Loading...
HomeMy WebLinkAbout20240715 Ce ac.+IDWI0gl3 • BOARD OF COUNTY COMMISSIONERS PASS-AROUND REVIEW PASS-AROUND TITLE: Renewal of Pavement Smoothness Testing and Grinding. DEPARTMENT: Public Works DATE: February 6, 2026 PERSON REQUESTING: Ryan Axtman, Don Dunker, Curtis Hall Brief description of the problem/issue: On April 29, 2024, Weld County entered into a one(1)year professional services agreement(Original Contract) with CPP Engineering, Inc. to provide on-call pavement smoothness testing and grinding services for Public Works projects. The Original Contract allows for up to (2) additional one-year extensions at the County's discretion. The parties agree to extend the Original Agreement for the second and final extension term, covering the period of April 29, 2026, to April 28, 2027. CPP Engineering, Inc., has continued to provide professional and timely services under the Original Contract. CPP Engineering Inc. has submitted an updated Exhibit B, service items rates for 2026. The proposed rates reflect a 2.18% increase, consistent with adjustments based on the Denver, Aurora, and Lakewood Consumer Price Index (CPI). What options exist for the Board? 1)Approve the renewal of the Original Contract and place it on the next available agenda. 2) Request a work session to obtain additional information regarding the contract. Consequences: If the contract is not renewed, pavement smoothness verification, defect correction, and pre-warning or roadway departure safety features of current and upcoming County Capital Improvement Projects(CIP)and Public Works maintenance projects may be significantly impacted. Impacts: Without a contract in place, Public Works would need to initiate a new best-value procurement process to secure a replacement firm. This process is expected to delay affected projects by approximately 3 to 4 months. Costs (Current Fiscal Year/Ongoing or Subsequent Fiscal Years): The contract renewal amount is $300,000.00, which has been fully budgeted in the 2026 Public Works budget for on-call pavement smoothness testing and grinding services. Recommendation: Public Works staff recommend renewal of the second extension of the Original Contract CPP Engineering, Inc., effective April 29, 2026, to April 28, 2027. 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 Con5C(14- ce.nC CC s, 01(1 CPW) Zb2�1 0"l 15 3/4/Z(0 /Zlo EC-710O7SZ CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND CPP ENGINEERING, INC. This Agreement Extension/Renewal ("Renewal"), made and entered into (4 day of 1410),✓d) , 2026, 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 CPP Engineering, Inc., 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. #2024-0715, approved on April 29, 2024. WHEREAS the parties entered into an agreement to extend the term of the Original Agreement in accordance with the terms of the Original Agreement for the first renewal agreement, of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein Contract ID No. 9137, approved March 3, 2025. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement for the second renewal 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 April 28, 2026. • The parties agree to extend the Original Agreement for an additional One-Year period, which will begin April 29, 2026, and will end on April 28, 2027. • The Second 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. Exhibit B has been updated to reflect current service item rate changes. 2. The total anticipated cost for the second renewal period is not to exceed $300,000.00. • 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:/J /G�ICI �9L1/�J BOARD OF COUNTY COMMISSIONERS Printed Name � -�/ WEL COUNTY, COLORADO Signature Scott K. James, Chair MAR 0 4 2026 ATTEST: VAIKA•ii 410• Weld County Clerk to the Board avow 10 Deputy Clerk to the Board 1: r melt �1 ., EXHIBIT B (" pp ENGINEERING, INC. January 27, 2026 Weld County Public Works - lnsp Div Attn' Ryan Axtman 1111 H Street Greeley, CO 80632 RE: Smoothness Testing & Grinding 2026 Proposed Fees for Services Dear Ryan; CPP Engineering hereby submits via hand delivery its 2026 bid for the 2026 Weld County Smoothness Testing and Grinding program. This