Hauling — Side 3 Hauling — End Dump HR 4 HR Hauling — Tandem Axle Dump Truck 5 HR Hauling — Tractor & Lowboy Trailer B2300075 15 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** The undersignei, 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. B2300075. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He o- she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for 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 Com -nissioners. 5. Welc 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. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES (CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000) B2300075 16 RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed. SIGNATURES: Dated this FIRM NAME BY: day of , 20 TITLE: BIDDER'S LEGAL SIGNATURE: STATE OF INCORPORATION: ADDRESS: TELEPHONE NO: FAX NO: ATTEST: B2300075 17 STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT: All questions herein must be answered by all bidders and the information given must be legible, clear in meaning and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submit any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the lowest reliable, responsible and qualified bidder as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. 1. Name of Bidder (Company or Firm): 2. Permanent main office address: Phone Number: Fax Number: 3. Year Company was organized: 4. Number of years this Company has been engaged in similar projects as outlined in this bid: _ 5. Under what firm, company, or trade names has this company been engaged in this type of business, howlong under each name, and how long has each company been bonding work? 6. List all projects that the Company has under contract at the present time. Show the contract amount and the anticipated date of completion for each: $ 7 List all contracts which were not completed by the contracted and completion date. Include the project description and state the number of days beyond the contract completion date. 8. List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. B2300075 18 9. Describe all contracts that the Company failed to complete. 10. Describe all contracts on which the Company defaulted or from which the Company was terminated. 11. List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE STATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM (FIFTEEN PERCENT) 15% OR MORE OF THE WORK. SUBCONTRACTOR WORK DESCRIPTION %OF WORK 12. List the principal members of the company who will be involved with this project. PERTINENT NAME TITLE YRS EXPERIENCE 13. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. B2300075 19 The undersigned hereby swears and affirms that the information contained herein is complete and true and further, hereby authorizes and requests any person, company, firm or corporation to furnish any information requested by the County of Weld in verification of the recitals comprising this Statement of Qualifications and Subcontractors. Dated this day of , 20 Bidder: (Company) By: (Signature) Name: (Please Type) Title: NOTARY County of ) ) ss. State of ) Being duly sworn, deposes and says that he is Of , and (Title) (Company Name) That the answers to the foregoing questions and all statements therein contained are true and correct Subscribed and sworn before me this day of 20 (SEAL) B2300075 20 COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT PROJECT NO. LOCATION I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 26. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Contractofs firm or company name By I Dale Tile 2nd con vactofa firm or company name_ (If icing van lu re.) By I Date Title Sworn to before me this day of, 20 Notary Public My commission expires NOTE: This document must be signed in ink. CDOT Form 0606 7/O2 B2300075 21 (cant w-9 (Rev. August 2413) Ikqurtrrenl of 11tH Trer�ciry irdnmal Rannun Savnz Request for Taxpayer identification Number and Certification (give Form to the requester. Do not send to the IRS. O � C_ £ Mimes, name/disregarded mtiry rime, if dfffeent from above Common,. r! S C{x<xx»ti(xl 1'arlrwrship {_ Trust/estate riOther (see x»tr(rtion, i [MN -1,1104M (see itrtiuelioi(x): Exempt tray,: code (it any) Cxemptial from I A I GA repotting aide (it any) Address (rumber, ,Arcot. and apt, rx �xnte nor} City, atate, and 7IP (or List aCGo(mt number,' here (optional, Regueaters name, and addrm, (o>pnonal, Taxpayer Identification Number TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" line I Soda. security number to avoid backup withholding. For individuals, this is your social security number (SSN). However, fora t i resident alien, sde proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a ! .__ �_ TIN on page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose I Employer identification number number to enter. lam Certification Under penalties of perjury, I certify that: 1. The number shown oft this form is my correct taxpayer identification number (or I am waiting fora number to be issued to me), and 1 am not subject to backup withhdding because: (a) am exempt from backup withholdng, or (b) I have not been notified by the Irltemal Revenue Service (IRS) that I am subject to backup withholdng en a result of a failure to report ati interest or dividends, d' (c) the IRS has notified me that I am no longer subject to backup withhodfng, and 3. I am a U.S. citizen or other U.S. person (defined below), and 4. The FATCA code(e) 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 tailed 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 provi. your correct TIN. See the instructions on page 3. Sign Sipnat(se of Here uS.person► General Instructions Future developments, The IRS has (seated a page (xl IRSg(w for about Forin W-9, ai trY,rl)v.Hs. )V/w9. Inhxmahan atxx)I any Ildura affecting Form W 9 (soda <u logi bh(aa ma.:trd attrr vie rdnawr Ill on that page. Purpose of Form A person Who IS leglercd SU idle all'Mot m correct taxpayer Identification number ( f I .watw to and Use Form W 9 only if you are a U,S. pmson nri eluding a ics,derU allaaj. to ail the IRS nnu {Mn,x,ls (: pra;Kni property. can apphraWe, to: Cert ue(1}N hot the. I IN you ale, giving Is anted (a you are waiting to a number to Ix+ irs, applicable, y(x any paitnashil ion from backup vnthhddmg rt l alaG <xarliNnq that Inca 11.S. [. S. exempt payee. It alhamble, qt., of the 4. Cern, that t A ICA code. marred on this torn, any) indicating that yai are exempt from the. RICA reporting, ns care(:t. Note. It you are a U,S, person and a r wucster gives yext a form other than t am W 9 to request your IrJ, you must use the rrqueste(s tarn ,1 rt u sldxttantially sinnlar in ihrs Form W-9. Oefinftion of a U.S. person For h.+kral tax purposes, you au ca,_udmed a U,S. persal A y(w are: • A Gai tn,Ysta1G, rtXpa atl<M), con) • A domestic trust (as delan*J m Regulations section 341.7741 7), Spedal rubs for partrtershrys. Partnerships that cnnJuct a tra(le a tllr. Unite) Stales ate generally rrquvM to tray a vathhuldmg tax un+4 Gat. Nu. I0231X form W-9 (Rev. 82013) B2300075 22 WELD COUNTY AGREEMENT FOR MATERIALS OR EQUIPMENT BETWEEN WELD COUNTY & TBD THIS AGREEMENT is made and entered into this _ day of , 2023, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and, who whose address is TBD, hereinafter referred to as "Contractor". WHEREAS, the Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: Material Hauling Services 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 Bid (RFB) as set forth in "Bid Package No. B2300075". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Project described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall coordinate with, the Weld County Director of Public Works or other designated supervisory personnel, (the "Manager"), to perform the services described on attached Exhibits A and B. Contractor shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence, and judgment provided by highly competent Contractors performing services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. The material and/or equipment shall be delivered to the location(s) specified herein. 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 Exhibit A. 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. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. B2300075 23 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. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County 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. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." 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. 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. 6. Definitions. "Standard:" When the word "standard" is used in the specification to describe an item of equipment or its assembly, it shall be construed to mean that item or assembly so described shall be the latest regular product of the manufacturer thereof, identified by a model or other designation, without the modification or omission of any of its usual parts or the substitution of others therefore, except as hereafter specified, details, capacities and ratings, conforming in every respect to the said manufacturer's catalog or other printed matter describing the item or assembly. Standard subassemblies, accessories, fittings, and finishes shall be construed to be those which are regularly furnished as part of the principle unit or assembly and included in the selling price thereof. "Reputable Manufacturer" A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior to the date set for opening of bids and who can demonstrate to the satisfaction of Weld County that said manufacturer has successfully installed equipment of the type proposed to be furnished in at least three (3) instances and the performance of such equipment has been satisfactory. Manufacturers having been engaged in the business of manufacturing said equipment for a period of one (1) year prior to the date affixed for opening bids shall, prima facie, be deemed to have been engaged in such business a reasonable length of time. "Or Equal:" The spec& equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's equipment of comparable quality, design, and efficiency. 7. General Specifications, conditions, and information. Design: Unless otherwise specified, any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shall be of superior quality and suitable to the use for which it is intended. The technical design shall be in line with the best practice in the industry and the materials and workmanship entering into the construction shall be of the kinds and qualities which will ensure long life, dependability, and low cost of maintaining and repairing. B2300075 24 8. Compensation/Contract Amount. Upon Contractor's successful completion of the delivery or installation of the material or equipment and County's acceptance of the same, County agrees to pay an amount no greater than TBD, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contractor under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs or materials or equipment it supplies beyond that specifically authorized by County is performed at Contractor's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges, or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the material, service or equipment 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. 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) 9. 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. Unemployment insurance benefits will be available to Contractor and its employees and agents only if such coverage is made available by Contractor or a third party. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contractor 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 as set forth in Exhibit A provide proof thereof when requested to do so by County. 10. 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. 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. Contractor 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 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. 11. 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. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible B2300075 25 materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 12. 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. 13. 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, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the 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 shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the materials, equipment, or service 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. 14. 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 of 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 a 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. B2300075 26 15. Insurance and Indemnification. General Requirements: Contractors 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 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 that the County will be notified of any reduction, loss, or modification to coverage. Such notice shall be sent to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contractor. Contractor shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of 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 this Contract 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. Any modification to these requirements must be made in writing by Weld County. 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 materials and 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, or on account of or in consequence of neglect of the Contractor in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contractor 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 Contractor 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 Contractor 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 Contractor 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 Contract Professional'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 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; $1,000,000 general aggregate; $1,000,000 products and completed operations aggregate; B2300075 27 Automobile Liability: Contractor 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 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 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's insurer shall name "Weld County, Colorado, its elected officials, and its employees" as an additional insured. Waiver of Subrogation: For all coverages, Contractor'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 Contractor. Contractor 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 agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. 16. 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. 17. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers, and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 18. 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. 19. 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, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract 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 Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Attn.: Address: Address: B2300075 28 E-mail: Phone: County: Name: Nate Gibson Position: Trucking Division Supervisor Address: PO Box 758 Address: Greeley, CO 80631 E-mail: ngibson@weldgov.com Phone: 970-400-3722 20. 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. 21. 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. 22. 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. 23. 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. 24. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contractor's services and Contractor shall not employ any person having such known interests. During the term of this Agreement, Contractor shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 25. 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. 26. 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. 27. 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. B2300075 29 28. 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. 29. 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. 30. Compliance with Davis -Bacon Wage Rates. N/A for this project 31. 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. 32. 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. 33. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of 2023. CONTRACTOR: By: Date Name: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair B2300075 30 DID CHECKLIST: Bidder shall provide the following items with their bid: Truck and driver information to include the following: Contractors and any subcontractors U.S. DOT Number. ,b(' List all the drivers, trucks, and belly dump trailers, tandem dump truck used on the project. e' CDL-IS MVR for all drivers identified. ,el( Year, make, model, and mileage of all trucks and belly dump trailersidentified. p7 Out of service violations issued to the contractor or any of its subcontractors within the last 18 months for any of the drivers and/or trucks identified for the project. Company philosophy regarding accidents and failure of drivers to follow Federal, State and Local regulations. /3". Bid Schedule (page 15). ,4Y: Signature page (page 16). �/ Receipt of addenda, if required (page 17). P". Statement of Qualifications (pages 18-20). Anti -collusion affidavit (page 21). 8 W-9 (page 22). Failure to provide any of the information above will result in the bid being declared unresponsive and the bid will not be accepted. BID EVALUATION CRITERIA: Bids will be evaluated on the following criteria: 1. Proposed pricing. 2. Past experience and performance with similar contracts. 3. Assessed ability to complete contract. 4. Safety record. 5. Organizational approach to safety. B2300075 14 BID SCHEDULE: 2023 Material Hauling Contract Item # Item Description Unit Unit Price Per Hour Per Truck 1 Hauling and Spreading of material — Tractor & Belly Dump HR 98 2 Hauling — Side Dump HR 98 3 Hauling — End Dump HR 98 4 Hauling — Tandem Axle Dump Truck HR 85 5 Hauling — Tractor & Lowboy Trailer HR 120 B2300075 15 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** 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. 82300075. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for 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. 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. FIRM So Low Transport , INC BUSINESS ADDRESS 19607 CR 50 1/2 CITY, STATE, ZIP CODE LaSalle, CO. 80645 TELEPHONE NO 970-333-2009 FAX TAX ID # 90-0911114 PRINTED NAME AND TITLE Vice President Mark Aragon SIGNATURE A Lam. E-MAIL hopeluvsu fil,vahoo.com DATE 02/16/2023 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES (CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000) B2300075 16 RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specification& and other Contract Documents.2-16-2023 Mark Aragon Date: By: Adaendurri No. 1 Addendum No. Date: Date: By: Addendum No. F Bidder agrees to perform all Work described in thme Contract or the atctual quantities furnished, shed, installed or s for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump price constructed. SIGNATURES: 16 Dated this FIRM NAME: BY: Mark Ara on TITLE: \5ce President BIDDER'S LEGAL SIGNATURE:___'' Colorado STATE OF INCORPORATION: 19607 cr 50.5 Lasalie Co 80645 ADDRESS: TELEPHONE NO: 970-333-2009 FAX NO: ATTEST: day of February 62300075 So Low Transport 23 20 17 B2300075 STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT: 2-16-2023 All questions herein must be answered b opportunity y a bidders and the information given must be legible, clear in meaning and comprehensive. The bidder will not be given the answers beyond the time that this statement is submitted with the bid. This statement Questions may be answered on separate attached sheets if ne eto further explain or defend any any additional information which is believed to be pertinent to this bid. Failure to must be notarized. pursuant to the directions herein may be cause for rejection of the bid. The Bidder may attach and submit contract for the work described in the Contract Documents will be awarded to complete this form All bidders are reminded that a the lowest reliable, responsible and qualified bidder as determined by the Coun or all bids. informalities and/or irregularities and to reject an ty. The County reserves the right to waive 1. Name of Bidder (Company or Firm): So Low Transport INC 2. Permanent main office address: Phone Number: 970-333-2009 Fax Number 3. Year Company was organized: 2-2007 4. Number of years this Company has been engaged in similar projects as 5. Under what firm, company, or trade names has this company been engaged ed in this this bid: 16 of business, howlong under each name, and how long has each company been work? 9 yee in type g bonding So Low Trans ort INC 19607 cr 50.5 Lasalle Co 80645 6. List all projects that the Company has under contract at the present time. contract amount and the anticipated date of completion for each: Show the JBS Carriers 7 List all contracts which were not completed by the contracted and completion date. Include the project description and state the number of days beyond the contract completion p N/A p on date. 8• List all contracts within the last 3 years or which liquidated damages we be assessed. f 9 re assessed or may N/A 18 9. Describe all contracts that the Company failed to complete. None 10. Descibe all contracts on which the Company defaulted or from which the Company was terminnted. None 11. List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE STATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM (FIFTEEN PERCENT) 15% OR MORE OF THE WORK. SUBCONTRACTOR Windens Transport WORK DESCRIPTION Belly Dump % OF WORK 1.3% See Attached Sheets of Dot Numbers, once awarded bid they are available if needed and for your reassurance 12. List the principal members of the company who will be involved with this project. YRS PERTINENT NAME TITLE EXPERIENCE Mark Aragon Vice President 20 13. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. None B2300075 19 The undersigned hereby swears and affirms that the information contained herein is complete and true and further, hereby authorizes and requests any person, company, firm or co requested by the County of Weld in verification of the recitals comprising this Statement of Qua poration to furnish �cationsion and Subcontractors. Dated this 16 day of February ,20 23 Bidder: So Low Transport INC (Company) By: f. --- Name: Mark Aragon 'Title: Vice President NOTARY County of V e.' I ) State of CO( t7( -0111p )ss. he is ar Pt morn v iCte. Sicto n+ (Title) (Signature) (Please Type) Being duly sworn, deposes and says that Of So LOA) T-anStprn, and (Company Name) That the answers to the foregoing questions and all staterrir therein contai , are true ap,d ccorrnct. Subscribed and sworn before me this day of � 20 �C (SEAL) KAITLYN LILY MENDOZA NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20224043277 MY COMMISSION EXPIRES NOV. 14, 2026 B2300075 SUBSCRIBED AND AFFIRMED, 0 ME IN THE C LINTY OF RADO THE DAY OF NOTIC STATE OF OLORADO M Commission Expires __ \jj \J _l4- &oaf p SWORN TO BfFOR0 STATE OF CNt 202.3 20 COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT PR0JECTN0 LCCATKIN I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that t. The price(s) and amount of this bid have been arrived at Independently, without consultation, communication or agreeor m fnnttt fpor the purpose or with the effect of restricting competMton with any other firm or person who Is a bidder 2A. Neither the prtce(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or Potential prime bidder on this prof, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who Is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or Induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 38. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this projeot to submit an intentionaty high, noncompetitive or other form d complementary bid on this project 4. The bid of my firm is made in good faith and not pursuant to any consseation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any Intentbrtalty high, noncom- petitive or other form of complementary bid. 5. sM f from s knot offered entered into a subcontract or agreement regarding the pure or sated materials or any firm orperson, or offered, promised or paid cash or anything of value to any firm or person. whether tit connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetittve or other toms of complementary bid or agreeing or promising to do so on this project. 6. My flan has not accepted or been promised any subcontract or agreement regarding the sate of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in oonslderatbn for my firms submitting any intentionally high, noncompetitive or other form of complementary bid, Of agreeing or promising to do so, on this project 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission d my tiros bid on this project and have been advised by each of them that he or she has trot participated in any communication, consolation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. I understand and my firm understands that any misstatement in this affidavit is and shelf be treated as a fraudulent concealment from the Celorado•Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. C• So Low Transport INC 2nd*womb Um oroarger,Ynana. (tlpra W,4A n 'Mark Aragon nr /d'rZ Vice President oa�a 2-16-2023 Sworn to before me this Notary P,DFo My B2300075 day of, -R.13r0 1 V .yy 20 as Nov- / aMo NOTE: This document must be signed in ink. KAITLYN LILY MENDOZA NOTARY PUBLIC STATE OF COLORADO IYV 'MT Id o 21/44,44.1.1.44€4,„,„,„. MY COMMISSION EXPIRES NOV. 14, 2026 21 tutu. W-9 Slot. Attkpuat 2013) lktutrlrttriatnllts, fnwnury inhNrial 17tJtten$se Sac icy Nam., (ns rh. sun es -t your &fans t.v ralum) So Low Transport INC Ittl•ttttt . rwnw�:` fl• r+•at.itdeed ,limy it u, tl ttrtt.Y.+t1l from .Brun Request for Taxpayer Identification Number and Certification Give Form to the requester, Do not send to the IRS. Crlkt:k :4ppruprlaftt box tax frsdetni tax t r�rrvifk;�tic�r� InrJt,�iritl:srl�Klfat IAnt),'KAM 7-7 �_.. C- rorporatiori �? s c:ort)otaftrxi [T iroiruioril, �1 Y �I rntstfistate lanils)ri trAt�ilily Gcunparty t~n ei the kot clHwwl1vatkxr (CzC crxpairatinn, ti_ S vxwpoialinn, f'•-pednw�r hip -Jr 1 t')11in two rialtxin), Ath.ltart: irefully., •.Ire '•f 'srrf l,t -c ttilerxa_ 19607 cr 50.5 I.r.. attainn 'tr.', Eximiiptiufnst @ to ii Nisactr.Jrt ): Exempt «►wee cocoa Of any) [ xerripttrxt from 1'A1 CA wpm ling code (it ,ny) Lasalle,Co 80645 I.st a ccaxurt ri4rrr$l.rtttl 11i..'iu topuuI41.,Jt RugUiweiltt'v lssrata• 4awl aa1+lrrr c (rtphcapr1) Taxpayer identification Number (TIN) Enter your TiN in the appropriate box The TIN provided must match the name given on the -Name line to avoid backup withholding For individuals, this is your social security number (SSN). However, for a resident alien. Ole proprietor, or de;rega ded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). if you do not have a number. sere How to get a UN r'11 page 3. Note. If the account it.: in more than one name, see the chart on page 4 for guidelines on whose number to enter Certification Es*loyet idemfAculion number (9'O1 - 0.1 1 1 1 1 l4 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2 I am not subject to backup withholding because. (al I am exempt Irons backup withholding or (p) I have not been notified by the Internal R'tvenue Service (IRS) that f am subject to backup withholding as a result of a failure to report all interest or di.tdends. or Cc) the IRS has notified me that I am no longer eubject to backup withholang, and 3 I am a U S. citizen or other U S. parson (defined below); and 4. The FATCA code(s)'entered on this form (if any) indicating that I am exempt Certification instructions. You must cross out item 2 above if you have been ber.auss you have failed to report all interest and dividends on your tax return 'inmost paid, acquisition or abandonment of secured property. cancellation of generally. payments other than intoroct and dividends. you ore not required to instructions on page 3. Sign f signature of Here us. person lb' General Instructions Senior ttrrasic s are to the Ii'rtc-arlir l Revenue Code tfnkAsa r;IIletwi:se noted, Future dsrSopinentb The Ill$ bite tzeutatc1 y page pit IflS-{ps tsar utbwnlafifN, :droll rims W-9, at www.es fpav/w9- bilisnlstion about ;arty Italia•+ tlrrretnissies is allrictin j i trim W 0 frtuts s'tb ktr-pr.intn lwl.ar:to d 4*,, tun rr ra ', t) vat! tm swain! eft snit p;al.•. Purpose of Form Apeisen c$io a se italtui to ICI an atfantatklri rutifrn with tea. ItS swat obtain your correct tap syot ' tanbbcation rinmba (11,4) to oval. far example. income paid to you. "%syimsnls merle to yet Hi nettirwnnot of payment a*tnl and tort! party rintwork ttatraat,tiorw. HMI aotatt• lran'..wtuntr;, a ret+lalttc• Nara est you parts, .auilunitsol ra Etbasl,'inmurttt tit seorkrd pn.N. I ance laticaa at'.1.ptA, c,t rc*rltlt*dunan yid. in.uln to an ERA. Use Earn W.0 Only h you are a U.S. pervcur btu-1udiny a t� ishiiil dhoti, to provide your con out TIN to the ileums, rayuvtding it (thu requester) anti, wlexi scpJttt+:ttbt,,, to: I. Celtlty that lilt,: IRN yuu are giving is collect (a you are th:dbng tut a umbel t(, t$I ixorltarJ). P. Codify that you art, not ssttjoct to ba.;kup withholding, or 3. Claim exerapeon )span backup valhhd dsng it you :are a U.S. •,x.unl,t p,tyei.'. If nppfiotbM, yml rent Sao csntdtitkt that air a 1113 prints's, your alter alJli. %hare: at Any lilakinship Havana (1.4.0) .t f 1 S lxtwir s in not stetrjrx:t to ilk' parsx,n el you are: from FATCA reporting is correct notified by the IRS that you we currently subject to backup withholding For real estate transactions. item 2 does not apply For mattoge dept. contributions to an individual retirement arrangement (IRA). atwi sign the certification. but you must provide your correct TIN See rho Date w ( s ({ _7 witlll'tnidin9 Isix oil foniEpi paarfir'1.xs' share of electively rtnlittected ilvom.L. rind 4. Catty that IA ICA coda{s) mitred art this torin (it an}) inthcetinc) drat you are exempt tree that A t CA reporting, of: trend Nob. D veal ore ., U.$. petMI and a rtv1tkte14% gives you A Min oil n -r thhu1 I r.riir VI t) to Miran! your 'IN. you must use this req uesict's loins tt it is isubstairt144 yrttliktr to an Non sari DotMtbcrn of a V.S. pe) from F to tax puiixJt*taie you .1Io itlti:3idi'slccl *1 U.S. • An inhiuitictel who S a US 1's G len or US. resident :tilers. • A pultrartslori, txuporattc,rr, cowpony, a Aleitle:Mikuri r,, rate:it et axtpit irPti iii tile. t)rtittict Slats► cg ultras ew raven of Si* l.htited States. • An Sate (tither than a fnteign e„ttatn), cx • A cltirtteaii+: tf u (AN defohxi It? iteg Jlations s► ction 3tt 1.7fn 1 0. Special rube for partnerships. Rah 1,7.ttipr. that s:aanck, ; t a troths to trues it tl HI the t.Jiv1',1 Sink:. .istSink:. 