is being provided for your review and approval. Please note that in 2026 CPP Engineering, is celebrating its 25th year in business. As such - CPP is keeping its 2026 cost the same as 2025. CPP is only doing this for customers that have supported our business throughout the years. The cost that is included in the attached proposal shows no increase for CPP Services and minor increases for our sub contractors that CPP does business with. CPP would like to say thank you for supporting us throughout the years. It is grealy apprecaited and we value this relationship. Respectfully Submitted, CPP Engineering, Inc. 44.27 Craig Yo , P President" 9345 Commerce Center Street • Unit E6 • Highlands Ranch, CO 80129 ■ 303-662-9533 ■ 303-662-9538 (Fax) EXHIBIT B item rt wont item Description Unit 2025 Unit Cost 2026 Unit Cost Notes Corrective Smoothness Grinding 20240170 HMA Pavement SY S 12 00 202.00171 PCCP Pavement SY $ 1800 /Cr, ' ' s-- - - Smoothness Grinding 202-00242 HMA Pavement(Special) Hr 5 725 00 202-30243 PCCP Pavement(Special) Hr S 1 100 00 Sweeping _ _ 203411320 Kick Broom-Sweepings Discharged to Shoulder Hr $ 15000 /A • •._.,, 29341822 P/U and Disposal of Pavement Grindings Hr 'S 210 00 Emulsified Asphalt • 411-10253 ,CSS-1h GAL !$ 11600 ,,,,_",../•_:,'•-•L', , Transverse Rumble Strip Clusters and Strips t 614-80386 :(4"-8%4")(I2 Grooves per Cluster 11'-4"Lane .f Ea $ 900 00 :7 :Width)(HMA Pavement)(Special) (4%8%4)(12 Grooves per Cluster 11'-4"Lane 614-80387 Ea 'S 2.700 00 ,9 -.7yd, c,.-.•.•,, 'Width)(PCCP Pavement)(Specia() 614-80391 8"or 12"-HMA Pavement(Fog Line or Center Line) Ea. $ 0 32 ' -..;-•' i I 614-80392 ,8"or 12"-PCCP Pavement(Fog Line or Center Line) Ea. 1$ 0 9C I' 71, 614-80393 •l8"or 12"-HMA Pavement(Fog Line or Center Ea IS 2.300 00 , I -",),ja2. ••.,-/ 1 ,LinefiLess Than 4.000 LF) ....=, 8"or 12"-PCCP Pavement(Fog Line or Center 614-80394 Ea 1$ 6.875.00 ,.../ c •••••:.:-,,,,/) Line)(Less Than 4,000 LF) Mobilization Grinder-Mobilization North of WCR 74 and West of ! 626-00000 WCR 49 LS 1$ 1,925.00' I , -,--—•••••••.....' ' Grinder-Mobilization North of WCR 74 and East of 626-00001 LS Is 2_025 00' .7..4 7,::- ...! WCR 49 ..‹.•:. ...;/_,, Grinder-Mobilization South of WCR 74 and West of 626-00002 LS IS 1 725 00 .• ••'''' WCR 49 Gnnder-Mobilization South of WCR 74 and East of 626-00003 LS 1$ 1 825 00 7-1:. -4- .; N WCR 49 Profilograph-Mobilization North of WCR 74 and West 626-GCII)°4 of WCR 49 LS 'S 925.00 Pro8tograph-Mobilization North of WCR 74 and East of i 626-00005 , LS $ 975.00 ...12:.9: :V WCR 49 626-00006 Pfrowfilara4p9h-Mobilization South of WCR 74 and West II LS $ 925.00 .,,,',.' ..-• . ... , 626-00007 Protilograph-Mobilization South of WCR 74 and East oft LS $ 875 VCR 49 i EXHIBIT B 626-00008 Sweeping•Mood anon North of'NCR 74 and West of LS S 750 00 'NCR 49 626.00009 WCR Sweeping Mobilization North of's/CR 74 and East of LS •S 925 00 •:2.41— • ! Sweep626-00010 WCR LSMobilization South of'NCR 74 and West of LS S 525 00 � .^` 626-000't Sweeping-Mobilization South of'NCR 74 and East of 700 00 7.-:"" + WCR 49 626-00012 Tack Truck or Striping Truck-Mobilization North of 5 WCR 74 and'Nest of'NCR 49 62E-00p13 'ack Truck or Striping Truck-Mobntzabon North of lS S 2 J25 00 'NCR 74 and East of WCR 49 • . -- 62600014 Tack Truck or Striping Truck-Mobilization South of LS $ t 775 00 WCR 74 and'Nest of WCR 49 c Tack Truck or Striping Truck-Mobilization South of - , 82640015 WCR 74 and East of WCR 49 LS $ t 725.00 ' { 626-00016 Traffic Control-Mobilization North of WCR 74 and West• LS 025 00 of WCR 49 - _ 626-00017 Traffic Control-Mobilization North of WCR 74 and East LS 5 1 275 00 of WCR 49 • 626-00018 •Traffic Control-Mobilization South of WCR 74 and LS ;$ 71500 West of WCR 49 --• Traffic Control-Mobilization South of WCR 74 and East - e 626-00019 of WCR 49 LS _ 850 00 ". Pavement Marking 627-00011 Pavement Marking Paint(Waterborne)(Low VOC) GAL '5 535.00 Smoothness Verification 630-80570 HMA or PCCP(Existing Condibonsl(Gnnd Check Segment �$ 1 850 00 Surface)(Including CIP Protects) � 630-80571 HMA ar PCCP Final Surface(Includes Detective Segment '$ 2.325 00 • 1 ' Segment Locates 8 Analysis)(Includes