4110 tiNtilrcX1 to pay .t wittdlotthtni tax tattler cccbon 5.1.11$ s Mi .uN tcxr qn partners' of effectively corinecro ttouibte eicAsne. horn ,is Id t titer a arc. Futile*, iii nIfsart cumin wletw+ a f'tu ri W-9 toms mil bogs) Wctar.Nl. Hwy echo~ inlets r ,.c,:tscm 14.16► oNiestn a la lbseiJiip to ;Inmate.. Ilya a'main let .1 k rolyrt pegs,Jo, acctst;>ay UPI 14.111 ritalh *ktut I,n. Tla't,kYr• if ytrtr air 41 U.S. 5ts•.rs flit its r N;etlts. its u pal Worth') cotititalietq ai (and., iv txnissimc irl the tinder, 8Lttes. provsife i cam Vi st to the ptstncr asp to e•'>tabki.hyour U.y;. Mahn anti avoid m•cttnn 14146 withholding ai your .shorn at IM:4rtrlr't ;hsla utcrnr+. Cat. No. 1 O231 X B2300075 ra,ttrn Wee (Rev.11-2013) 2013) • 22 CaTI3S),,) CARRIERS Dear Weld County, I am writing this reference at the request of Mark Aragon of So Low Transport Incorporated, who is applying for the Material Hauling Contract of 2023 for Weld County. Mark Aragon has worked closely with myself at JBS Carriers for many years hauling live cattle into the JBS Greeley Beef Plant Mark Aragon has a consistent and reliable work force that only grown due to his exceptional performance at JBS Carriers. What began as a work force with a handful of trucks and within 5 years has evolved into 15 units available as early as 2:30 AM to as late as 10:00 PM daily. So Low Transport employees have a great work ethic, are always reliable for prompt deliveries, as well as maintain dependable equipment. Drivers that Mark employs are respectful and dedicated to the positive representation of themselves and those who has contracted them. In addition, Mark values a good working relationship with his peers and is committed to the daily aspects of trucking services. Therefore, I would highly recommend So Low Transport for their exceptional performance that is demonstrated systematically. If his accomplishments at JBS Carriers are any indication of how reliable his performance for Weld County would be; So Low Transport would be an extremely positive addition to the Material Hauling division. Please do not hesitate to contact me if you should require any further information. Thank you, Nikita Gross JBS Carriers 2401 2nd Ave Greeley, CO 80631 O: (970) 350-4455 C: (469) 534-3597 So Low Transport Inc. Safety Rules and Regulations Safety: Violation or disregard of So Low Transport Inc. or regulatory safety standard, rules and procedures, including, but not limited to, a failure to comply with Federal Motor Carrier Service Act hours of service requirements, State or Federal break requirements, failure to immediacy report to your supervisor any personal injury resulting from an on-the-job accident, or operation or adjustment of equipment without authorization. Any violation of So Low Transport inc. safety policy and procedures may result in termination. Safety Policies All drivers are expected to comply with Federal, State, and local laws as well as So Low Transport Inc. policies. Seat Belts: FMCSA regulations specify that a commercial motor vehicle may not be driven unless that driver has properly restrained themselves with the seat belt assembly. So Low Transport requires all of its driver to properly wear seatbelts when operating any Company equipment or leased vehicle. Violations of this policy may result in disciplinary action up to an including termination. Backing, Speeding, U -Turns: it is the policy of So Low Transport that the driver of either Company equipment or leased vehicle get out of look before backing. Driving in excess of the posted speed limits in a Company vehicle is against the FMCSA regulations and is a violation of the Company policy that may result in disciplinary action up to and including termination. U-turns on any road are strictly prohibited and a violation of Company policy that may result in disciplinary action up to and including termination. Citations: A driver that receives any type of citation that may affect their Motor Vehicle Record must notify So Low Transport immediately by calling (970) 333-2OO9 and will be subject to the review of So Low Transport. Vehicle Inspections and Maintenance Policy: Federal regulations require that vehicles are free of all mechanical defects, which could result in unsafe operations of the vehicle, through inspection, repair, and maintenance as stipulated in the FMCSA. So Low Transport prohibits the operation of a motor vehicle in such condition as to likely cause an accident or a breakdown of a vehicle. Following Federal regulations, drivers are required to complete a daily pre and post trip inspection of the vehicle. In addition, with the pre and post inspection drivers will need to do a walk around inspection of all equipment at each stop. Hours of Service and Break Requirements: As a driver of So Low Transport you are required to comply with all FMCSA regulations as well as applicable State break requirements. It is a driver's responsibility to maintain their Hours of Service and mandatory break records. Non-compliance with this policy will result in disciplinary action. Prior to a trip beginning Drivers will be presented with a trip plan for the trip, pick- up date, drop off date, pick up location, and drop off location. Drivers are required to review the trip plan and confirm that they have sufficient time to safely complete the trip with the pick-up and drop off window while also complying with State and Federal break requirements. 2/16/23, 9:26 AM SAFER Web - Company Snapshot SO LOW TRANSPORT INC ® USDOT Number 0 MC/MX Number 0 Name 'Ente- Value: 1605728 rsearcai Company Snapshot ID/Operations I Inspections/Crashes to US I rnpections/Crashes In Canada I Safety Rating SO LOW TRANSPORT INC USDOT Number: 1605728 Carriers: If you would like to update the following ID/Operations information, please complete and submit form MCS-150 which can be obtained online or from your State FMCSA office. If you would like to challenge the accuracy of your company's safety data, you can do so using FMCSA's Da_aQs system. Other Information for this Carrier SMS Results Licensing & Insurance Carrier and other users:FMCSA provides the Company Safety Profile ,(CSP) to motor carriers and the general public interested in obtaining greater detail on a particular motor carrier's safety performance then what is captured in the Company Snapshot. To obtain a CSP please visit the CSP order page or call (800)832-u660 or (703)280-4001 (Fee Required). For help on the explanation 6 --,individual data fields, click on any field name or for help of a general nature go to SAFER General HHlp. The Information below reflects the content of the FMCSA management information systems as of 02/15/2023. • Entity_yrpe: } Operating Status: Legal Name: DBA Name Physical Address: CARRIER ACTIVE SO LOW TRANSPORT INC Out of $nrvico Data. None -41 195607CR505 LASALLE, CO 80645 Phone (970) 3332009 Wailing Ad res i LOOT Number; MCIMX/FF Number(); Power Units; MCS-150 Form Date: 08/01/2022 Operstton Classificalianz 195607 CR 50 5 LASALLE, CO 60645 ami VW 1605728 #s eratIon: Auth. Fa Hire x Exempt For Hire Private(Property) Priv. Pass. (Business) State %aunty Ii) Nunli *rr GUNS Number: Drivers; MCS-1 S0 Wotan -Mk Priv. Pass.(Non- business) Migrant U.S. Mail Fed. Gov't Cara* Carried: Interstate 1 9,800 (2021) State Gov't Local Gov't Indian Nation Intrastate Only (HM) General Freight Household Goods Metal: sheets, coils, rolls Motor Vehicles Drive/Tow away Logs, Poles, Beams, Lumber Suilding Materials Mobile Homes ' Machinery, Large Objects Fresh Produce Liquids/Gases Intermodal Cont. Passengers Oilfield Equipment x Livestock Grain, Feed, Hay Coal/Coke Meat Garbage/Refuse US Mail Intrastate (Non -HM) Chetnicz Commoc -c* Beverage Refnger -#•` Paper toJ Pr- �� s, f Utilities 't l�1Agricultut ` Supplies Construct Water We Ji(‘4ce ID/Operations I Inspections/Crashes In US I Inspections/Crashes In Canada I Safety Rating https://safer.fmcsa.dot.gov/query.asp 1/3 2/16/23, 9:26 AM SAFER Web - Company Snapshot SO LOW TRANSPORT INC US Inspection results for 24 months prior to: 02/15/2023 Total Inspections: 3 Total IEP Inspections: 0 Note: Total inspections may be less than the sum of vehicle, driver, and hazmat inspections. Go to In�motions Help for further information. Inspection Type Inspections �= Out of Service Out of Service NaYI Average No as of DATE 0112712023` Vehicle 0 22.05% Driver 3 0 0% Hazmat 0 6.58% 4.51% IEP 0 N/A .OOS rates calculated based on the most recent 24 months of inspection data per the -latest monthly SAFER Snapshot. p„, Crashes reported to FMCSA by states fo"r 24 months prior to: 02/15/2023 Noie: Crashes listed represent a motor carrieree, involvement in reportable crashes, without any determination as to responsibility. Type Crashes.`; Fetal Crashes: Injury Tow Total 1 1 operations J Ipections/Crashes In US J Inspections/Crashes In Canada J Safety Rating Canadian Inspection results for 24 months prior to: 02/11/2023 Total inspections: 0 Note: Total inspections maybe less than the sum of vehicle and driver inspections. Go to Jnspections Help for further information. Inspection Type Inspections 7. Out of Service I Out of Servlca YeE n peoOena Vehicle 0% Driver 0% Crashes results for 24 months prior to: 02/1512023 Note: Crashes listed represent a motor carrier0E, involvement in reportable crashes, without any determination as to responsibility. Crashes• Type = Fetal Injury a Tow Total Crashes ' 0 0 0 0 ID/Operations J Ins Inspections/Crashes In Canada I Safety Rating The Federal safety rating does not necessarily reflect the safety of the carrier when operating fn intrastate commerce. Cantor SefelY R��ti The rating below Is current as of: 02115/2023 Review Information: Review Date: Rating Date: Rating: ;None None None Type: a None SAFER Horne j I -,effback I Privacy Policy ,1`; ,,ov I . re,,fforn of Inf0rma.i. rtat { 6)Irt; i Acmnibilify I GIG Hotline Policies and Importnot Link, ( ('iii,,, !lt)C! Ne,, ,rsoy,enue r:,ninate ofor (;artier Safely AclminislraiitSr} 2t1��?ti' 1-89i]-BJt-`F560' TTY' 1-f500-?3Y'F-�3:.S3y • F�e4G i%ffi6N fCr a6;� https://safer.fmcsa.dot.gov/query.asp 2/3 SAFER Web - Company Snapshot SO LOW TRANSPORT INC https://safer.frrcsa.doLgov/query.asp 3/3 COLORADO Department of Revenue Division of Motor Vehicles 1881 Pierce St Lakewood, CO 80214 MARK ANTHONY ARAGON 19587 COUN"Y ROAD 50.5 LA SALLE CO 80645-4419 ill li) t�ll�� ,i 'lll OFFICIAL COLORADO SEVEN-YEAR DRIVER RECORD Customer Identifier Driver Information ARAGON MARK 19587 County Road 50 Current Credentials 13 -Feb -2023 Letter: L0094849922 ANTHONY La Salle Male 5' 10" 160 Brown Brown Weld Co 80645 USA Adult Class A License Status A Valid 27 -Aug -2021 01 -Jun -2025 NCL: Valid CDL: Valid Endorsements Interlock End: SR22 End: Points 12Month Points: 0 24 Month Points: 0 Endorsement Double and Triple Trailers Motorcycle Tanker 8: HAZMAT Non -Commercial Summary (NCL) 0 Commercial Summary (CDL) l3 Credential History Adult Class A License Adult Class A License Adult Class A License 0 0 0 Adult Class A License Adult Class A License Adult Class A License. 19 -Jul -2021 06 -Jun -2017 30 -Jut -2013 T, M, N T, M, N T, M, N 01 -Jun -2025 Renew 01 -Jun -2021 Renew 01 -Jun -2017 Renew Request Date/Time: 13 -Feb -2023 10:22:13 dL210 Account #: Name: MARK ANTHONY ARAGON "Accident" reflects involvement only and does not imply fault As of the printed date of this motor vehicle record, this report serves as a clearance letter. The above named person in eligible to apply for an NCL driver license in the State of Colorado. Request Date/Time: 13 -Feb -2023 10:22:13 dL210 So Low Transport Drivers: Mark Aragon. Crystobal Gonzalez Roberto Sammy Hernandez James Armijo, Anthony Aragon Darrion Geiger Austin Victor Alberto Velador David Delacruz-Aparicio Ontonoel Cerda Pedro Vasquez Sub Contractors: Windens Transport Tom Winden Ethan Winden Subcontractors Available to use: CG Trucking Venzor Transportation Rockies Trucking Dedicated Trucking Certified Trucking DLC Trucking Frontizr Transports Mark Aragon 97O-333-2009 So Low Transport Mark Aragon 970-333-2009 1997 Peterbitt N-14 Cummins Dump Truck 1,200,863 1XP5D69XOVD410194 2000 Peterbitt 550 cat 1,065,000 1XP5DB9XOYN549393 1996 Kenworth C15 Cat Dump Truck . 800,000 1XKDDB9TJO687290 2001 Peterbitt c 16 cat Low Boy Truck 786,020 . 1XP5DBOX41D569378 1996 Kenworth Cat E model 925,000 1XKDD29XXTR730326 1996 Peterbitt Day Cab Cat 1,126,000 1XP5DB9X4TD417249 1995 Kenworth dump E model cat 725,0050 1XKWDR9XBRR623558 1997 Kenworth m14 cummins 1,000,300 1XKAPBEX2VJ754900 2008 Peterbitt ISM Cummins 526,453 1XPTD49X08D760313 2008 Peterbi:t ISM Cummins 1,082,000 1NPWL09X98D753122 2003 PeterbittC16 Cat 900,000 1XP5DB9X13N591502 2005 Kenworth c 15 cat 1,090,000 1XKDDB9X05J114801 2008 Peterbitt c15 cat 900,000 1XPXDB9X28D754499 2008 Peterbitt ISM Cummins 678,029 1XPVD09X08D757011 1998 Peterbitt Detroit 1,354,000 1XPSDB9X7WN470834 1996 Kenworth N 14 Cummins 920,000 1XKWDB9X4TJ688484 2005 Kenworth C 15 Cat 1,100,054 1XKDDB9X05J114801 1994 Kenworth Detroit Dump Truck ' 724,026 1XKWDR9X8RR62358 1997 Peterbitt E model Cat 425,620 1XP5D69XOVD41094 So Low' Transport Belly Dumos (See attached Sheets) 2023 Ranco 192106 k 2023 Ranco 192107 � v V� 2021 CPS 201832 } 2020 CT 000189 v-rA g� �c3 rn y L 4000 -7y 2020 CT 000356 & 'r 1 V- 4 ! I tl ar: 2020 CT 000444 'V.ZW S -r V 1140'a-11 StL4 UcJ 2020 CT 000445 2020 CT 000456 2017 Ma 165590 I✓ 514 ita qb 140 13 S`SS a 2010 Trail King 041782 2024 Dura Had 1008408 2024 Dura Haul 1008409 2024 Dura Haul 1008410 2024 Dura Haul 1008411 2020 Clement 20U508 1/24 SC. 2 Ct4 Nab?L rn o (t 3 (Oq 2020 Clement 20U514 l (/ 0 b'? L. (Vi O I t 3 (4'5- 2020 Clement 20U515 urA ecc ac Ng U be) I nit b I (so, Mark Aragon 970-333-2009 (,digi aCeAttonotiit4 vkYt Kric0 n*`mbus i . c`g. :Tow t wt h N10,,tz . So Low transport 19587 cr 50.5 Lasalle, CO 80645 11O elovesurn�l�hne, VIN Stock No. Make Model ype Color Suspension Type IMCO Trailers 4565 E 74th Ave Commerce City, CO 80022 wWw.imcotrailersc9112 (303) 288-4040 970-333-2009 5C2CH40B7LM011364 206508 Clement Belly dump bottom dump White Spring ALL USED TRAILERS/ITEMS ARE SOLO IN "AS IS. CONDITION, AND NO WARRANTY, EXPRESSED OR IMPLIED, IS MADE. THE EXPRESS WARRANTY OF 'TRAILER MANUFACTURERS, IN RESPECT TO THE GOODS DESCRIBED HERIN IS IN LIEU OFANY AND ALL OTHER WARRANTIES, EXPRESSED OR IMPLIED, NO IMPLIED WARRANTY OF MERCHANTABILITY IS MADE AND THERE ARE NO WARRANTIES WHICH EXTEND BEYOND THE DESCRIPTION OF THE FACE HEREOF miou +tea Al3Ol SAME SALES ORDER MANNY LISTED PRICE Unit Price Federal Excise Tax Down Payment Trade Allowance Balance Due $36,889.65 BUYER AGREES TO PURCHASE THE ABOVE EQUIPMENT FROM SELLER AT THE PRICES SEI FORTH ABOVE AND ON THE TERMS STATED ON THE FACE AND SECOND PAGE HEREOF BUYER GRANTS TO SELLER A SECURITY INTREST IN EQUIPMENT DESCRIBED HEREIN UNTILL PAYMENT HAS BEEN MADE IN FULL NOTICE OF ACCEPTANCE IS HERBY WANED. Dealer Rep Manny Quezada IMCO TRAILERS - HAND -BUILT IN COLORADO SINCE 19S8 So Low transport 19587 cr 50.5 Lasalle, CO 80645 hopelovesu@yahoo.com IMCO Trailers 4565 E 74th Ave Commerce City, CO 80022 www. imcotrailcrs.com (303) 288-4040 970-333-2009 SAME MANNY VIN Stock No. Make Model Ype Color Pension Type USED SELL AS IS SC2CH40B9LM011365 208514 Clement Belly dump bottom dump White Spring TRADE DESCRIPTION Stock No. Make Model Type Color uspension Type FOB IMCO TRAILERS EQUIPMENT SPECIFICATIONS/OPTIONS ITEMIZED CHARGES LISTED PRICE $35,850,00 Unit Price $35,850.00 Federal Excise Tax USED Total Colorado State Sales Tax $1,039.65 Down Payment Trade Allowance Balance Due $36,889.65 BUYER AGREES TO PURCHASE THE ABOVE EQUIPMENT FROM SELLER AT THE PRICES SET FORTH ABOVE AND ON THE TERMS STATED ON THE FACE AND SECOND PAGE HEREOF BUYER GRANTS TO SELLER A SECURITY INTREST IN EQUIPMENT DESCRIBED HEREIN UNTILL PAYMENT HAS BEEN MADE IN FULL NOTICE OF ACCEPTANCE IS HERBY WAIVED, Buyer/Print Buyer Signature Title H Cwperashrn, signature and title el Offircgr Dealer Rep Manny Quezada ALL USED TRAILERS/ITEMS ARE SOLD IN "AS IS" CONDITION, AND NO WARRANTY, EXPRESSED OR IMPLIED, IS MADE.. THE EXPRESS WARRANTY OF TRAILER MANBFACTURERS, IN RESPECT TO THE GOODS DESCRIBED HERM IS IN LIEU OF ANY AND ALL OTHER WARRANTIES, EXPRESSED OR IMPLIED, NO IMPLED WARRANTY OF MEBCHANTAMITY IS MADE AND THERE ARE NO WARRANTIES WHICH EXTEND BEYOND THE DESCRIPTION OF THE FACE HEREOF. IMCO TRAILERS - HAND -BUILT IN COLORADO SINCE 1958 So Low transport 19587 cr 50.5 Lasalle, CO 80645 h hoo.com IMCO Trailers 4565 E 74th Ave Commerce City, CO 80022 www.iimcotrailers.corn (303)288-4040 970-333-2009 USED SELL AS IS VIN Stock No. Make Model Type Color Suspension Type SC2CH408o1.M011366 208515 Clement Belly dump bottom dump White Spring TRADE DESCRIPTION VIN Stock No. Make Model Type Color Suspension Type FOB IMCO TRAILERS EQUIPMENT SPECIFICATIONS/OPTIONS 1111.11 SAME ITEMIZED CHARGES LISTED PRICE Unit Price Federal Excise Tax Total Colorado State Sales Tax DER, MANNY $35,850.00 $35,850.00 USED $1,039.65 Down Payment Trade Allowance Balance Due $36,889.65 BUYER AGREES TO PURCHASE THE ABOVE EQUIPMENT FROM SELLER AT THE PRICES SET FORTH ABOVE AND ON THE TERMS STATED ON THE FACE AND SECOND PAGE HEREOF. BUYER GRANTS TO SELLER A SECURITY INTREST IN EQUIPMENT DESCRIBED HEREIN UNTILL PAYMENT HAS BEEN MADE IN FULL NOTICE OF ACCEPTANCE IS HERBY WAIVED. Buyer/Print cw Buyer Signature Title AI [orpwraikn, s!gna Dealer Rep Manny Quezada DLrr ALL USED TRAFLERWITEMs ARE SOLD IN' AS IS" CONDITION; AND NO WARRANTY, EXPRESSED OR IMPLIED, IS MADE THE EXPRESS WARRANTY OF TRAILER MANUFACTURERS, IN RESPECT TO THE GOODS DESCRIBED HERIN IS IN LIEU OF ANY AND ALL OTHER WARRANTIES, EXPRESSED OR IMPLIED, NO IMPLIED WARRANTY OF MERCHANTABILITY IS MADE AND THERE ARE NO WARRANTIES WHICH EXTEND BEYOND THE DESCRIPTION OF THE FACE HEREOF, IMCO TRAILERS - HAND -BUILT IN COLORADO SINCE 1958 TELEPHONE 303-295-11/7 FAX # 303-295-09.15 STATE TITLED IN: CUSTOMER STREET COUNTY Phone STREET COUNTY USED EQUIPMENT SALES ORDER UTILITY TRAILER SALES OF COLORADO 9200 BRIGHTON ROAD HENDERSON, CO 80640 ATE 2 16/23 EMAIL: So Low Trans ort7 �+ , PURCHASE ORDER 7 7 STATE FAX TITLE ADDRESS QTY 1 TYPE Belly Dump. Y R / MAKE 2021CPS LENGTH / WIDTH REFRIGERATION UNIT N!A YR/MAKE QTY 2 TYPE Ben,_,_Dump y p YR / MAKE 2023 Ranco REFRIGERATION UNIT LENGTH / N/A YR / MAKE QTY TYPc YR/MAKE ` LENGTH / WIDTH REFRIGERATION UNIT YR/MAKE QTY TYPE YR / MAKE LENGTH / WIDTH REFRIGERATION UNIT YR/MAKE FOLLOWING INCLUDED: TRADE QTY TRADE QTY LUNCIT/PUS OF PUKCHAIE 1. THE SELLER MAKES DI) CLAMS AS TO THE CONDITION OF THE ABOVE USED EQU,I?