CIP Protects) _ .. Traffic Control 630-00000 ;Flagging I HR IS 5000 Mobile Closure-TC Plans.3 Man Crew 50 cones&8 630-00001 ,AWS HR f5 20500 '72,✓.i • Lane Closure-TC Plans.4 Man Crew 150 cones 8:8 630-00002 AWS HR ($ 255 00 � , r ^ `{ I 630-00003 Uniformed Traffic Control HR i$ 0 00 630-0004 Detour Traffic Control-MHT.AWS LS $ 0 00 630-80359 Portable Message Sign Panel Day $ 350 00 _,! _ - 630-85020 Mobile Attenuator Day '$ 0 00 --_ 630-00016 Method of Handling Traffic(MHT)CDOT Permitting Ea. $ 130 00' A - ••" " r • 2 ACOROa CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIVYYY) kit...I 02/05/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Joel Walker NAME: Blue Sky Ins PHONE (303)647-5477 FAX (A/C,No,E:U: (A/C,No): 88 Inverness Circle East E-MAIL ADDRESS: Suite A-103 INSURER(S)AFFORDING COVERAGE NAIC N Englewood CO 80112 INSURER A: Mesa Underwriters Specialty Insurance Company INSURED INSURER B: SECURA 22543 CPP Engineering,Inc INSURER C: Kinsale Insurance Company 9345 Commerce Center St. INSURER D: Pinnacol Assurance 41190 Unit E-6 INSURER E: Highlands Ranch CO 80129 INSURER F: COVERAGES CERTIFICATE NUMBER: CL2573016591 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 AWL SUNR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DDIYYYY) (MMIDDIYYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,DAMAGE TO RENTED 000 CLAIMS-MADE X OCCUR PREMISES Ea occurrence) $ 100,000 MED EXP(Any one person) $ 5,000 A Y MP004203210022200-01 08/01/2025 08/01/2026 PERSONAL BADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X JEC LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: Employee Benefits $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ B OWNED N/ SCHEDULED A3256536 08/01/2025 08/01/2026 BODILY INJURY(Per accident) $ AUTOS ONLY /.22 AUTOS X HIRED N/ NON-OWNED PROPERTY DAMAGE $ _ AUTOS ONLY _ AUTOS ONLY (Per accident) X UMBRELLA!JAB X OCCUR EACH OCCURRENCE $ 1,000,000 C —^ EXCESS UAB CLAIMS-MADE 0100336083-1 08/01/2025 08/01/2026 AGGREGATE $ 1,000,000 DED RETENTION$ $ WORKERS COMPENSATION X STATUTE 0TH- ER AND EMPLOYERS'LIABILITY YIN 1 D ANY PROPRIETOR/PARTNER/EXECUTIVE N NIA 4225517 08/01/2025 08/O1/2026 E.L.EACH ACCIDENT $ , , OFFICER/MEMBER EXCLUDED? - -- -- (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 I(yes,describe under 1000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ , DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Weld County,its successors or assigns;its elected officials,employees,agents,affiliated entities,and volunteers as Additional Insureds for work that is being performed by the Contractor. Subject to the forms,terms,and conditions of the policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Weld County Board of County Commisioners of ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 758 AUTHORIZED REPRESENTATIVE Greeley CO 80632 ��/��d 1 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Entity Information Entity Name* Entity ID* New Entity? Please use the job CPP ENGINEERING INC SUP-42530 aid linked here to add a Q supplier in Workday. Contract Name* Contract ID Parent Contract ID PAVEMENT SMOOTHNESS TESTING AND GRINDING - 10413 8049 2026 RENEWAL Contract Lead* Requires Board Approval Contract Status RAXTMAN YES CTB REVIEW Contract Lead Email Department Project# raxtman@weld.gov Contract Description* SECOND RENEWAL OF THE ORIGINAL CONTRACT#8049, FOR PAVEMENT SMOOTHNESS TESTING AND GRINDING. CONTRACT USED TO MEASURE PAVEMENT SMOOTHNESS OF COUNTY CREWS AND CONTRACTED CONSTRUCTION FOR CORRECTIVE PAVEMENT GRINDING AND ACCEPTANCE. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date RENEWAL PUBLIC WORKS Date* 02/28/2026 03/04/2026 Amount* Department Email $300,000.00 CM- Will a work session with BOCC be required?* PublicWorks@weld.gov HAD Renewable* YES Department Head Email Does Contract require Purchasing Dept. to be CM-PublicWorks- included?