`MENT. 2. THIS USED EQGIPMEHT IS FOR DAL_ AS IS WITHOUT WARRANTY AND IS NOT FOR SALE UNDER, ANY QT/PER CD/ U/TION. 3. THE BUYER AGREES T© ACCEPT ANY AND ALL. LOSSES SUFFER.) BY THE FAILURE OF THIS EOU Pg!';;';, F. is YsOIJ L3L NCT AGREE WITH THESE f OIVOIT'ItONS LO N,,,T SIG, THIS CIDER OR BUY 14f> L'yf 2 EUUIFDEGI DELIVERY F,O.B. YEAR/MAKE YEAR/MAKE SALESMAN K le Everett CITY ZIP CITY P STATE > ZIP '' R/CQ 40' SIN 201832 N/AS!N $ 44,900,00 WA UE # TBD 40'_ SIN 1821061192107 N �N N/A UE # S/N SIN UE # S/N S/N uE # SERIAL NUMBER SERIAL NUMBER SALE PRICE SERVICE WORK PARTS TOTAL SUB TOTAL STATE TAX 2.9% RID TAX 1.1% TAX NET DIFF INC TAX DEPOSIT W/ ORDER TOTAL AMOUNT DUE CUSTOMER 54, 900.00 TBD $ 154,700.00 S 154, 700 �00 APPLICABLE TAXES EXTRA s i 54,700 00 TELEPHONE 303-295-1197 FAX # 303-295-0925 CUSTOMER STREET COUNTY Phone STREET COUNTY STATE TITLED IN: USED EQUIPMENT SALES ORDER UTILITY TRAILER SALES OF COLORADO DATE 2/16/23 9200 BRIGHTON ROAD HENDERSON, CO 80640 So Low Transport i1 7 CR S-O`S 977 333r)rffi TITLE ADDRESS EMAIL: STATE FAX # uea STATE PURCHASE ORDER # CITY CL2 l(s(l(r ZIP CITY k i Cr Co ZIP Vc/41t S( QTY 5 TYPE Belly Dump YR / MAKE 2020 CT LENGTH / WIDTH REFRIGERATION UNIT N/A YR / MAKE TY 1 TYPE Belly Dump YR / MAKE 2017 Mar LENGTH / WIDTH REFRIGERATION UNIT N/A YR / MAKE 40' SIN See Below N/A S/N N/A 40' S/N See Below N/A $/N N/A QTY 1 TYPE Belly -Dump YR / MAKE 2010 Trail King LENGTH 1 WIDTH 40' S/N See Below REFRIGERATION UNIT N/A YR / MAKE N/A 0/N N/A QTY 4 TYPE Belly Dump YR / MAKE 2024 Dura Haul LENGTH / WIDTH ' REFRIGERATION UNIT N/A YR / MAKE 40' N/A SIN S/N See Below N/A 9,900.00 UE # TB UE # 2,900.00 TBD 24,900,00 UE # TBD $ 51,900.00 UE # TB FOLLOWING INCLUDED: Serial numbers in order of the list above. 000189, 000356, 000444, 000445, 000456. 165590 041782, 1008408, 1008409, 1008410, 1008411 TRADE QTY TRADE QTY YEAR/MAKE YEAR / MAKE SERIAL NUMBER SERIAL NUMBER C ND8 T IONS OF PURCHASE . THE SELLER it l.-°,l:ES NO CLAIMS A:3 TO THE C . NIOMON OF THE- ABOVE USED 2, TH7F, LSEO EQUIPMENT !j FOR SALE. AS IS Wtn-IOUT WARRANTY AND 'S ,OT FON SALE UNDER ANY OTHER CONDITION. THE OTTER AGREES . �' TC/ ANY ANC 00TTS SUFFERED AY THE PAILLI,E OF MIS EQUIPMENT, >. IF YOU DO NOT AGREE EE WITH TF,,ESE CO[`;Qmous DO NOT S GN THIS ORDER OK BUT THIS l;S'TO EiTUIPMENI DELIVERY F.O.B. DENVER, CO SALESMAN Kyle Everett SALE PRICE SERVICE WORK 464,900.00 PARTS TOTAL SUB TOTAL STATE TAX 2.9% RTD TAX 1.1% TAX NET DIFF INC TAX DEPOSIT W/ ORDER TOTAL AMOUNT DUE CUSTOMER 464,900:00 APPLICABLE TAXES EXTRA 464,900 00 Gar COLORADO Department of Revenue Division of Motor Vehicles 1881 Pierce St l.,akewood, CO 80214 DAVID DELACRUZ-APARICIO 712 TAKIN DR" SEVERANCECO 80550-3811 Itl OFFICIAL COLORADO SEVEN-YEAR DRIVER RECORD Customer Identifier Driver Information DELACRUZ-APARICIO DAVID 712 Cabin Dr Current Credentials Status 13 -Feb -2023 Letter: L0094837021 Male Severance Weld 5' 07" 170 Black Black Co 80550 USA Adult Class A License Valid 30 -Oct -2022 16.0ct-2026 Points NCL: Valid CDL: Valid Endorsements Tanker Vehicles Interlock End: 5R22 End: 12 Month Points: 0 24 Month Points: 0 Non -Commercial Summary (NCL) 0 Commercial Summary (CDL) u Credential History Adult Class A License 0 0 Adult Class A License • Adult Class A Permit Adult Regular License Adult Regular License 25 -May -2018 16 -Apr -2018 07 -Dec -2016 20 -Oct -2015 16 -Oct -2022 Renew 13 -Oct -2018 Completed 16 -Oct -2021 Upgraded 16 -Oct -2020 Renew Request Date/Time: 13 -Feb -2023 13:11:48 dL210 Account 0: Name: DAVID DELACRUZ-APARICIO "Accident" reflects involvement only and does not imply fault As of the printed date of this motor vehicle record, this report'serves as a clearance letter. The above named person is eligible to apply for an NCL driver license in the State of Colorado. Request Date/Time: 13 -Feb -2023 13:11:48 dL210 COLORADO Department of Revenue Division of Motor Vehicles 1881 Pierce St Lakewood, CO 80214 ALBERTO VELADOR 2630 HEATHER LN EVANS CO 80620.9267 OFFICIAL COLORADO SEVEN-YEAR DRIVER RECORD Customer Identifier Driver Information VELADOR ALBERTO 2630 Heather Ln Current Credentials - Evans 13 -Feb -2023 Letter: L0094890929 1,O13 Male 0 09" 185 Brown Weld Co Black 80620 USA Adult Class A License Status Valid 28 -Feb -2022 18 -Nov -2026 Points NCL: Valid` CDL: Valid Endorsements Tanker Vehicles Interlock End: 28 -Sep -2019 12 Month Points: 0 SR22 End: 28 -Sep -2020 24 Month Points: 1 Non -Commercial Summary (NCL) Commercial Summary (CDL) Credential History X1.1 Adult Class A License 6 2 Adult Class A License " 13 -Jul -2020 Adult Class A Permit 13 -May -2020 Adult Regular License 30 -Sep -2019 Adult Interlock License 25 -Oct -2017 Adult Restricted Instruction Permit 28 -Sep -2017 Adult State ID 09 -May -2017 Request Date/Time: 13 -Feb -2023 10:57:16 18 -Nov -2024 Renew 09 -Nov -2020 Completed 18 -Nov -2024 Upgraded 18 -Oct -2019 Not Valid 18 -Oct -2019 Completed 18 -Nov -2022 Upgraded dL210 dult Class A License Adult Class A License Adult Class A Permit Adult Regular License Adult Regular License`: Adult Regular License' 05 -Jul -2016 29 -Jan -2016 13 -Jan -2016 06 -Jan -2016 19 -Feb -2014 05 -Dec -2011 Withdrawal of Priviie e 1. 181086731 Sespended Insurance Terminated 13 -Nov -2018 13-900-2018 20 -May -2019 ALL 2. 16236727 Suspended Child Su 2. 16236256 Support Nonpym nt 21 -Sep -2016 21 -Sep -2016 28 -Sep -2017 ALL Revoked Refusal Non-Cmv 4. 16206257 22 -Aug -2016 21 -Aug -2017 28 -Sep -2017 CDL Revoked Refusal 5. 16371907 22 -Aug -2016 21 -Aug -2017 28 -Sep -2017 ALL Revoked Dui Conviction 22 -Aug -2016 21 -May -2017 28 -Sep -2017 ALL 6. 16371732 Revoked l Dui/AlcohoNon-CMV = 22 -Aug -2016 21 -Aug -2017 28 -Sep -2017 CDL Administrative Law Enforcement Interactions 1. Express Consent 02 -Jul -2016 Refusal Account 0: 08-004- VELADOR 03 -Sep -2016 Downgraded 18 -Nov -2020 Replacement 11 -Jul -2016 Completed 18 -Nov -2021 Upgraded 18 -Nov -2019 Returned To Department 18 -Nov -2016 Renew WELD SO 3290651 Convictions 1. Conviction 31 -Aug -2021 09 -Nov -2021 W E L WELD SO WELD COUNTY WC327155 No Yes No No CO 1) Speeding 5-9 over limit 2• Conviction (12 -Jut -2016 15 -Dec -2016 WELD SO WELD COUNTY WC326479 Yes Yes No No CO 1) Drove Vehicle While Under the Influence of Alcohol/Drugs Admin 1 Admin 1 Conviction 2 Conviction 2 Des Withdrawal3 Wthdrawal 4 "Accident" reflects involvement only and does not imply fault As of the printed date of this motor vehicle record, this report serves as a clearance letter. The above named person is eligible to apply for an NCL driver license in the State of Colorado. Request Date/Time: 13 -Feb -2023 10:57:16 9704752400 9704752400 Withdrawal 5 Withdrawal 6 dL210 (COLORADO l: Department of Revenue Division of Motor Vehicles 1881 Pierce St Lakewood, CO 80214 AUSTIN VICTOR 3O2 1ST ST KERSEY CO 80644-5006 Customer Identifier Driver Information OFFICIAL COLORADO SEVEN-YEAR DRIVER RECORD 13 -Feb -2023 Letter: L0094839578 t;≤ VICTOR 302 1St St AUSTIN Current Credentials Kersey Male 6' 00" 150 Hazel Weld Co Brown 80644 USA Adult Class A License Status Valid 03 -Nov -2021 30 -Oct -2025 Points NCL: Valid CDL: Valid Non -Commercial Summary (NCL) 4 2 Commercial Summary (CDL) Interlock End: SR22 End: 12 Month Points: 0 24 Month Points: 0 0 Credential History ;.i..,�r Minor Class A License Minor Class A Permit Minor License Minor Permit Minor State ID -: 27 -Dec -2018 05 -Nov -2018 17 -Oct -2017 17.Oct-2016 09 -May -2016 19 -Nov -2021 Renew 04 -May -2019 Completed 19 -Nov -2021 Upgraded 17 -Oct -2019 Completed 30 -Oct -2021 New Issuance Request Date/Time: 13 -Feb -2023 11:04:10 dL210 Account #: Name: AUSTIN VICTOR Request Date/Time: 13 -Feb -2023 11:04:10 dL210 COLORADO Department of Revenue Division of Motor Vehicles , 1881 Pierce St Lakewood, CO 80214 DARRION MARTIN GEIGER 1796 OXFORD;DR LOVELAND CO 80538-5202 IIIINE210 1111 OFFICIAL COLORADO SEVEN-YEAR DRIVER RECORD Customer Identifier Driver Information 13 -Feb -2023 Letter: L0094859690 Hame GEIGER 1796 Oxford Dr Previous Name DARRION MARTIN Loveland Male 5' 10" 190 Brown Larimer Co Brown 80538 USA GEIGER DARRION Current Credentials Adult Class A License Status A Valid 24 -May -2020 27 -Jul -2024 Points NCL: Valid CDL: Valid Endorsements Interlock End: SR22 End: 12 Month Points: 4 24 Month Points: 4 Motorcycle Non -Commercial Summary (NCL) Adult Class A License Commercial Summary (CDL) z Credential History 0 fj Adult Class A Permit Adult Class A Permit Adult Regular License 06 -May -2020 05 -Dec -2019 21 -Sep -2017 M 02 -Nov -2020 Completed 01 -Aug -2020 Renew 27 -Jul -2022 Upgraded Request Date/Time: 13 -Feb -2023 10:34:47 dL210 Account #: Name: DARRION MARTIN GEIGER Adult Regular License 20 -Nov -2014 M 27 -Jul -2019 Request Date/Time: 13 -Feb -2023 10:34:47 dL210 COLORADO Department of Revenue Division of Motor Vehicles A881 Pierce St Lakewood, CO 80214 ANTHONY JOSEPH ARAGON 19607 COUNTY ROAD 50.5 LA SALLE CO 80645.4420 Customer Identifier Driver Information ARAGON 19607 County Road 50.5 Current Credentials Status NCL: Valid CDL: Valid Endorsements Y:. Motorcycle Tanker Vehicles Restrictions Adult Class A License OFFICIAL COLORADO SEVEN-YEAR DRIVER RECORD ANTHONY JOSEPH La Salle III 13 -Feb -2023 Letter: L0094876350 Male 5' 08" 190 Brown Weld Co A Valid Interlock End: SR22 End: Adult Class A License Adult Class A License 80645 USA 10 -Feb -28O3 24 -Jun -2027 Points 12 Month Points: 0 24 Month Points: 0 ict ion Corrective Lenses Hand Controls Non -Commercial Summary (NCL 0 Commercial Summary (CDL 0 Credential Histo Adult Class A License 0 0 0 0 Adult Class A License Adult Class A License 09 -Jun -2020 m, H 0 Request Date/Time: 13 -Feb -2023 11:46:20 0 24 -Jun -2024 Renew dL210 Account 0: Name: ANTHONY JOSEPH ARAGON ' Adult Class A LWense Adult Class A License 23 -Jun -2016 03 -Aug -2012 M, N M, N 24 -Jun -2020 Renew 24 -Jun -2016 Renew "Accident" reflects involvement only and does not imply fault Ai of the printed date of this motor vehicle record, this report serves as a clearance letter. The above named person is eligible to apply for an NCL driver license in the State of Colorado. Request Date/Time: 13 -Feb -2023 11:46:20 dL210 ,,,, „. COLORADO Department of Revenue Division of Motor Vehicles 1881 Pierce St Lakewood, CO 80214 JAMES ARMIJO 111 CHEYENNE AVE EATON CO 80615-3464 OFFICIAL COLORADO SEVEN-YEAR DRIVER RECORD Customer Identifier Driver Information ARMIJO 111 Cheyenne Ave Previous Name 11 13 -Feb -2023 Letter: L0094847230 Male 5' 11" 345 Brown White Eaton Weld Co 80615 USA ARMIJO JAMES Current Credentials Adult Class A License Status A Valid 15 -Jun -202 10 -Jut -2026 Points NCL: Valid CDL: Valid Endorsements Interlock End: SR22 End: 12 Month Points: 0 24 Month Points: 0 Double and Triple Trailers Passenger Tanker Vehicles Restrictions ci Adult Class A License Adult Class A License Adult Class A License No Class A Passenger Vehicle Adult Class A License Non -Commercial Summary (NCL) Commercial Summary (CDL) 0 0 0 Request Date/Time: 13 -Feb -2023 11:49:17 dL210 Account #: Name: JAMES ARMIJO Credential History Adult Class A License' Adult Class A License Adult Class A Li`eense , Adult Class A License Adult State ID "Accident" reflects involvement only and does not imply fault As of the printed date of this motor vehicle record, this report serves as a clearance letter. The above named person is eligible to apply for an NCL driver license in the State of Colorado. Request Date /Time: 13 -Feb -2023 11:49:17 dL210 COLORADO Department of Revenue Division of Motor Vehicles 1881 Pierce St Lakewood, CO 80214 ROBERTO SAMMY HERNANDEZ 3030 HAWK DR EVANS CO 80620-9543 N OFFICIAL COLORADO SEVEN-YEAR DRIVER RECORD Customer Identifier Driver Information 13 -Feb -2023 Letter: L0094832901 HERNANDEZ ROBERTO 3030 Hawk Dr Current Credentials SAMMY Male 5' 11- 244 Brown Evans Weld Co Brown 80620 USA Adult Class A License Status A Valid 30 -Mar -2022 16 -Apr -2026 Points NCL: Valid ' COL: Valid Endorsements Interlock End: SR22 End: 12 Month Points: 0 24 Month Points: 0 Motorcycle Tanker Vehicles Non -Commercial Summary (NCL) 2 Commercial Summary (CDL) 2 Credential History Adult Class A License Adult Class A License 2 0 7 0 0 Adult Class A License Adult Class A License Adult Class A License • Adult Class A License Adult Regular License ' 25 -Jun -2018 12 -Mar -2018 01 -Sep -2015 08 -Aug -2014 24 -Jun -2013 M, N M M 16 -Apr -2022 Renew 16 -Apr -2022 Renew 16 -Apr -2018 Renew 16 -Apr -2018 Replacement 16 -Apr -2018 Upgraded Request Date/Time: 13 -Feb -2023 11:55:38 dL210 Account #: Name: ROBERTO SAMMY HERNANDEZ Adult Instruction Permit,.. 22 -May -2013 Request Date/Time: 13 -Feb -2023 11:55:38 dL210 COLORADO Department of Revenue Division of Motor Vehicles 1881 Pierce St Lakewood, CO 80214 CRYSTOBAL GONZALEZ 821 6TH ST FORT LUPTON CO 80621 Customer Identifier';; Driver Information ;;` Mt MI OFFICIAL COLORADO COMMERCIAL FULL DRIVER RECORD 13 -Feb -2023 Letter: L0094844246 GONZALEZ 821 6Th St Current Credentials CRYSTOBAL Fort Lupton Male 6' 02" 225 Brows Black 80621 USA Co Status Adult Class A License A Valid 05 -Apr -2019 15 -Mar -2023 Points NCL: Valid CDL: Valid Endorsements Interlock End: SR22 End: 12 Month Points: 0 24 Month Points: 0 Tanker Vehicles Non -Commercial Summary (NCL) Adult Class A License 5 0 Commercial Surma, y (CDL) 2 Credential History 0 0 I re.fir. ype _ Minor Class A License Provisional License Minor Class A Permit Minor License Minor Permit 06 -Sep -2018 04 -Sep -2018 23 -Mar -2018 04 -Feb -2015 20 -Aug -2013 04 -Apr -2019 Renew 04 -Apr -2019 Upgraded 19 -Sep -2018 Completed 04 -Apr -2019 Upgraded 20 -Aug -2016 Completed Request Date/Time: 13 -Feb -2023 12:47:45 dL210 Account 0: Name: CRYSTOBAL GONZALEZ Medical Certificate 17 -Mar -2022 17 -Mar -2024 Non -excepted Interstate Chiropractor None "Accident" reflects involvement only ;.nd does not imply fault As of the printed date of this motor vehicle record, this report serves as a clearance letter. The above named person is eligible to apply for an NCL driver license in the State of Colorado. Request Date/Time: 13 -Feb -2023 12:47:45 dL210 MVR STANDARD Date MVR Request Submitted: Feb 10, 2023 8:10 AM PST Complete - MVR Record Found MVR Request Completion Date: Feb 10, 2023 11:31 AM PST Driver Personal Information State: License: Colorado Hiring Manager dns80634@outlook.com VASQUEZ, PEDRO 1903 31ST ST GREELEY, CO 80631-8800 DOB: HGT: 5'-7"; WT: 190; EYES: BRO; HAIR: BLK Requested As: PEDRO VASQUEZ AKA: PEDRO VASQUES J"y Driver License Information Class Issued Expires Status CDL-A Sep 22, Sep 25, 2026 Valid 2022 Restrictions Miscellaneous;/ State Specific Information Type Description LICTYPE CDL CLASS A -. COMB VEH>26,000 GVWR, TOWED UNIT>10,001 GVWR MISC Issue Type: Adult Class A License MISC Organ Donor: true MISC Driver Residence County: WELD MISC Document History -- Type: Adult Class A License Issue Date: 2018-11-07 Expire Date: 2022-09-25 Status: Renew MISC Document History -- Type: Adult Class A License Issue Date: 2017-04-06 Expire Date: 2021-09-25 Status: Renew MISC Document History -- Type: Adult Class A License Issue Date: 2O17 -O3 -O3 Expire Date: 2021-09-25 Status: Reissue MISC Document History -- Type: Adult Class A Permit Issue Date: 2017-02-13 Expire Date: 2017-08-12 Status: Completed MISC Document History -- Type: Adult Regular License Issue Date: 2017-02-13 Expire Date: 2022-09-25 Status: Upgraded MISC Document History -- Type: Adult Restricted Instruction Permit Issue Date: 2015-02-24 Expire Date: 2017- 03-04 Status: Completed MISC Document History -- Type: Adult Interlock License Issue Date: 2015-02-24 Expire Date: X017-03-04 Status: Renew MISC Document History -- Type: Adult State ID Issue Date: 2014-01-10 Expire Date: 2019-09-25 Status: Legacy Request o: HU-0210"_3-173X$, Completed; I et> 10, 2023 11:31 .A V1 PST Page 2 of 5 Not Valid MISC Dccument History -- Type: Adult State ID Issue Date: 2011-04-14 Expire Date: 2016-09-25 Status: Replacement MISC Document History -- Type: Adult Class A License Issue Date: 2010-12-20 Expire Date: 2011-02-18 Status: New issuance MISC Document History -- Type: Adult Class A License Issue Date: 2009-11-30 Expire Date: 2013-09-25 Status: Repliacement MISC Document History -- Type: Adult Regular License Issue Date: 2009-11-16 Expire Date: 2014-09-25 Status: Upgraded MISC '`Document History -- Type: Adult Class A License Issue Date: 2008-07-11 Expire Date: 2012-09-25 Status: New Issuance MISC Docwnent History -- Type: Adult Class A Permit Issue Date: 2008-07-09 Expire Date: 2009-07-09 Status: Completed MISC Document History -- Type: Adult Regular License Issue Date: 2008-07-08 Expire Date: 2013-09-25 Status: Upgraded MISC Document History-- Type: Adult Instruction Permit Issue Date: 2008-07-07 Expire Date: 2011-07-07 Status: Completed MISC Document History -- Type: Adult State ID Issue Date: 2006-11-20 Expire Date: 2011-09-25 Status: Returned To Department MISC Document History -- Type: Adult State ID Issue Date: 2003-06-27 Expire Date: 2013-09-25 Status: Replacement MISC Document History -- Type: Adult Regular License Issue Date: 2001-11-16 Expire Date: 2002-01-15 Status: New Issuance MISC Document History -- Type: Adult Regular License Issue Date: 2000-08-30 Expire Date: 2005-09-25 Status: Replacement MISC Document History -- Type: Adult Instruction Permit Issue Date: 2000-08-30 Expire Date: 2001-05-30 Status: Completed MISC Document History -- Type: Adult State ID Issue Date: 1999-10-12 Expire Date: 2004-09-25 Status: Replacement MISC Document History -- Type: Adult Regular License Issue Date: 1999-03-24 Expire Date: 2004-09-25 Status: New Issuance MISC Document History -- Type: Minor Permit Over 18 Issue Date: 1997-07-25 Expire Date: 1998-03-25 Status: Completed MISC Document History -- Type: Provisional License Issue Date: 1997-07-25 Expire Date: 1998-10-15 Status: Renew MISC Document History -- Type: Minor State ID Issue Date: 1996-01-09 Expire Date: 1998-09-25 Status: New Issuance MISC Document History -- Type: Minor License Issue Date: 1995-06-15 Expire Date: 1995-08-14 Status: Legacy Not Valid MISC Document History -- Type: Minor License Issue Date: 1993-03-12 Expire Date: 1995-10-15 Status: Replacement MISC Driver Privilege -- Class Type: CDL Class Status: Valid MISC Driver Privilege -- Class Type: NCL Class Status: Valid Medical Certificate Information Type CDL Medical Self Certification Status Description Non -excepted Interstate Certified Request rt: I-1,02I023-M7,3X8, Completed: Feb 10, 2023 1 1:31 AM PST Page 3 0, Issue Date 2021-02-18 Expiration Date 2023-02-18 Medical Restriction(s) None Medical Examiner Name FRENDT Specialty, CH Chiropractor Licensing Jurisdiction CO Phone Number (970) 302-2204 Registry Number 8357863943 License Number 2275 Driving Record Information Type V/S Date C/R Date Description This report's inclusion of accident information (if any) does not mean that the subject of this report was at fault unless the accident explicitly says so Information reported may be limited in accordance with the Fair Credit Reporting Act and applicable state law. V/S Date - Violation/Suspension date C/R Date - Conviction/Reinstatement date ACTIVITY L4G "Complete" indicates that this request has been processed to conclusion. Please review the re or to evaluate any potential discrepancies or records related to this request. repor details in their entirety Alt times listed in America/Los_Angeles timezone The Activity Log above may reflect activity for this screening report. E-mail notifications, if configured by the company requested the report, may have been sent by or through HireRight to an authorized company -user (shown as the ny that Request 3: 01' 321023-'O73Xg, Completed: Feb 10, 2023 11:31 AM PST Page 4ofi "Recipient"). Some adjudication history entries and related e-mail notifications, if any, indicate whether an initial determination was made regarding whether the report satisfied the company's hiring criteria (shown in the "Result" column), including any preliminary status Result of "Meets" or "Does Not Meet" company standards. Sometimes a company's final adjudication determination may change from its initial determination. Questions about the company's hiring decisions should be directed to the company. LEGAL NOTES: This report contains personal information, and should be handled at all times in accordance with your Service Agreement with HireRight and applicable law. Proper use of the content of this report, and final verification of the named individual's identity, are your resronsibility. Request M HE-021023,473XR, Completed: Feb I0, 2023 I t:31 AM PST Page 5 of MVR STANDARD Date MVR Request Submitted: Jan 27, 2023 2:37 PM PST Complete - MAR Record Found MVR Request Completion Date: Jan 27, 2023 5:00 PM PST Driver Personal' Information State: License: Colorado Hiring Manager dns80634@outlook.com CERDA, OTONOEL III 1120 104TH AVE COURT GREELEY, CO 80634-0000 DOB: HGT: 5-7"; WT: 250; EYES: BRO; HAIR: BLK Requested As: OTONOEL CERDA III Driver License Information Class Issued Expires Status Restrictions CDL-A Aug 29, Apr 7, 2023 Valid Intrastate Only 2022 Miscellaneous / State Specific Information Type Description LICTYPE CDL CLASS A - COMB VEH>26,000 GVWR, TOWED UNIT>10,001 GVWR ENDOR Tanker Vehicles MISC Issue Type: Minor Class A License MISC Organ Donor: false MISC Document History -- Type: Minor Class A License Issue Date: 2021-08-09 Expire Date: 2023-04-07 Status: Renew MISC Document History -- Type: Minor Class A Permit Issue Date: 2021-05-11 Expire Date: 2121-11-07 Status: Completed MISC Document History-- Type: Provisional License Issue Date: 2021-04-26 Expire Date: 2023-04-07 Status: Upgraded MISC Document History -- Type: Minor Class A Permit Issue Date: 2020-12-10 Expire Date: 2021-06-08 Status: Renew MISC Document History -- Type: Provisional License Issue Date: 2020-08-10 Expire Date: 2023-04-07 Status: Duplicate MISC Document History -- Type: Minor Permit Issue Date: 2020-02-27 Expire Date: 2023-02-27 Status: Completed MISC Document History -- Type: Minor State ID Issue Date: 2019-06-21 Expire Date: 2023-03-18 Status: Upgraded MISC Document History -- Type: Minor State ID Issue Date: 2018-12-10 Expire Date: 2023-03-18 Status: Renew MISC ` Document History -- Type: Minor State ID Issue Date: 2018-04-05 Expire Date: 2023-03-19 Status: Renew Request A: HE 012723-435~6, Completed: Jan 27, 2023 5:00 PM PST Page 2 of 5 MISC Driver Privilege -- Class Type: CDL Class Status: Valid MISC 'Driver Privilege -- Class Type: NCL Class Status: Valid Medical certificate Information Type CDL Medical Self Certification Status Issue Date Expiration Date Medical Restriction(s) Medical Examiner Name Specialty Licensing Jurisdiction r Phone Nuifrber Registry Number 4-t License Number Driving Record Information Type ,VIS Date C/R Date Description Description Non -excepted Intrastate Certified 2022-10-10 2024-10-10 None DONNA FRENDT CH Chiropractor CO (970) 302-2204 8357863943 2275 Requear it: HF 012723-H35E,.. Completed: Jan 27, 2023 5:110 PM PST Page 3 of 5 This reports inclusion of accident information (if any) does not mean that the subject of this report was at fault unless the accident explicitly says so. Information reported may be limited in accordance with the Fair Credit Reporting Act and applicable state law. V/S Date - Violation/Suspension date C/R Date - Conviction/Reinstatement date ACTIVITY LOG ACTIVITY DATE/TIME PERFORMED BY RECIPIENT RESULT Report Submitted Jan 27, 2023 2:37 PM PST DNS Compliance Inc. "Complete":indicates that this request has been processed to conclusion. Please review the report details in their entirety to evaluate any potential discrepancies or records related to this request. All times listed in America/Los_Angeles timezone Request 11: HE -012723-H354,6, Completed: Jain 27, 2023 5:00 PM PST Page 4ots The Activity Log above, may reflect activity for this screening report. E-mail notifications, if configured by the company that requested the report, may have been sent by or through HireRight to an authorized company -user (shown as the "Recipient"). Some adjudication history entries and related e-mail notifications, if any, indicate whether an initial determination was made regarding whether the report satisfied the company's hiring criteria (shown in the "Result" column), including any preliminary status Result of "Meets" or "Does Not Meet" company standards. Sometimes a company's final adjudication determination may change from its initial determination. Questions about the company's hiring decisions should be directed to the company. LEGAL NOTES: This report contains personal information, and should be handled at all times in accordance with your Service Agreement with HireRight and applicable law. Proper use of the content of this report, and final verification of the named individual's identity, are your responsibility. Request k 1-1,012723-H35., 2723-H35., Completed; .fan 37, 2023 5:00 PM PST PR, 5 nj 5 2/16/23, 9:34 AM SAFER Web - Company Snapshot WINDEN'S TRANSPORT INC I USDOT Number O MC/MX Number 0 Name Enter Value: !WINDEN'S TRANSPORT INJ ISearch Company Snapshot WINDEN'S TRANSPORT INC USDOT Number: 2088663 ID/Operations I insp.. 'bons/Crashes In US I nspecIions/Crashes In Canada I Safety Rating Carriers: If you would like to update the following ID/Operations information, please complete and submit form MCS-150 which can be obtained online or from your State FMCSA office. If you would like to challenge the :accuracy of your company's safety data, you can do so using FMCSA's DataQs system. Other Information for this Carrier V SMS Results Licensing & Insurance Carrier and other users: FMCSA provides the Company Safety Profile (CSP) to motor carriers and the general public interested in obtaining greater detail on a particular motor carrier's safety performance then what is captured in the Company Snapshot. To obtain a CSP please visit the CSP order pagg or call (800)832-5b60 or (703)280-4001 (Fee Required). For help on the explanatiori;of individual data fields, click on any field name or for help of a general nature go to SAFER General Help. The information below reflects the content of the FMCSkmanagement information systems as of 02/15/2023. To find out if this entity has a pending insurance cancellation, please click here. Entity_ype: Operating State Legal Name; DBA Name: CARRIER AUTHORIZED FOR Property Out of Service Date: None WMNDEN'S TRANSPORT INC Physical Addre,sa 9401 CR 53 KEENESBURG, CO 80643 Phone: (7201937-2195 Mailing Address: 9401 CR 53 KEENESBURG, CO 80643 USDOT Number: 2088663 y.CVMX/FF Numberjs)_ MC -74318 -_ r—_� Power Units; MCS-154 Fgnn Dine: 0411812022 Operation Classification. Carrier Operation: r I Cargo Carried_ x Auth. For Hire Exempt For Hire Private(Property) Priv. Pass. (Business) -.. ".- - �• - �•-�� E a- vanes. r 1al.Sear.a. w State Carrier ID Numbs! DUNS Number: — Drivers: 1 MCS-150 Mileag,UYesrl: 18,000 (2021) Priv. Pass.(Non- business) Migrant U.S. Mail Fed. Gov't x Interstate General Freight - cis oils, rolls LAYAciVA Trconsopi; Con'acktra NNAPR 4�oT t1= OWt rams, ils 3e State Gov't Local Gov't Indian Nation Intrastate Only (HM) SF Liquids/Gases Intermodal Cont. Passengers Oilfield Equipment x Livestock x Grain, Feed, Hay Coal/Coke Meat Garbage/Refuse US Mail Intrastate Only (Non -HM) Chemicals x Commodities Dry Bulk Refrigerated Food Beverages Paper Products Utilities Agricultural/Farm Supplies Construction Water Well • .-a -._ _ -s a /Crashes In US I Inspections/Crashes In Canada Safety Rating uery_type=queryCarrierSnapshot&query_param=USDOT&original_query_param=NAME&Q 113 2/16/23, 9.14 AM SAFER Web - Company Snapshot WINDEN'S TRANSPORT INC US Inspection results for 24 months prior to: 02/15/2023 Total Inspections: 2 Total IEP Inspections: 0 Note: Total inspections may be less than the sum of vehicle, driver, and nazmat inspections. Go to Inspections Help for further information. Inspection Type Inspections Out of Service Out of Service % `yt . Nat'l Average % as of DATE 0112T/2023' ele Vehicle 1 0 0°/G 22.05% Inhper.tlnnh: Driver Hazrnat 2 1 0 0 0 0°% $ °� 6.58% 4.51% IEP 0 0 0% N/`A *OOS rates calculated based on the must recent 24 months of inspection data per the latest monthly SAFER Snapshot. Crashes reported to FMCSA by states for 24 months prior to: 02115/2023 Note: Crashs listed represent a motor camera€ Tv involvement in reportable crashes, without any determination as to responsibility. Type Crashes Fatal a Crasher; Injury 0 Tow 0 Total 0 JD/Operations I Inspections/Crashes In US I Inspections/Crashes In Canada I Safety Rating Canadian Inspection results for 24 months prior to: 02/15/2023 Total inspections: 0 Note: Total nspections may be less than the sum of vehicle and driver inspections. Go to Inspections Help for further information Inspection Type Inspections Out of Service Out of Service °/s inspectIons: Vehicle 0 0 0% Crashes results for 24 months prior to: 02/15/2023 Driver 0 0 U% Note: Crashes listed represent a motor carriers€'""s involvement in reportable crashes, wit`lout any determination as to responsibility. Typo Crashes Fatal 0 Injury 0 Tow Total 0 0 ID/Operations I Inspections/Crashes In US I Inspections/Crashes In Canada I Safety Rating The F3deral safety rating does not necessarily reflect the safety of the carrier when operating in intrastato commerce. Rating Date: Rating: None None Carrier Satosy Ra Ingj The rating below is current as of: 02/15/2023 Review Information: Review Date: None Type: None SAFER Hat11L I Feedback Privacy PtaNcy I IJSA.gciv I Freedom of information Act (FOJA) I Accessibility I t)IG Hotline I Web Policies arid Important I inks I Plug -Ins Federal Motor Carrier Safety Administration 1200 New Jersey Avenue SF, Washington, DC 20590 • 1-800-832-5660 • 1 TY 1-800-877-8339 • Field Office Cor1tac is 3 hops://safer.fmcsa.dot.gov/query.asp?searchtype=ANY&query_type-queryCarrierSnapshot&query_param=USDOT&original_queryparam-NAME&q ... 2/3 2/16/23, 9:34 AM SAFER Web - Company Snapshot WINDEN'S TRANSPORT INC https://safer.fmcsa.dot.gov/query.asp?searchtype=ANY&querytype=queryCarrierSnapshot&query_param=USDOT&original_query_param=NAME&q.,. 3/3 COLORADO Department of Revenue Division of Motor Vehicles 1881 Pierce St Lakewood, CO 80214 ETHAN DEAN WINDEN 1431 MACPOOL ST DACONO CO 80514-9612 0i 13 -Feb -2023 Letter: L0094788767 OFFICIAL COLORADO SEVEN-YEAR DRIVER RECORD Customer Identifier Driver information WINDEN ETHAN DEAN Mate 6' 00" 170 Hazel Sandy 1431 Macpool St Dacono Weld Co 80514 USA Current Credentials Adult Class A License Valid 19 -Jan -2023 10 -Nov -2027 Endorsements Tanker Vehicles' Adult Class A License Status NU; Valid Points CDL: Valid Interlock End: 12 Month Points: 2 SR22 End: 24 Month Points: 2 Non -Commercial Summa NCL 4 0 1 0 0 Commercial Summa CDL 1 0 0: 0 0 Credential Hista Adult Class A License 19 -Nov -2021 Minor Class A License 18 -Nov -2025 Renew 28 -Jun -2021 08 -Dec -2021 Renew Minor Class A Permit 03 -Feb -2021 Minor Class A Permit 02 -Aug -2021 Completed 06 -Feb -2020 04 -Aug -2020 Renew Minor Class A Permit 06 -Sep -2019 Minor License '' 04 -Mar -2020 Renew 01 -Mar -2019 08 -Dec -2021 Upgraded Request Date/Time: 13 -Feb -2023 12:03:03 dL210 ccount 8: ET Name: HAN BEAN WINDEN Minor License Minor Permit "Accident" reflects involvement only and does not imply fault As of the printed date of this motor vehicle record, this report serves as a clearance letter. The above named person is eligible to apply for an NCL driver license in the State of Colorado. Request Date/Time: 13 -Feb -2023 12:03:03 dL210 Status IIII latge— COLORADO Department of Revenue Division of Motor Vehicles 1881 Pierce St Lakewood, CO 80214 THOMAS EDWARD WINDEN 9401 COUNTY ROAD 53 KEENESBURG CO 80643-9442 OFFICIAL COLORADO SEVEN-YEAR DRIVER RECORD Customer Identifier Driver Information 13 -Feb -2023 Letter: L0094795447 WINDEN THOMAS EDWARD Male 5' 08" 170 Hazel Brown 9401 County Road 53 Keenesburg Weld Co 80643 USA Current Credentials Adult Class A License A Valid 02 -Mar -2022 08 -Mar -2026 Points NCL: Valid CDL: Valid Endorsements Interlock End: SR22 End: 12 Month Points: 0 24 Month Points: 0 Tanker Vehicles Non -Commercial Sunmary (NCL) 0 Commercial Summary (CDL) 0 Credential History 0 0 Adult Class A License Adult Class A License Adult Class A License 08 -Mar -2018 07 -Mar -2014 08 -Mar -2022 Renew 08 -Mar -2018 Renew Request Date/Time: 13 -Feb -2023 10:52:27 dL210 Account #: Name: THOMAS EDWARD WINDEN Request Date/Time: 13 -Feb -2023 10:52:27 dL210 Windens Transport Trucks: 2007 Kenworth 1XKWDB9X27J185526 1995 International Model 960 1HSRDALR4SH217171 2012 Load King 2003 Ranco R9PF24E88F593076 1R93SE5073L008572 2/16/23, 9:38 AM SAFER Web - Company Snapshot FRONTIER TRANSPORTS LLC t 1 , USDOT Number O MC/MX Number 4) Name Enter Value: FRONTIER TRANSPORTS I Sears ID/Operations I Inspktions/Crashes In US I nspectignS/Crashes In Canada I aatylalatkig Company Snapshot FRONTIER TRANSPORTS LLC USDOT Number: 3598101 Carriers: If you would like fo update the following ID/Operations information, please complete and submit form MCS-150 which can be obtained gLaine or from your State FMCSA office. If you would like to challenge the accuracy of your company's safety data, you can do so using FMCSA's DataQs system. a Other Information for this Carrier • SMS Results V Licensing & Insurance • Carrier and other users: FMCSA provides the Company Safety Profile (CSP) to motor carriers and the general public interested in obtaining greater detail on a particular motor carrier's safety performance then what is captured in the Company Snapshot. To obtain a CSP please visit the CSP order page or call (800)832-5660 or (703)280-4001 (Fee Required). For help on the explanation of individual data fields, click on any field name or for help of a general nature go to SAFER General Help. The information below reflects the content of the FMCSA management information systems as of 02115/2023. Carrier VMT Outdated. To find out if this entity has a pending insurance cancellation, please click here. . 