* Automatic Renewal DeptHead@weld.gov NO Grant County Attorney IGA GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID 9137 If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date* 02/27/2026 04/29/2026 Termination Notice Period Committed Delivery Date Expiration Date Contact Information 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 CHRIS D'OVIDIO BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 02/25/2026 02/27/2026 02/27/2026 Final Approval BOCC Approved Doc ID# AG 030426 BOCC Signed Date Originator BOCC Agenda Date RAXTMAN 03/04/2026 COi cva0-ID q 13 BOARD OF COUNTY COMMISSIONERS PASS-AROUND REVIEW PASS-AROUND TITLE:Weld County 2025 Pavement Smoothness and Testing Renewal. DEPARTMENT:Weld County Public Works DATE:February 18,2025 PERSON REQUESTING:Ryan Axtman,Construction Inspection Supervisor Brief description of the problem/issue: The Pavement Smoothness,Testing,and Grinding Contract can be extended from April 29,2025,to April 28, 2026,as allowed by the original agreement.This marks the second year of a potential three-year extension.The contract permits annual rate adjustments based on the Denver/Aurora/Lakewood Consumer Price Index,which increased by 2.00%over the past year.While CPP Engineering requested price increases exceeding 2.00%on select items,other items stayed the same and the overall adjustment averages 2.00%. Attached is the combined 2025 contract Fee Schedule and a cost comparison of item costs from 2024 to 2025. The 2025 budget allocates$300,000.00 for this contract.CPP Engineering,the 2024 low-bid contractor,has provided satisfactory service. What options exist for the Board? • The Board may either approve or deny the staff recommended contract renewal/extension request. • Request a work session with staff to discuss this request. Consequences: Approving the contract renewal allows on-call pavement smoothness testing and grinding services to continue as planned in 2025. Impacts: Public Works expects these services to proceed in 2025.Without renewal,the department would lose the ability to correct rough spots,which help extend roadway lifespan and reduce vehicle maintenance costs for the public. Costs(Current Fiscal Year/Ongoing or Subsequent Fiscal Years): The 2025 contract renewal shall not exceed the$300,000.00,budgeted under account 31100-6377. Recommendation: Public Works recommends authorization to submit this CPP contract renewal for consideration as a line item on an upcoming BOCC Meeting 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 Vi a,ev t.Lt t. 0 h Sln-I- aQ (c:0h10 -00 -c"I 15 ur nasto ZOZ� 3/3/25 3/3/25 F�-,0M3`2 Karla Ford From: Kevin Ross Sent: Wednesday, February 19, 2025 8:58 PM To: Karla Ford; Scott James Subject: Re: Please Reply - Pass-Around 2025 Pavement Smoothness &Testing Renewal Approve Kevin Ross From: Karla Ford <kford@weld.gov> Sent: Wednesday, February 19, 2025 3:09:43 PM To: Kevin Ross<kross@weld.gov>; Scott James<sjames@weld.gov> Subject: Please Reply- Pass-Around 2025 Pavement Smoothness&Testing Renewal Please advise if you support recommendation and to have department place on the agenda. Karla Ford X Office Manager, Board of Weld County Commissioners 1150 0 Street,P.O. Box 758, Greeley,Colorado 80632 ::970.336-7204::kford a(�.weld.gov ::www.weldoov.com:: **Please note my working hours are Monday-Thursday 7:OOa.m.-4:OOp.m.** LDV u 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 try anyone other than the named recipient is strictly prohibited. From: Samantha Brown<sjbrown@weld.gov> Sent:Wednesday, February 19, 2025 2:33 PM To: Karla Ford<kford@weld.gov> Cc: Ryan Axtman<raxtman@weld.gov>; Don Dunker<ddunker@weld.gov>;Sharon Benson <sbenson@weld.gov>; Curtis Hall<chall@weld.gov> Subject: Pass-Around 2025 Pavement Smoothness&Testing Renewal Karla, Please share the following Pass-Around with the Commissioners for review and signature. y W , MEMORANDUM ' r t Date: February 24,2025 To:Esther Gesick,Clerk to the Board From:Ryan Axtman,Construction Inspection Supervisor Subject:Renewal No.1—2025 Pavement Smoothness Testing and Grinding This memo outlines Renewal No.1 for Parent Contract ID#8049 of the Pavement Smoothness Testing and Grinding Contract.The pass-around has been reviewed and approved for placement on the Board of County Commissioners'agenda.Attached are the pass-around request,Agreement Extension/Renewal Amendment—Renewal No.1,and other supporting documents for reference.These materials are to be included on the