'e .-• , ' missOperating Status: AUTHORIZED FOR Property Leal Name: FRONTIER TRANSPORTS LLC DBA Name: PhylIcal Addrosii 2630 HEATHER LN EVANS, CO 80620-9267 Entity Type: CARRIER Phone; (970) 9394923 Mailing Address` USDOT Number. MCIMXJFF Numberis}: 2030 HEATHER LN EVANS, CO 80620-9267 Out of Service Date' None 3598101 MC -1304833 Power Unitfi: 1 MCS-150 Farm Date: 10/15/2021 Operation Clas&ifiCOtion.. x Auth. For Hire Exempt For Hire Priva:e(Property) Priv. Pass. (Business) Carrier Operation: Cara() Carried. State Carngr ID Nurntjer% DUNS Number: — Drivers: 1 MCS-150 Mileage jYearl: _ +fs Priv. Pass.(Non- business) Migrant U.S. Mail Fed. Gov't State Gov't Local Gov't Indian Nation .41111M. eve x Irrerstato Intrastate Only (HM) x General Freight Household Goods Metal: sheets, cols, rolls Motor Vehicles Drive/Tow away Logs, Poles, Beams, Lumber Building Materials Mobile Homes Machinery, Large Objects Fresh Produce Liquids/Gases Intermodal Cont. Passengers Oilfield Equipment Livestock Grain, Feed, Hay Coal/Coke Meat Garbage/Refuse US Mad • . Intrastate Only (Non -HM) - atC)C\ Lai\ CCR3 Chemi Comm Refrigt Bever2 Paper Utilities Agriculi Supplie Constri Water V cs A\rocsis 'cud( \r . kUn ccityr yoir (ECXSS0rami`- , Lan (yat k \AD is- vtiesclea https://safer.fmcsa.dot.gov/query.asp?searchtype=ANYSquery_type=queryCarrierSnapshot&query_param=USDOT&original_query_param=NAME&q ... 1/3 2/16/23, 9:38 AM SAFER Web - Company Snapshot FRONTIER TRANSPORTS LLC .peratigns Inspections/Crashes In US j ,fir pecciion / �--�r —a-ih_itst aakty Rating US Inspection results for 24 months prior to: 02/15/2023 Total Inspections: 1 Note: Total inspections may be less than the sum of vehirlEotal dri�cInspections: .and 0 hazmat inspections. Go to ns t?t'tions Help for further information. Inspections Inspection Typo Vehicle Driver Inspections: Out of Service Out of Service Nat'l Average as of DATE 01127/202 0 1 0 22.05% 6.58% Normal 0 n IEP a n 0% 4.51% WA tOOS rates calculated based on the most recent 24 months of inspection data per the he latest monthly SAFER Snapshot. Crashes reported to FMCSA by states for 24 months prior to: 02/15/2023 Note: Crashes listed represent a motor carriers€ Tms involvement in reportable crashes, without Niihout any determination as to responsibility. Type Fatal Crashes 0 Crashes: Injury U Tow 0 Total 0 ID/Operations j Inspections/Crashes In US I Inspections/Cra sties In Canada I Safety Rating Canadian Inspection results for 24 months prior to: 02/15/2023 Note: Total inspections may be less than the sum of vehicle a d cons: 0 inspections: driver inspections. Go to Inspections Hein for further information. (, upec Bona: Inspection Type Vehicle Inspections 0 Out of Service 0 Out of Service % 0% Driver 0 4 Crashes results for 24 months prior to: 02/15/2023 Note: Crashes isted represent a motor carriers€TM's involvement in reportable crashes, without any determination as to responsibility. Crashes: Injury Type Fatal Crashes 0 0 Tow Total 0 0 ID/Operations 1 Inspections/Crashes In US I Inspections/Cras ties In Canada I Safety Rating The Federal safety rating does not necessarily reflect the safety of the carrier when operating intrastate pe sting in commerce. Corder Safety Rating_ The rating below is current as of: 02/15/2023 Review Information: Rati 1g Date: Riling: None None Review Date: Type: None None hops://safer.imcsa.dot.gov/query.asp?searchtype=ANY&querytype=que Carrier ry Snapshot&query_param=USDOT&original_ query_ param=NAME&q . , , 2/3 2/16/23, 9:38 AM SAFER Web - Company Snapshot FRONTIER TRANSPORTS LLC SA, -EP I O.., PEiR, USA.gov I Erc u,ioin of iniorin s: un lrc° iF V1A; ( .Amcuslbility I OIG Hotline I Wel, I'ollcigs audit -rigor.. Links I Plug -ins Feaoral hvtotatration 1200 New Jersey Avenue SE Washing[rnt f~t, 2C)>:tiSt • 1-e�a)iS-F511-56G£; T'iY, 1-ri0O,77-8339 • Field Offine Conine., https:Usafer.fmcsa.dot.gov/query.asp?searchtype=ANY&query_type=queryCarrierSnapshot&query_param=USDOT$,original_query_param=NAME&q ... 3/3 2/16/23, 9:24 AM SAFER Web - Company Snapshot DLC TRUCKING LLC O USDOT Number 0 MC/MX Number O Name Etter Value: 3456752 1 Searchi ID/Operations I IftSRgctions/Crashes In US I nspections/Crashes In Canada I Safety Rating Carriers: d you weld like to update the following ID/Operations information, please complete and submit form MCS-150 which can be obtained online or from stir State FMCSA office. If you would Ike to challenge the accuracy of your company's safety data, you can do so using FMCSA's DataQs system. Carrier and other users: FMCSA provides the Company Safety Profile (CSP) to motor carriers and the general public interested in obtaining greater detail on a particular motor carrier's safety performance then what is captured in the Company Snapshot. To obtain a CSP please visit the OE order oagg or call (800)832-5.60 or (703)280-4001 (Fee Required). For help on the explanation of individual data fields, click on any field name or for help of a general nature go to SAFER General Help. The information below reflects the content of the FMCSA management information systems as of 02/15/2023. To find out if this entity has a pending insurance cancellation, please click here. Company Snapshot DLC TRUCKING LLC USDOT Number: 3456752 Other Information for this Carrier CeSeisae: CARRIER 4.3..1.9 ca ua: AUTHORIZED FOR Property t iga 5cmm• DLC TRUCKING LLC net, Nsmo; '5""`""' 711 TAKIN DR SEVERANCE, CO 80550 0Sss!i pis, 520-0858 mi ' Atldr►e . 71VERANCE,2 TAKfN DR SECO 80550 Oul or Sere. Dite< / None DOT Number, 3450752 .0 Curter ID Number 'tCAtx/FF Numbert5t '.. ec•/1aren resumes: es: 1 SICS•150 Form Date: 10/12/2022 Ounstion Ciass0 nAltorr Cargm rdeti: DUNS Number: + - Drivers: i MCS-t sa MBm maivarl: ;1.900,000 (2022) x Auth. For Hire Priv. Pass.(Non- State Gov't Exempt For Hire business) Local Gov't Private(Property) Migrant Indian Nation Priv. Pass. U.S. Mail (Business) Fed. Gov't x Interstate Intrastate Only Intrastate Only (HM) (Non -HM) x General Freight Liquids/Gases Chemicals Household Goods Intermodai Cont. Commodities Dry Bulk Metal: sheets, coils, rolls Passengers Refrigerated Food Motor Vehicles Oilfield Equipment Beverages Drive/Tow away x Livestock Paper Products Logs, Poles, Beams, Grain, Feed, Hay Utilities Lumber Coal/Coke Agricultural/Farm Building Materials Meat Supplies Mobile Homes Garbage/Refuse Construction Machinery, Large US Mail Water Well Objects X SAND AND GRAVEL Fresh Produce SMS Results Licensing & Insurance jpigmatictin I Inspections/Crashes In US I Inspections/Crashes In Canada I Safety Rating htips://saferfmcsa.dot.gov/quentasp 1/3 2/16/23, 9:24 AM SAFER Web - Company Snapshot DLC TRUCKING LLC US Inspection results for 24 months prior to: 02/15/2023 Total Inspections: 2 Total IEP Inspections: 0 Note: Total inspections maybe less than the sum of vehicle, driver, and hazmatiinspections. Go to Inspections Heip for further information. Inspection Type = Vehicle Inspections € Out of Service •. 0 Out of Service % .. Ou °lo # .0.1.44'0172% 023` t 22.05% ns tans: Driver 0% 6.58% Hazmat 4.51% IEP 0 0 0% N/A .DOS rates calculated based on the most recent 24 months of inspection data per the latest monthly SAFER Snapshot. Crashes reported to FMCSA by states for 24 months prior to: 02/15/2023 Note: Cra§has listed represent a motor carrierdems involvement in reportable crashes, without any determination as to responsibility. Crashes: Injury Type` Crashes Fatal Tow Total P 0 IDS i n I I pectians/Crashes In US I Inspections/Crashes In Canada I Safety R ing Canadian Inspection results for 24 months prior to: 0211512023 Total inspections: 0 Note: Vital inspections may be less than the sum of vehicle and driver inspections. Go to Inspections Heil for further information. Inspection Type Inspections Out of Service; Out of Service a 1n: Vehicle 0% Driver Crashes results for 24 months prior to: 02/15/2023 Note: Crashes listed represent a motor carrier.E'°s involvement in reportable crashes, without any determination as to responsibility. rashes, Injury Tries Crashes Tow Total 0 0 1DiQnerations I Inspections/Crashes In US I is..bpections/Crashes In Canada I Safety Rating The Federal safety rating does not necessan/y reflect the safety of the carrier when operating in intrastate commerce. Carrier Satety tut/ ; The rating below is current as of: 02/15/2023 Review Information: Rating Date: https://safer.fmcsa.dot.gov/query.asp Review Date; Type: !None di, i LISA,,, I Freedom of innirPinnt ni Aoi (FCat It c ss 1 hr i ,it itutlne ',Nen Pinkies ies Lind important I inky i Fslu:1 ns 1200 New Jersey Aver. SE, Via:Thin, Mckrr Carrier 5afetty AdminlsitzlfH�; :'g3�9C} • 7-t�tN3-kS�2-68ai? • TiY 7 2/3 2/16/23, 9:28 AM SAFER Web - Company Snapshot CERTIFIED TRUCKING LLC Cereo Carried: C) USDOT Number O MC/MX Number n Name Enter Value:: CERTIFIED TRUCKING LLC i Search_! ID/Operations I Jnopections/Crashes In US I Inspections/Crashes In Canada I Safety Ra ing Company Snapshot CERTIFIED TRUCKING LLC USDOT Number: 3974925 Carriers: If you would like to update the following ID/Operations information, please complete and submit form MCS-150 which can be obtained nine or from your State FMCSA office. If you would like to challenge the accuracy of your company's safety data, you can do so using FMCSA's C eta s system. • SMS Results i n g & insurance Carrier and other users: FMCSA provides the Company Safety Profile (CSP) to motor carriers and the general public interested in obtaining greater detail on a particular motor carrier's safety performance then what is captured in the Company Snapshot. To obtain a CSP please visit the order page or call (800)832-5660 or (703)280-4001 (Fee Required). Other Information for this Carrier For help on the explanation of individual data fields, click on any field name or for help of a general nature go to SAFER General Help. The information below refle^ts the content of the FMCSA management information systems as of 02/15/2023. To find out if this entity has a pending insurance cancellation, please click here. Ent Type::: CARRIER Roosting Status: ' AUTHORIZED FOR Property ,s,9 !p Mnme: CERTIFIED TRUCKING LLC PhyelCgt Addreas:i 656 PIONEER COURT FORT LUPTON, CO 00621 Phone; (720) 383-0650 Mai ing • '. 556 PIONEER COURT FORT LUPTON, CO 66621 USDOT Nur. 3974925 _....Numbor/C_ MC•tS05154 Power W.I. 1... ,. . MCS-250 Form Date; -. 12106/2022 I Qperatlon Claeelped/Wa,. Out of Service Dated None ,State Carrier ID Number �s. DUNS Number:. I .. �1C&-1 &0 Ni eater aeart: 112,000 (2021) x Auth. For Hire Priv. Pass.(Non- State Gov't x Exempt For Hire business) Local Gov't Private(Property) Migrant Indian Nation Priv. Pass. U.S. Mail x TRANSPORTA (Business) Fed. Gov't x Interstate Intrastate Only Intrastate Only (HO) (Non -HM) x General Freight Liquids/Gases Chemicals Household Goods Intermodai Cont. Commodities Dry Bulk Metal: sheets, coils, rolls Passengers x Refrigerated Food Motor Vehicles Oilfield Equipment Beverages Drive/Tow away x Livestock Paper Products Logs, Poles, Beams, Grain, Feed, Hay Utilities Lumber Coal/Coke Agricultural/Farm Building Materials Meat Supplies Mobile Homes Garbage/Refuse Construction Machinery, Large US Mall Water Well Objects Fresh Produce IU/Operations I Inspections/Crashes In US I IrspectionsiCrashes In Canada I Safety Rating htlps://safer.fmcsa.dot.gov/query.asp?searchtype=ANY&query_type=queryCarrierSnapshot&query_param=USDOT&originat_q uery_param=NAME&q... 1/3 2/16/23, 9:28 AM SAFER Web - Company Snapshot CERTIFIED TRUCKING LLC US Inspection results for 24 months prior to: 02/15/2023 Total Inspctions: 0 e Note: Total inspections may be less than the sum of vehicle, driver, and h zmat inspections. Go to Inspections Help for further information. +aPet�na: Driver Hamlet Inspection Type ` Vehicle Inspections; p. Out of So.. Out of Service % r 0% Nat'l Average % ? 22 Q5% as of GATE 01!2712023' -.' 6.58% o% 4.51% IEP 0% N/A "OOS rates calculated based on the most recent 24 months of inspection data per the latest monthly SAFER Snapshot. Crashes reported to FMCSA by states for 24 months prior to: 02/15/2023 Note: CrashW listed represent a motor carriers€Tas involvement in reportable crashes, without any determination as to responsibility. Crashes: injury Type! Crashes Fatal Tow Total 0 n ID/Operations I kifilectiS I Inspections/Crashes In Canada I Safety Rating Canadian Inspection results for 24 months prior to: 02/15/2023 Total inspections: 0 Note: Total inspections may be less than the sum of vehicle and driver inspections. Go to Impections Hejp for further information. Inspection Type i. Inspections:' Out of Service Out of Service % #. Inspections: Vehicle DrNer 0i Crashes results for24 months prior to: 02/1512023 Note: Crashes listed represent a motor carriers€*^, involvement in reportable crashes, without any determination as to responsibility. crashes, Fatal Injury Tow Total �yPB1. Crashes 11Qperatians I lodipections/Crashes In US I Ir pections/Crashes In Canada I Safety Rating The Federal safety rating does not necessarily reflect the safety of the carrier when operating in intrastate commerce. Seas 5afapr a n The rating below is current as of: 02/15/2023 Review Information: log pate: Rating: 'None Review Date: Type: None c • llc, l �L;A.,gov Freedom m nierr wine Act, Ot , k cs-s t Uh I :h �Hf.eiine I Web Polls. and ,r0pOrtrIn Plop-ioe iota! tvtotes tar rier atety Adminisl:ati r1 1204 Near Jersey Avenue 8E, Washintlttln, DG 1.;5':4. 71-V.I'-'8 2.34:60 • TTY 118 00-8 77-8 339 • Field Office Contacts https://safer.fmcsa.dot.gov/queryasp?searchtype=ANY&query_type=queryCarrierSnapshot&query_param=USDOT&original_query_param=NAME&q ... 2/3 2/16/23, 9:32 AM SAFER Web - Company Snapshot DEDICATED TRUCKING INC O USDOT Number 0 MC/MX Number / Name Enter Value: DEDICATED TRUCKING INC L Search ID/Operations J Ingpcctions/Crashes In US I pections/Crashes In Canada I Safety Rating Carriers: If you would like to update the following ID/Operations Information, please complete and submit form MCS-150 which can Other InfoCa rier for this be obtained online or from your State FMCSA office. If you would like to challenge the accuracy of your company's safety data, you t can do so using FMCSA's Datafls system. SINS Resukg Carrier and other users: FIUCSA provides the Company Safety Profile (CSP) to motor carriers and the general public interested in order mot or call (800)832-5660 or (703)280-4001 (Fee Required). obtaining greater detail on a particular motor carriers safety performance then what is captured in the Company Snapshot. To obtain a CSP please visit the Qap For help on the explanation of individual data fields, click on any field name or for help of a general nature go to SAFER General I. The information below reflects the content of the FMCSA management information systems as of 02/15/2023. To find out if this entity has a pending insurance cancellation, please click her, Company Snapshot DEDICATED TRUCKING INC USDOT Number: 2780251 Entitykm, , CARRIER 2fwratina Statue: ! AUTHORIZED FOR Property 1,ggai Name, DEDICATED TRUCKING INC A Name, t. 275 S DICKSON ST KEENESSURO.Cp 8'0643 oust 3034280 Msaina eadnsa; : PO BOx tn3 BRIeNTON, CO 80801 Out of Service Date: Nape USDOT Number: 2768251 blot* Carrier tD Number MCAr1t1FF NumbprM 90441125 _.. DUNS Number: — Power untie: 2 50 Form Der*: 02/18/2022 Operation Cbreelncallon, Icargo caried: Adam 2 Mcs•150 Manes tvesu, ` 200,000 (2021) x Auth. For Hire Priv. Pass.