consent agenda for formal consideration. Please let me know if you need any additional details. CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND CPP ENGINEERING,INC. This Agreement Extension/Renewal("Renewal'),made and entered into 3V�day of Ma,Veh 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 CPP Engineering,Inc.,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.2024-0715,Contract ID No.8049. approved on April 29,2024. WHEREAS the parties entered into an agreement to extend the term of the Original Agreement in accordance with the terms of the Original Agreement for the first renewal 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 April 28,2025. . The parties agree to extend the Original Agreement for a one(1)-vear period,which will begin A ril 29 2025.and will end on April 28.2026. . The Renewal,together with the Original Agreement,constitutes the entire understanding between the parties.The following change is hereby made to the Contract Documents: 1. Exhibit A has been updated to reflect the 2025 Item rates and mileage. 2. There are no changes being made to the Contract Documents. 2026 3. The Engineering total budgeted amount for the period of April 29.2025,to April 28,2025. $300,000.00 0 . 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:CPP Engineering,Inc. BOARD OF COUNTY COMMISSIONERS WE COUNTY,COLORADO Printed Name Perry L. ck,Ch it AR 0..g25 ATTEST. 49.484) ' Signature Weld C.unty CI:k to the Board r T BY: � .� Depu lerk to the Board / 1 ' •` 20N-01 U5 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYYI 02/.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 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 CONTACT Joel Walker NAME: Blue Sky Ins l(acNly Eatl:(303)647-5477 I jvc,No): 88 Inverness Circle East L alison@bskyins.com ADDRESS: Suite A-103 INSURER(S)AFFORDING COVERAGE NAIL X Englewood CO 80112 INSURER A:Mesa Underwriters Specialty Insurance Company 013842 INSURED INSURER B:SECURA 22543 CPP Engineering,Inc INSURER C:Pinnacol Assurance 41190 9345 Commerce Center St. iNsuRER D:Kinsale Insurance Company 052557 Unit E-6 INSURER E Highlands Ranch CO 80129 INSURER F: COVERAGES CERTIFICATE NUMBER: CL248816322 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. I TR TYPE OF INSURANCE ADDL NSD SW VD POLICY NUMBER POLICY EFF POLICY EXP LIMITS (MM/DDIY;(P5ENO/YYY L X COMMERCIAL GENERALLIABILITy EACH OCCURRENCE $1,000,000 CLAIMS-MADE 111 OCCUR PREM SES(EaEoaaurrence) $100,000 _ MED EXP(Any one person) $5,D00 A Y MP004203210022200 08/01/2024 08/01/2025 RERSONALBADVINJURY $1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: _GENERALAGGREGATE $2,000,000 POLICY ri PRCT O ❑CC PRODUCTS-COMP/OP AGG $2,000,000 JE OTHER: AUTOMOBILE LIABILITY COMBINEDt)SINGLE LIMIT $1,OOQ000 (Ea acciden X ANY AUTO BODILYINJURY(Perperson) $ B 'MESON AUTOS X SCHEDULED A3256536 08/01/2024 08/01/2025 BODILY INJURY(Per accident) $ _AUTO HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY (Per accident) $ X UMBRELLA LWB X OCCUR EACH OCCURRENCE $1,000,000 D EXCESSLlAB CLAIMS-MADE 054460 08/01/2024 08/01/2025 AGGREGATE $1,000,000 DED I I RETENTION$ WORKERS COMPENSATION XI STATUTE I I ERH AND EMPLOYERS'LIABILITY Y/N ANYPROPRIETORlPARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 C OFFICER/MEMBER EXCLUDED? �NIA 4225517 OS/01/2024 08/01/2025 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,d F=1 under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional RemaHcs Schedule,may be attached if more space is required) Boar0 of County Commissiners of Weld County,Colorado,its officers,and employees are named as additional insured,as required by written contract. Subject to the forms,terms,and conditions of the policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Weld County Board of County Commisioners of ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 758 AUTHORIZED REPRESENTATIVE Greeley CO 80632 ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 2025 Pavement Smoothness Testing and Grinding Item it I Description I wilt I 2024::Sccoh.tedule Linft I 2025::Scc.thedule %Differ... Corrective Smoothness Grinding 22°022-01177°1 I ip*CcAp Pp::::nntt I sZ 1: 11.75 SY $ 17.85 SY 1$ 12.00 18.00 2% 196 Smoothness Grinding 22=4423 l'pffc'cApPp::::nntt= I illrr: 1: 700.00 Hr. 1$ 1,050.00 Hr. 1$ 725.00 1,100.00 496 5% Sweeping 2z:33'4'3116622'z II:jitic:rn:Oils-pso:eZrp:::::::::lati::°"Ider I IFIrre I: 0.00 Hr. 15 200.00 Hr. 1$ 150.00 210.CO . 596 Emulsified Asphalt 411-10253 ICSS-lh I GAL 1$ IS 16.00 1 156 115.00 GAL Transverse Rumble Strip Clusters and Strips 634.3. (4,8"-4")(12 Grooves per Cluster 11,"Lane Width)(HMA Ea. 5 900.00 Ea. $ 900.00 Pave...Special) 0% 63.6...387 (4,8"4")(12 Grooves per Cluster 11,"La.Width)(PCCP Pavementl(SP.afi Ea. $ 2,650.00 Ea. $ 2,700.00 296 614-80391 8"or 12"-HMA Pavement(Fog Lir.or Center U.) 0.30 LF $ 0.32 7% 614-80392 8"or 12"-PCCP Pavement(Fog Line or Center Line) LI; : a.aa LF $ 0.90 2% 614-80393 8"or 12"-HMA Pavement(Fog Li.or Center Line...Than 4,000 LF) LS 5 2,275.00 LS $ 2,00.00 1% 614-80394 8"or 12"-PCCP Pavement(Fog Line or Center Line..Than 4,CO3 LF) LS $ 6,750.00 LS $ 6,875.00 2% Mobilization 626.000 Grinder-Mobilization North of WCR 74 and West of WCR 49 LS $ 1,903.00 LS $ 1,925.00 1% 62.0001 Grinder-Mobilization North of WCR 74 and East of WCR 49 LS $ 2,003.00 LS $ 2,025.00 196 626-00002 Grinder-Mobilization South of WCR 74 and West of WCR 49 LS $ 1,700.00 LS $ 1,725.00 1% 626-00013 Grinder-Mobilization South of WCR 74 and East of WCR 49 LS 5 1,800.00 LS $ 1,825.00 196 626-00004 Profilograph-Mobilization North of WCR 74 and West of WCR 49 LS $ 925.00 LS $ 925.00 0% 626-00005 Profilograph-Mobilization Nceth of WCR 74 and East of WCR 49 LS $ 975.00 LS $ 975.00 0% 626-00006 Profllograph-Mobilization South of WCR 74 and West of WCR 49 LS $ 825.00 LS $ 825.03 62.0007 Profilograph-Mobilization South of WCR 74 and East of WCR 49 LS $ 875.00 LS $ 875.00 016 626-00008 Sweeping-Mobilization North of WCR 74 and West of WCR 49 LS $ 750.00 LS $ 750.00 096 626-00009 Sweeping-Mobilization North of WCR 74 and East of WCR 49 LS $ 925.00 LS $ 925.00 626-00010 Sweeping-Mobilization South of WCR 74 and W.of WCR 49 LS $ 625.00 LS $ 625.00 626-00011 Sweeping-Mobilization South of WCR 74 and East of WCR 49 LS $ 700.00 LS $ 703.00 6764.077 :,,a1,,C41,9udc or Striping Truth-Mobilization North of WCR 74 and West of is $ 1,850.00 LS $ 1,875.00 1% 67.0073 T4a9cic Truck or Striping Truck-Mobilization North of WCR 74 and East of WCR L$ $ 2,000.03 LS $ 2,025.00 196 67.0034 T.Vir,T4r:ck or Striping Truck-Mobilization South of WCR 74 and W.of Ls $ 1,750.00 LS $ 1,775.00 1% 67..35 T.a9ck Truck or Striping Truck-Mobilization South of WCR 74 and East of WCR L$ $ 1,700.00 LS $ 1,725.00 1% 626-00016 Traffic Control-Mobilization North of WCR 74 and West of WCR 49 LS $ 1,C00.00 LS $ 1,025.00 3% 626-00017 Traffic Control-Mobilization North of WCR 74 and East of WCR 49 LS $ 1,250.00 LS $ 1,75.00 2% 626-00018 Traffic Control-Mobilization South of WCR 74 and W.of WCR 49 LS $ 700.00 LS $ 715.00 296 626-00019 Traffic CoWcel-Mobilization South of WCR 74 and East of WCR 49 LS $ 825.00 LS $ 1350.00 396 Pavement Marking 627-00311 !Pavement Marking Paint(Waterborne..V.) I GAL 19 525.00 GAL IS 535.00 2% Smoothness Verification 63..70 1,1Z icitr,}PCCP(Existing Conditions)(Grind Chwk Surface)fincluding CIP seg.. $ 1,8CO.00 Segment .$ 1,850.00 396 63..571 1/11rivilatasIrOP(CcPludin:CSIPirfPar;(171"de"efe"i"SeSn'e"ti*"tes& Segment $ 2,275.00 Segment $ 2,325.00 2% Traffic Control 630-00000 Flagging HR $ 45.00 HR ,$ 50.00 11% 630-00001 Mobile Closure-TC Plans,3 Man Crew,50 cones ea 8 AWS HR $ 200.03 HR $ 205.00 3% HR $ 245.00 HR $ 2..00 416 630.34 Detour Traffic Control-MHT,AWS, LS $ : 7I; : 0% 630-80359 Portable Message Sign Panel DaY $ 175.00 Day $ 350.00 100% 630-135020 Mobile Attenuata DaY S 0% 630-00016 Method of Handling Traffic(MHT)CDOT Permitting 125.00 DE7. : 130.03 4% 5 45,285.78 46,042.22 Individual items totaled and compared between 2024 and 2025 pricing.Overall percent 756.. Overall%OW: 2% U.S.BUREAU OF LABOR STATISTICS Bureau of Labor Statistics > Geographic Information > Mountain-Plains > News Release Mountain-Plains Information Office Search Mountain-Plains Region GO Mountain-Plains Home Mountain-Plains Geography Mountain-Plains Subjects Mountain-Plains Archives Contact Mountain-Plains