(Non- State Gov't Exempt For Hire business) Local Gov't Private(Property) Migrant Indian Nation Priv. Pass. U.S. Mail (Business) Fed. Gov't x Interstate x General Freight Household Goods Metal: sheets, coils, rolls Motor Vehicles Drive/Tow away Logs, Poles, Beams, Lumber x Building Materials Mobile Homes Machinery, Large Objects Fresh Produce Intrastate Only Intrastate Only (HM) (Non -HM) Liquids/Gases Intermodal Cont. Passengers Oilfield Equipment Livestock Grain, Feed, Hay Coal/Coke Meat Garbage/Refuse US Mail Chemicals Commodities Dry Bulk Refrigerated Food Beverages Paper Products Utilities Agricultural/Farm Supplies Construction Water Well <: 9 Licensing & Insurance https://safer.fmcsa.dot.goer/query.asp?searchtype=ANY&q uery_type=queryCarrierSnapshot&query_param=USDOT&original_query_param=NAME&q ... 1/3 2/16/23, 9:32 AM SAFER Web - Company Snapshot DEDICATED TRUCKING INC IQLQperations I Inspections/Crashes In US I Inspections/Crashes In Canada I Safety Rating US Inspection results for 24 months prior to: 02/15/2023 Total Inspections: 4 Total IEP Inspections: 0 Note: Total inspections may be Ass than the sum of vehicle, driver, and hazmat inspections. Go to inspections Help ftr further information, • Impaction TYPe I Vehicle Driver Inspections Out of Service Out of service Nat'l Average as of DATE 01!2712023" o% 22.05% or 6.58% 4.51% IEP N/A .00S rates calculated based on the most recent 24 months of inspection data per the latest monthly SAFER Snapshot. Crashes reported to FMCSA by states for 24 months prior to: 02/15/2023 Note: Crashes listed represent a motor carriers€TM's involvement in reportable crashes, without any determination ascto responsibility. crush., Injury crashee? Type Fatal Tod' Total 0 0 IQLQQperations I Lpections/Crashes In US I Inspections/Crashes In Canada I Safety Rating Canadian Inspection results for 24 months prior to: 02/15/2023 Total inspections: Note: Total: inspections may be less than the sum of vehicle and driver inspections. Go to kispections Help for further information. Inspection Type Inspect..2 Out of Service Out of Service y. ion ; Vehicle o% Driver o% Crashes results for 24 months prior to: 02/15/2023 Note: Crashes listed represent a motor carrierO€Tss involvement in reportable crashes, without any determination as to responsibility. 'We Fatal Crashes; _ 0. Injury Total jp/Dperations I pectlons/Crashes In US I ins, Lens/ Washes n C � I Safety Rating The Federal safety rating does not necessarily reflect the safety of the carrier when operating in intrastate commerce. Comer saw..., .., The rating below is current as of: 02/15/2023 Review Information: Rating Date: ....�..,I None Rating: None Review Data: 04/0512021 Nan -Ratable hops://safer.fmcsa.dot.gov/query.asp?searchtype=ANY&query_type=queryCarrierSnapshot&query_param=USDOT&original_query_param=NAME&q., . 2/3 2/16/23, 9:32 AM SAFER Web Company Snapshot DEDICATED TRUCKING INC sAF Fy �, itr F.;;edk!JSArlov I Fr< <�a�n �,I trd ior� qi ,O1A; I Aacs,,b t; OIf; i1r,i!ir \4^U Pol i ,:nd hnlx.rtam! . I trer�l ''1 Ic. f �i-.c aEit;� .�ci i ii .str t+nri .3,4, o, DC. 20SW • 1-80,8,2,66, • TT, 144,377,, . hielc! Oi Co: acts https://safer fmcsa.dot.goy/query.asp?searchtype=ANY&query_type=queryCarrierSnapshot&query_pa ram=USDOT&original_q uery_param=NAME&q ... 3/3 2/16/23, 9:37 AM SAFER Web - Company Snapshot VENZOR TRANSPORTATION LLC O USDOT Number O MC/MX Number tb Name Enter Value: VENZOR TRANSPORTATIO t Search ID/Operations I jD ctions/Crashee r_ IS � nslzQctionc/ rashes In G nada I Safety Rating Carders: If you would like to update the following ID/Operations information, please complete and submit form MCS-150 which can Other Inca ateon for this be obtained online or from your State FMCSA office. If you would like to challenge the accuracy of your company's safety data, you can do so using FMCSA's at s system. t SMS t�strii�a Carrier and other users: FMCSA provides the Company Safety Profile (CSP) to motor carriers and the general public interested in ' S9 S I!!slit obtaining greater detail on a particular motor carrier's safety performance then what is captured in the Company Snapshot. To obtain a CSP please visit the ,c SE or a pa9e or call (800)832-5660 or (703)280-4001 (Fee Required). For help on the explanation of individual data fields, click on any field name or for help of a general nature go to SAFER General Nets, The information below reflects the content of the FMCSA management information systems as of 02/15/2023. Company Snapshot S0rt1Y TYttet CARRIER ... ACTIVE ICOR TRANSPORTATION LLC PAysicalAddreas; 7117 RICHARDAVE FORT LUPTON, CO 80821 jwttpB„e,; (720) 145.8568 Maibnn Address_ ` Tt1 r tMi1s; � t S. afe; 11/01/2022 Operation Cbssifiaauoo: Put of Nona State Carjtortll Number Rues Number — 1 M_Ci, SO NlteaaSSAPZ _ 1,000 (2021) Auth. For Hire Priv Pass.(Non- x Exempt For Hire business) Private(Property) Migrant Priv. Pass. U.S. Mail (Business) Fed. Gov't Interstate x General Freight Household Goods Metal: sheets, coils, rolls Motor Vehicles Drive/Tow away Logs, Poles, Beams, Lumber Building Materials Mobile Homes Machinery, Large Objects Fresh Produce Intrastate Only (HM) Liquids/Gases Mtermodal Cont. Passengers Oilfield Equipment Livestock Grain, Feed, Hay Coal/Coke Meat Garbage/Refuse US Mail LCIAZI_pitations I Inspections/Crashes In US I Ins State Gov't Local Gov't Indian Nation x Intrastate Only (Non -HM) Chemicals Commodities Dry Bulk Refrigerated Food Beverages Paper Products Utilities Agricultural/Farm Supplies Construction Water Well VENZat TRANSPORTATION LLC USDOT Number: 3927059 I Safety Rating https://safer.fmcsa.dot.gov/query.asp?searchtype=ANY&query_type=queryCarrierSnapshot&query_param=USDOT&original_query_param-NAME&q ... 1/3 2/16/23, 9:37 AM SAFER Web - Company Snapshot VENZOR TRANSPORTATION LLC US Inspection results for 24 months prior to: 02/15/2023 Total Inspections: 0 Total IEP Inspections: 0 Note: Total inspections may be less than the sum of vehicle, driver, and hazmat inspections. Go to Iypections Hely for further information. Inspection Type t Vehicle Inspections t out of Borneo! Out of Service % i 0% NaE1 Average % 22.05% as or DATE 01/2712023' nspectiuns• Driver 8.58% Hazmat s% 4.51% IEP Oh N/A *OOS""gates calculated based on the most recent 24 months of inspection data per the latest monthly SAFER Snapshot. r9 Crashes reported to FMCSA by states for 24 months prior to: 02/15/2023 Note: Crashes listed represent a motor carriers€"As involvement in reportable crashes, without any determination as to responsibility. Type Crashes` Fatal Crashes: Injury Tow Total ID �O,_perations I Inspections/Crashes In US Inspections/Crashes In Canada I SafetyRating ins Canadian Inspection results For 24 months prior to: 02/1512023 Total inspections: 0 Note: Total .tspections maybe less than the sum of vehicle and driver inspections. Go to inspections Holc for further information. Inspection Type Inspections Out of Service Out of Service !^_lpn0tions: Vehicle Driver Crashes results for 24 months prior to: 02/15/2023 Note: Crashes listed represent a motor carriers€TM's involvement in reportable crashes, without any determination as to responsibility. Type ; Fatal Crashes : 0 Crashes; Injury Tow Total 0 p anperatin I Ingpections/Crashes In US I Safety Rating The Federal safely rating does not necessarily reflect the safely of the carrier when operating in intrastate commerce. . Carrier Safety n20m_ The rating below is current as of: 02/15/2023 Review Information: Rating Date: Rating: Review Date: Type: !None SAFE{d Home i Fc edback I PfiVaCy Pul cy ( i f iA. 7 ov I Fr.:.g xn _:t -n our .tio t., ,FE -IA) i .l :,c. .t :Giy i ?IC Hot,In i t Pn#i::i , .arid Impor tan, links I Plug -ins c=c 3 gal U iter Carr, Sgfety h i-t-inkil time 1200 NewJersey Av•inue St Wushingfcti fit, 2090 • - 3i C•8 2,5€1 TtY 1..)-c' -x1339 = Fi :1., Contacts https://safer.fmcsa. d ot.gov/queryasp?search type=ANY&q ue ry_type=quetyCa rrie rS n a pshot&query_pa ram=USDOT&o rig in al_q uer,param=NAME&q ... 2/3 2/16/23, 9:36 AM SAFER Web - Company Snapshot ROCKIES TRUCKING LLC O USDOT Number O MC/MX Number O Name Enter Value: ROCKIES TRUCKING LLC LSearc'J ID/Operations I lmectionalCracl+o4 t., t tc I ILtamtions& ra hec In r• • Safety Rai g Carriers: If you would like to update the following ID/Operations information, please complete and submit form MCS- 5o which can be obtained in or from your State FMCSA office. If you would like to challenge the accuracy of your company's safety data, you can do so using FMCSA'sag5Qs system. Company Snapshot ROCKIES TRUCKING USDOT Number: 3850321 Other Information for this Carrier Cartier and other users: FMCSA provides the Company Safety Profile CSP SMS Resu ty obtaining greater detail on a particular molar camel's safety (CSP) to motor carriers and the general public interested in I n ng I r n e order Rags. or call 300 rfo ance then what is captured in the Company Snapshot. To obtain a CSP ( it332 56&0 or (703)2 r cam 1 (Fee Required). P Y p please visit the .CL$� For help on the explanation of individual data fields, click on any field name or for help of a general nature go to ,SAFER General HB[g, The information below reflects the content of the FMCSA management information systems as of 02/15/2023. Carrier VMT Outdated. Entdv_YP., CARRIER I QNno Status• ( ACTIVE Out m 3an t_o O... None L�stma. ROCKIES TRUCKING LLC �� '. 11601 YORK 57 UNIT 1223 I THORNTON, CO 60233•x338 __ Phone: (720) 606.1673 S dtno Address' 1101 YORK ST UNIT 1223 1:18g4NTON, CO BD233 5336 [ZS90?Numhar 3650321 AELMI, aerf P9.W8r go. 0UN3 Nymbsr ' .. .. Ir&I.Iloga,_; 03nsr2022 Eck, tg ifteel ear rter retbn• " Cerao "�'srtrad• x Auth. For Hire Priv. Pass.(Non- Exempt For Hire business) Private(Property) Migrant Priv. Pass. U.S. Mail (Business) Fed. Gov't Interstate x General Freight Household Goods Metal: sheets, coils, rolls Motor Vehicles Drive/Tow away Logs, Poles, Beams, Lumber Building Materials Mobile Homes Machinery, Large Objects Fresh Produce Intrastate Only (HM) Liquids/Gases Intemlodai Cont. Passengers Oilfield Equipment Livestock Grain, Feed, Hay Coal/Coke Meat Garbage/Refuse US Mail State Gov't Local Gov't Indian Nation x Intrastate Only (Non -HM) Chemicals Commodities Dry Bulk Refrigerated Food Beverages Paper Products Utilities Agricultural/Farm Supplies Construction Water WAl X OTHER Olaerartip I Inspections/Crashes In US I r spsions/Crate .hn C anada I BANY Rating https://safer.fmcsa.dot.gov/query.asp?Searehtype=ANY&query_type=queryCarrierSnapshot&queryparam=USDOT&original_q uery_param=NAME&q... 1/3 2/16/23, 9:36 AM SAFER Web - Company Snapshot ROCKIES TRUCKING LLC US Inspection results for 24 months prior to: 02/15/2023 Total Inspections: 0 1,+ Total IEP Inspections: 0 tons Heln for further information. Note: Total iii pections may be less than the sum of vehicle, driver, and hazmat inspections. Go to ) oec nepeetions: Driver r, Nazmat IEP Inspection Type Inspections'; Out of Sendai I Out of Service %g Nail Averegs Yo Z as of DATE 0112712023` f Vehlele 22.05% 0% 6.58% 4.51% 0% N/A "OOS rates calculated based on the most recent 24 months of inspection data per the latest monthly SAFER Snapshot. Crashes reported to FMCSA by states for 24 months prior to: 02/15/2023 Note: Crashes listed represent a motor carrier0€TM's involvement in reportable crashes, without any determination as to responsibility. Total Type Crashes Jlperatians I Lit*. M 4 I Inspections/Crashes In Canada I afe y Rating Canadian Inspection results for 24 months prior to: 02/15/2023 Total inspections: 0 Note: Total inspections may be less than the sum of vehicle and driver inspections. Go to inspections Help for further information. InspectIon Type; Inspections Out of Service Out of Service %'°_ InspeUlons; Vehicle 0 OI Driver Crashes results for 24 months prior to: 02/1512023 Note: Crushes listed represent a motor carrier2€TM's involvement in reportable crashes, without any determination as to responsibility. Fetal Crashes, Crashes, Injury Total IpjOperaluang I Ina I In�5pections/Crashes In Canada I Safety Rating Thy Federal safety rating does not ngcessarify reflect the safety of the carrier when operating in intrastate commerce. Comer eafetylialhe, The rating below is current as of: 02/15/2023 Review Information: Raang Date: Rating: Review Oate: Type: .>f�t`fa fl t ime i Feetltrei:k I NW, Polley I 11SA.rov I Freedom of Intorrnatior Ofi> Halline I Web Pnlides and Importcvn I. inks: I I'iu}-ins r, }= era! Motos Ai'rier Safety Administration i NO New Jersey avenue E Washington, OG 2t)5 tl • t-800-832 5661) • TTY' 1,00-877-8339 • Field Offi e Contac?3 https://safer.fmcsa.dut.govlgtiery.asp?searchtype=ANY&query_type=queryCarrierSnapshot&qut:ry_param=USDOT&original query_param=NAME&q... 2/3 2/16/23, 9:22 AM SAFER Web - Company Snapshot CG TRUCKING LLC 0 USDOT Number O MC/MX Number 0 Name Enter Value: 3302180 Sarch] ID/Operations I Impactions/Crashes In US I ns ctions/Crab __.__ Compan Snapsh©t CG TRUCKING LLC USDOT Number: 3302180 I aggly_galIng Carriers: If you would like to update the following ID/Operations information, please complete and submit form MCS-150 which can Carrier Other Information for this be obtained online or from your State FMCSA office. If you would like to challenge the accuracy of your company's safety data, you can do so using FMCSA's DataQs system, � SMS R ittc Carrier and other users: FMCSA provides the Company Safety Profile (CSP) to motor carriers and the general public interested in + n Ing & Insurance obtaining greater detail on a particular motor carrier's safety performance then what is captured in the Company Snapshot. To obtain a CSP please visit the cal? or r page or call (800)832-5660 or (703)280-4001 (Fee Required). For help on the explanation of individual data fields, click on any field name or for help of a general nature go to $AF R enerat Heb. The information below reflects the content of the FMCSA management information systems as of 02/15/2023. Carrier VMT Outdated. IIYlYPe,' CARRIER S Statue` ACTIVE Le CG TRUCKING LLC DOA Name P�iYatczft Addrasa� 621 6T►r ST FORT LUPTON, CO 80821 phone; i (72ot 6204351 t I In Aoilraaa; ° 021 6TH FORT lUSPTT ON, CO 80621 USOM Numlvs • 3302100 3t. POWer Onlle: BIC3.150 Form Etat, ;' 06115/2021 Ioasificatlon: f Camb Carrlod; .S1ata Carrior to Number DUNS Numhar Orlv�rs: > 1 MCS-150 Mileage (1,011;, 10,500 (2020) x Auth. For Hire Priv. Pass.(Non- Exempt For Hire business) Private(Property) Migrant Priv. Pass. U.S. Mail (Business) Fed. Gov't Interstate General Freight Household Goods Metal: sheets, coils, rolls Motor Vehicles Drive/Tow away Logs, Poles, Beams, Lumber x Building Materials Mobile Homes Machinery, Large Objects Fresh Produce Intrastate Only (HO) Liquids/Gases Intermodal Cont. Passengers Oilfield Equipment Livestock Grain, Feed, Hay Coal/Coke Meat Garbage/Refuse US Mail ti5 I Inspections/Crashes In US I hUps://safer.frncsa.dot.gov/query.asp State Gov't Local Gov't Indian Nation x Intrastate Only (Non -HM) Chemicals Commodities Dry Bulk Refrigerated Food Beverages Paper Products Utilities Agricultural/Farm Supplies x Construction Water Well I Safety Ra ng 1/3 ittps://safer.fmcsa.dolgOv/query.asp SAFER Web - Company Snapshot CG TRUCKING LLC US Inspection results for 24 months prior to: 02/15/2025 Total nspections: 2 Note: Total inspections may be less than the sum of vehicle, driver. ivelr, andInspections: inspections. GoTotal to Ins i n H i'for further information. inspection Type t Vehicle Dr .I�ions: Inspections Driver } flannel Out of Service IEP Out of Service % ` 0 P p 100% RS of orgle 0% riz apas� 22.05% 6.58% 1 % "OOS rates per Pes calculated based on the most recent 24 months of inspection data N/A the latest monthly SAFER Snapshot, Crashes reported to FMCSA by states for 24 months prior to: 02/15/2023 Note: Crashes listed represent a motor carrier3€TM's involvement in reportable crashes, without any determinatio n as to responsibility. Injury Type; Crashes; Fatal Tow Total I�Lp.atin I lnstzlectFonct realise to t t� --__>`.. j Inspections/Crashes In Canada I §afttylighlg Canadian Inspection results for 24 months prior to: 02/15/2023 Note: Total inspections may be less than the sum of vehictetand driti--;= ver ns econs. Go to In pa. i r ,gip for further information. Inapectlon Type inspections Out of Service Out of Service % n ion Vehicle e% Driver Crashes results for 24 months prior to: 02/15/2023 Note: Crashes listed represent a motor carrier0€TM's involvement in reportable crashes, without any determination as to responsibility. Crashes: Injury r..... Type: Crashes Fatal Total ID/Ogmtr Itzections/CraCf+s+e ►_ • •.