News Release Information 24-2531-KAN Wednesday, December 11,2024 Contacts Technical information: (816)285-7000 8LSlnfoKansasCityCoibls.gov www.bls.gov!regions/mountain-plains Media contact: (816)285-7000 Related Links CPI Overview Table-U.S. and areas CPI Detailed Tables-Mountain Plains CPI Chart Package Area Economic Summaries Annual Average Percent Changes-U.S., St. Louis,and Denver-Aurora-Lakewood Consumer Price Index, Denver-Aurora-Lakewood area — November 2024 Area prices rose 0.2 percent in October and November, up 2.0 percent over the year Prices in the Denver-Aurora-Lakewood area, as measured by the Consumer Price Index for All Urban Consumers (CPI-U), increased 0.2 percent for the two months ending in November 2024, the U.S. Bureau of Labor Statistics reported today. Assistant Commissioner for Regional Operations Michael Hirniak noted that the all items less food and energy index rose by 0.8 percent in October and November.The food index was up 0.9 percent, while the energy index was down 8.9 percent over the past two months. (Data in this report are not seasonally adjusted. Accordingly, bi-monthly changes may reflect seasonal influences.) Over the last 12 months, the CPI-U advanced 2.0 percent. The index for all items less food and energy increased 2.5 percent over the year, and the food index rose 3.6 percent. Energy prices declined 8.1 percent, largely the result of a decrease in the natural gas service index. (See chart 1 and table 1.) 1/4 Chart 1. Over-the-year percent change in CPI-U. Denver-Aurora-Lakewood. CO, November 2021—November 2024 All terns Percent change All terns less food and energy 10 0 90 80 ti 50 0 30 20 10 0 0 1 ► i I 4 4 t i + F i ► i ► 1 I Nov Jan Mar May Jul Sep Nov Jan Mar May Jul Sep Nov Jan Mar May Jul Sep Nov 2021 2022 2023 2024 Source U S Bureau of Labor Statistics View Chart Data Food Food prices increased 0.9 percent for the two months ending in November. Prices for food at home(grocery store prices) rose 1.4 percent, and prices for food away from home (restaurant, cafeteria, and vending purchases) advanced 0.3 percent for the same period. Within the food at home category, the indexes for dairy and related products(+4.5 percent), nonalcoholic beverages and beverage materials(+3.9 percent), and fruit and vegetables (+2.2 percent) contributed to the rise. A 1.1-percent decline in the index for cereals and bakery products partially offset increasing prices. Over the year, food prices advanced 3.6 percent, mainly driven by a rise in the index for food away from home, which increased 5.6 percent. Prices for food at home advanced 1.7 percent, with the indexes for other food at home (+2.0 percent) and meats, poultry, fish, and eggs(+1.9 percent) contributing most to the 12-month change in the index. Energy The energy index fell 8.9 percent for the two months ending in November. The decline was mainly due to lower prices for gasoline(-13.9 percent). Prices paid for electricity and natural gas service also decreased over the two-month period. From November 2023 to November 2024, energy prices declined 8.1 percent. This decrease was due to a combination of a decline in the natural gas service index and a 5.5- percent decrease in the gasoline index. The index for electricity also fell over the year. All items less food and energy The index for all items less food and energy increased 0.8 percent in the latest two-month period. Higher prices for public transportation, owners'equivalent rent of residences (+0.6 percent), and lodging away from home were partially offset by lower prices for education and communication (-1.5 percent), recreation (-1.3 percent), and rent of primary residence (-0.8 percent). Over the year, the index for all items less food and energy rose 2.5 percent. Components contributing most to the advance included owners'equivalent rent of residences (+1.7 percent), other goods and services(+7.0 percent), and rent of primary residence (+1.9 percent). The January 2025 Consumer Price Index for the Denver-Aurora-Lakewood area is scheduled to be released on Wednesday, February 12, 2024. Notice Regarding Ceasing Publication of Utility Indexes With the publication of January 