• I !n§t2�ionslCrashe•a In Safety Rating The Federal safety rating does not necessarily reflect the safety of the carrier whenoperating in i oae9i state commerce. y-89L1�9� The rating below is current as of: 02/15/2023 Review Information: Ranee Date: Riling: ;None Review Date: Type; None ,`:r/iF tl"t HCrllltl I F�a,�:Riefk t rrrlC•a1CY P+iili'y I i,14YV,(yr7Y.i r^r •n ., ir�l �:rl Ir hrrrnii o r'.{C' (I•iil f1J ! 6 5•t•lii, F;fdrTr ... ..............rr 1r10 NewJtl, Motor Caniu: rfely Anminl5trrf.�ar +gtcul, Ch, 2,90 • 1.71,+1,$:'}2-566,, . '• TY 1-iKN1F77, f i-• kr;•I; ON, Comet I3 2/3 — , a,AM SAFER Web - Company Snapshot CG TRUCKING LLC dips //safer fmcsa dot gov/qusry asp 3/3 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Material Hauling Contract Emergency Approval DEPARTMENT: WELD COUNTY PUBLIC WORKS DATE: 2/15/2023 PERSON REQUESTING: NATE GIBSON, TRUCKING & MINING SUPERVISOR Brief description of the problem/issue On 2/13/2023, based on recommendations from the Purchasing Department and Public Works staff all four bids received for the 2023 Material Hauling Contract were rejected because all four were incomplete. The contract was put back out to bid on the afternoon of 2/13/2023 and will close on 2/17/2023. In order to maintain construction and maintenance schedules the 2023 Materials Hauling Contract needs to be awarded in a timely manner. Public Works is requesting this to be put on the BOCC agenda for 2/22/23 for present and emergency approval. What options exist for the Board? (Include consequences, impacts, costs, etc. of options): • Approve present and emergency approval of the 2023 Matetial Hauling Services Contract to be placed on the BOCC agenda for 2/22/23. • Deny present and emergency approval of the 2023 Material Hauling Services Contract to be placed on the BOCC agenda for 2/22/23 which could lead to delays in Public Works construction and maintenance projects. Recommendation • Staff recommends approvng present and emergency approval of the 2023 Material Hauling Services Contract to be placed on the BOCC agenda for 2/22/23. Perry L. Buck, Pro-Tem Mike Freeman , Chair Scott K. James Kevin Ross Lori Saine Approve Recommendation Schedule Work Session Other/Comments: Pi.LAntota-- KiL Ace ,-n-fittac2frA-xikie Cheryl Hoffman From: Sent: To: Cc: Subject: Attachments: Approve ** Sent from my iPhone ** Scott James Thursday, February 16, 2023 9:06 AM Cheryl Hoffman Mike Freeman; Perry Buck; Kevin Ross; Lori Saine; Karla Ford; Esther Gesick Re: Please Reply - Emergency Approval on Material Hauling Contract 2.15.23 - Pass around for Material Hauling Contract Emergency Approval.docx; Fwd: Contract Hauling Bid emergency present/approve Scott K. James Weld County Commissioner, District 2 1150 O Street, P.O. Box 758, Greeley, Colorado 80632 970.336.7204 (Office) 970.381.7496 (Cell) Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. On Feb 16, 2023, at 7:32 AM, Cheryl Hoffman <choffman@weld.gov>wrote: Commissioners, This is for Emergency Approval for Material Hauling I have also attached an email from Commissioner Ross requesting we get this on February 22 agenda (which is our next agenda) for Emergency Approval. Please review and let me know if you approve. Cheryl L. Hoffman Deputy Clerk to the Board 1150 0 Street/P.O. Box 758 Greeley, CO 80632 I Cheryl Hoffman From: Sent: To: Subject: Lori Saine Thursday, February 16, 2023 2:14 PM Cheryl Hoffman RE: Please Reply - Emergency Approval on Material Hauling Contract Yes, but please put in response that I talked with Curtis Hall with understanding we will get a full presentation of all the bids presented and why they are now complete. Lori Saine Weld County Commissioner, District 3 1150 O Street PO Box 758 Greeley CO 80632 Phone: 970-400-4205 Fax: 970-336-7233 Email: Isaine@weldgov.com Website: www.co.weld.co.us In God We Trust Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Cheryl Hoffman <choffman@weld.gov> Sent: Thursday, February 16, 2023 7:33 AM To: Mike Freeman <mfreeman@weldgov.com>; Perry Buck <pbuck@weldgov.com>; Scott James <sjames@weldgov.com>; Kevin Ross <kross@weld.gov>; Lori Saine <lsaine@weldgov.com> Cc: Cheryl Hoffman <choffman@weld.gov>; Karla Ford <kford@weldgov.com>; Esther Gesick <egesick@weld.gov> Subject: Please Reply - Emergency Approval on Material Hauling Contract Commissioners, This is for Emergency Approval for Material Hauling I have also attached an email from Commissioner Ross requesting we get this on February 22 agenda (which is our next agenda) for Emergency Approval. Please review and let me know if you approve. Cheryl L. Hoffman 1 NOTICE OF AWARD So Low Transport INC Attn.: Mark Aragon, VP 19607 CR 50.5 LaSalle, CO 80645 Project Description: 2023 MATERIALS HAULING PROJECT The project in general consists of hauling and spreading materials to and from multiple scheduled and unscheduled locations within Weld County. The Owner has considered the Proposal submitted by you for the above -described Work in response to its Request for Proposals, B2300075. You are hereby notified that your proposal has been accepted in the amount of $1.490,000.00 or as shown in the Scope of Work. You are required to execute the Agreement and furnish the required Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Insurance within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your proposal as abandoned. The Owner will be entitled to sach other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this 27th day of February 2023 Weld County, Colorado, Owner By: Nate Gibson Supervisor, Trucking & Mining Division ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by Dated this By: ,/,1 day of r SUBSCRIBED AND AFFIRMED 0 SWORN TO BEFORE ME IN THE UNTY OF STATE OF COLO- RADO THE _DAY -f F 20 g.3 NOTARY STATE OF COLORADO My Commission Expires i\0\ \ -j Q..001 Title: (Contractor) 2023 KAITLYN LILY MENDOZA NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20224043277 MY COMMISSION EXPIRES NOV. 14, 2026 Contract Form New Contract Request Entity Infor a+ Entity Name' SO LOW TRANSPORT INC Contract Name' MATERIAL HAULING CONTRACT Contract Status CTB REVIEW Entity ID' 00046782 Contract Description' MATERIAL HAULING CONTRACT FOR PW TRUCKING DIVISION Contract Description 2 Contract Type' CONTRACT Amount' 01,4 50,000.00 Renewable' YES Automatic Renewal NO Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.com Department Head Email CM-PublicWorks- DeptHeadcweldgev.com County Attorney BYRON HOWELL County Attorney Email BHOWELLWWELDGOV.COM ❑ New Entity? Contract ID 6728 Contract Lead' NGIBSON. Contract Lead Email ngibson@weldgov.com Requested BDCC Agenda Date' 03/13/2023 Parent Contract ID Requires Board Approval YES Department Project # OIL -02 Due Date 03/09/2023 Will a work session with BOCC be required?' NO Does Contract require Purchasing Dept. to be included? YES Bid / RFP #' 82300075 If this is a renewal enter previous Contract ID If this is part of a MSA enter NSA Contract ID Note. the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Co act Dates Effective. Date Termination Notice Period Review Date' 01/0112024 Committed Delivery Date Renewal Date' 03;10/2.023 Expiration Date Contact Name Purchasing Purchasing Approver CONSENT Approval Proces Department Head .CURTIS HALL DH Approved Date 03,+07//2023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda. Date 03/13/2023 Originator NGIBSON Contact Type. Contact Email Finance Approver CONSENT Contact Phone 1 Purchasing Approved Date 03,07/2023 Finance Approved Date 03/07/2023 Tyler Ref # AG 031 323 Legal Counsel CONSENT Contact Phone 2 Legal Counsel Approved Date 03/0'71'2023 RESOLUTION RE: APPROVE EMERGENCY BID #B230075, MATERIAL HAULING CONTRACT, AND WAIVER OF TEN-DAY WAITING PERIOD FOR CONSIDERATION AND INVESTIGATION - PUBLIC WORKS WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Purchasing Department has requested waiver of the ten-day waiting period for Emergency Bid Request #B2300075, Material Hauling Contract, for the Department of Public Works, in order to maintain scheduled maintenance and construction activities, and WHEREAS, the Board of County Commissioners deems it advisable to waive the ten-day waiting period for said emergency bid. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the ten-day waiting period for Emergency Bid Request #B2300075, Material Hauling Contract, for the Department of Public Works, be, and hereby is, waived. BE IT FURTHER RESOLVED by the Board that the low bid from So -Low Transportation, Inc., not to exceed budgeted amount of $1,450,000.00, be, and hereby is, accepted on an emergency basis. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 27th day of February, A.D., 2023. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: did.%) ..e:4O;(1 Weld County Clerk to the Board BY: eputy Clerk tt5 the Board APPROVED AS TO FOR As -t- County Attorney Date of signature: 03fiska3 MikeyFt-ee an, Chair Lori S 6O/,,A cc'.PvR., PLn1(c}I/ER) 03/io/23 2023-0505 P00024 EG0081 MEMORANDUM Date: February 17, 2023 TO: Board of Commissioners FROM: Curtis Hall, Director of Public Wo SUBJECT: 2023 Material Hauling Bid, B2300075 The Public Works Department has reviewed the Bids for the 2023 Material Hauling Contract. The Public Works Department received three bids for material hauling services, all three were complete. Public Works recommends awarding the Material Hauling Contract to SO -LOW Transportation INC, not to exceed budgeted amount of $1,450,000. SO -LOW Transportation INC. was the lowest bidder and meets all five evaluation criteria. In addition, Public Works is requesting present and emergency award in order to maintain scheduled maintenance and construction activities. 203 - 0505 ,1 007_14 Z/Z`1 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Material Hauling Contract Emergency Approval DEPARTMENT: WELD COUNTY PUBLIC WORKS DATE: 2/15/2023 PERSON REQUESTING: NATE GIBSON, TRUCKING & MINING SUPERVISOR Brief description of the problem/issue On 2/13/2023, based on recommendations from the Purchasing Department and Public Works staff all four bids received for the 2023 Material Hauling Contract were rejected because all four were incomplete. The contract was put back out to bid on the afternoon of 2/13/2023 and will close on 2/17/2023. In order to maintain construction and maintenance schedules the 2023 Materials Hauling Contract needs to be awarded in a timely manner. Public Works is requesting this to be put on the BOCC agenda for 2/22/23 for present and emergency approval. What options exist for the Board? (Include consequences, impacts, costs, etc. of options): • Approve present and emergency approval of the 2023 Matetial Hauling Services Contract to be placed on the BOCC agenda for 2/22/23. • Deny present and emergency approval of the 2023 Material Hauling Services Contract to be placed on the BOCC agenda for 2/22/23 which could lead to delays in Public Works construction and maintenance projects. Recommendation: • Staff recommends approvng present and emergency approval of the 2023 Material Hauling Services Contract to be placed on the BOCC agenda for 2/22/23. Perry L. Buck, Pro -Tern Mike Freeman , Chair Scott K. James Kevin Ross Lori Saine Approve Recommendation —nat4i-itat Schedule Work Session Other/Comments: Cheryl Hoffman From: Sent: To: Cc: Subject: Attachments: Approve ** Sent from my iPhone ** Scott James Thursday, February 16, 2023 9:06 AM Cheryl Hoffman Mike Freeman; Perry Buck; Kevin Ross; Lori Saine; Karla Ford; Esther Gesick Re: Please Reply - Emergency Approval on Material Hauling Contract 2.15.23 - Pass around for Material Hauling Contract Emergency Approval.docx; Fwd: Contract Hauling Bid emergency present/approve Scott K. James Weld County Commissioner, District 2 1150 O Street, P.O. Box 758, Greeley, Colorado 80632 970.336.7204 (Office) 970.381.7496 (Cell) Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. On Feb 16, 2023, at 7:32 AM, Cheryl Hoffman <choffman@weld.gov>wrote: Commissioners, This is for Emergency Approval for Material Hauling. I have also attached an email from Commissioner Ross requesting we get this on February 22 agenda (which is our next agenda) for Emergency Approval. Please review and let me know if you approve. Cheryl L. Hoffman Deputy Clerk to the Board 1150 O Street/P.O. Box 758 Greeley, CO 80632 1 Cheryl Hoffman From: Sent: To: Subject: Lori Saine Thursday, February 16, 2023 2:14 PM Cheryl Hoffman RE: Please Reply - Emergency Approval on Material Hauling Contract Yes, but please put in response that I talked with Curtis Hall with understanding we will get a full presentation of all the bids presented and why they are now complete. Lori Saine Weld County Commissioner, District 3 1150 0 Street PO Box 758 Greeley CO 80632 Phone: 970-400-4205 Fax: 970-336-7233 Email: Isaine@weldgov.com Website: www.co.weld.co.us In God We Trust Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Cheryl Hoffman <choffman@weld.gov> Sent: Thursday, February 16, 2023 7:33 AM To: Mike Freeman <mfreeman@weldgov.com>; Perry Buck <pbuck@weldgov.com>; Scott James <sjames@weldgov.com>; Kevin Ross <kross@weld.gov>; Lori Saine <lsaine@weldgov.com> Cc: Cheryl Hoffman <choffman@weld.gov>; Karla Ford <kford@weldgov.com>; Esther Gesick <egesick@weld.gov> Subject: Please Reply - Emergency Approval on Material Hauling Contract Commissioners, This is for Emergency Approval for Material Hauling I have also attached an email from Commissioner Ross requesting we get this on February 22 agenda (which is our next agenda) for Emergency Approval. Please review and let me know if you approve. Cheryl L. Hoffman 1 2023 Material Hauling Bid Evaluation Second Bid SO LOW KLS X Double J X Submittal Required X US DOT Number List of Drivers and Equipment X X X CDL-IS MVR for Drivers X X X Equipment Year/Make Model X X X Out of Service Violations X * X Safety Philosophy Statement X X X Bid Schedule X X X Signature Page X X X Receipt of Addenda NA NA NA Statement of Qualifications X X X Anti Collusion Affidavit X X X W-9 X X X Hauling and Spreading Belly $ 98 00 $ 119 75 $ 105 00 Hauling Side Dump $ 98 00 $ 125 00 $ 105 00 Hauling End Dump $ 98 00 $ 125 00 $ 105 00 Hauling Tandem $ 85 00 $ 95 00 $ 85 00 Hauling Lowboy $ 120 00 $ 175 00 $ 150 00 LOW BID *Checked USDOT number no OOS Violations Listed Submittal Required US DOT Number List of Drivers and Equipment CDL-IS MVR for Drivers Equipment Year/Make Mode Out of Service Violations Safety Philosophy Statement Bid Schedule Signature Page Receipt of Addenda Statement of Qualifications Anti Collusion Affidavit W-9 Hauling Side Dump Hauling End Dump Hauling Tandem Hauling Lowboy LOW BID Genco $ 107.00 $ 107.00 $ 107.00 95.00 SO LOW INCOMPLETE* X X X X 98.00 $ 119.75 $ 98.00 $ 120.00 $ 98.00 $ 125.00 135.00 $ 120.00 Double J X X $ 125.00 $ 125.00 $ 125.00 $ 100.00 175.00 *Submitted and Signed but Addendum number not recorded, dated or intialed **Positive response not necessary if no out of service violations exist. WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: reverett(cc�weldgov.com E-mail: cgeisert@weldgov.com E-mail: cmpeters(a)weldgov.com Phone: (970) 400-4222,4223 or 4216 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 17, 2023 REQUEST FOR: MATERIAL HAULING CONTRACT DEPARTMENT: PUBLIC WORKS BID NO: #B2300075 PRESENT DATE: FEBRUARY 22, 2023 APPROVAL DATE: FEBRUARY 22, 2023 (EMERGENCY APPROVAL) (COUNTY CLOSED DUE TO INCLEMENT WEATHER) MOVED TO FEBRUARY 27, 2023 VENDOR SO LOW TRANSPORT INC 19607 CR 50.5 LASALLE CO 80645 DOUBLE J LOGISTICS LLC 13789 HIGHWAY 14 AULT CO 80610 KLS, LLC 11749 COUNTY RD 3.75 WIGGINS CO 80654 DESCRIPTION Hauling & Spreading of material -Tractor & Belly Dump Hauling — Side Dump Hauling — End Dump Hauling — Tandem Axle Dump Truck Hauling — Tractor & Lowboy Trailer Hauling & Spreading of material -Tractor & Belly Dump Hauling — Side Dump Hauling — End Dump Hauling — Tandem Axle Dump Truck Hauling — Tractor & Lowboy Trailer Hauling & Spreading of material -Tractor & Belly Dump Hauling — Side Dump Hauling — End Dump Hauling — Tandem Axle Dump Truck Hauling — Tractor & Lowboy Trailer The Department of Public Works will be reviewing the bids. UNIT PRICE PER HR PER TRUCK $98.00/hr $98.00/hr $98.00/hr $85.00/hr $120.00/hr $105.00/hr $105.00/hr $105.00/hr $ 85.00/hr $150.00/hr $119.75/hr $125.00/hr $125.00/hr $ 95.00/hr $175.00/hr 2023-0505 RA GUN EC (1Zr
Hello