2025 data in February 2025, several indexes and average price series will be discontinued, and one index title will change. The following CPI indexes will continue to be published at the national level, but will be discontinued for all metropolitan areas, census divisions, and regional size classes: Electricity • Utility(piped)gas(often referred to as natural gas) • Energy services • Fuels and utilities ▪ Household energy The following CPI average price series will continue to be published at the national level, but will be discontinued for all metropolitan areas, census divisions, and regional size classes: Electricity per KWH Utility(piped)gas per therm Technical Note The Consumer Price Index (CPI) is a measure of the average change in prices over time in a fixed market basket of goods and services. The Consumer Price Index for Denver is published bi-monthly. The set of components and sub-aggregates published for regional and metropolitan indexes is more limited than at the U.S. city average level; these indexes are byproducts of the national CPI program. Each local index has a much smaller sample size than the national or regional indexes and is, therefore, subject to substantially more sampling and other measurement error. As a result, local-area indexes are more volatile than the national or regional indexes. In addition, local indexes are not adjusted for seasonal influences. NOTE: Area indexes do not measure differences in the level of prices between cities; they only measure the average change in prices for each area since the base period. The Denver-Aurora-Lakewood, CO, Core Based Statistical Area is comprised of Adams, Arapahoe, Broomfield, Clear Creek, Denver, Douglas, Elbert, Gilpin,Jefferson, and Park counties in Colorado. Refer to the national CPI news release technical note or the Handbook of Methods for more information. Information in this release will be made available to individuals with sensory impairments upon request. Voice phone: (202) 691-5200; Telecommunications Relay Service: 7-1-1. 2/4 Table 1. Consumer Price Index for All Urban Consumers(CPI-U): Indexes and percent changes for selected periods, Denver-Aurora-Lakewood, CO (1982-84=100 unless otherwise noted) Indexes Percent change from- Sep. i Oct. Nov. Nov. Sep. Oct. Item and Group 2024 2024 2024 2023 2024 2024 All items 329.379 - 330.160 2.0 0.2 - All items(1967 = 100) 1,098.340 - 1,100.946 1 Food and beverages 305.537 - 307.912 3.4 0.8 - Food 313.415 - 318.128 j 3.6 0.9 - Food at horns 278.3471 277.333 j 282.2291 1.7 1.4 1.8 Cereals and bakery products - 342.149 339.0181 338.2771 2.9 -1.1 -0.2 Meats,poultry,fish,and eggs 281.846' 267.4441 282.813 1.9 0.3 5.7 f ---Dairy and related products - -- - 226.212 238.296 236.3731 1.1 4.5 -0.8 Fruits and vegetables 317.6731 323.098 324.5921 0.0 2.2 0.5 Nonalcoholic beverages and beverage materials(1) 184.965 190.301 192.1011 2.7 3.9 0.9 Other food at home 254.091 252.379 256.643 2.0 1.0 1.7 Food away from home 362.6341 - 363.822i 5.6 0.3 - L Alcoholic beverages 235.2531 - 234.849. 1.5 -0.2 - Housing ! 334.8681 - 335.694 0.9 0.2 - Shelter 391.510 394.358 393.691 1.7 0.6' -0.2 Rent of primary residence I 413.315 412.623 410.167 1.9 -0.8 -0.6 Owners'equivalent rent of residencest 387.818 i 391.493 389.997 1.7 0.6 -0.4 Owners'equivalent rent of primary rssldence(2) 387.818 391.493 389.997 1.7 0.8 -0.41 Fuels and utilities - - - - Household energy - - -� - - - Energy services - -' - - - - r - - _i _ _ Electricity Utility(piped)gas service - - - _� - Household furnishings and operations 144.354 - 143.640 1.0 -0.5 -I Apparel 111.926 - 112.430 -2.2 0.5 i Transportation -._ 338.896 - 340.319 5.4 0.4 - Private transportation 349.189 - 342.415 5.2 -1.9 New and used motor vehicles() I 133.590 - 135.052 2.1 1.1 - New vehicies(1) 257.161 - 257.4071 0.2 0.1 - Used cars and trucks() 354.559 -1 358.783 -2.3 1.2. - Motor fuel 291.255 273.781 251.337 -6.3 -13.7 -8.2 Gasoline(all types) 288.513 270.320 248.289 -5.5 -13.9 -8.1 Gasoline, unleaded regular(A) 279.735 261.432 239.015 -5.9 -14.6 -8.6 Gasoline, unleaded midgrade(4L) 287.130 270.028 250.670 -4.5 -12.7 -7.2 Gasoline, unleaded prerrrlumw 318.254 300.887 280.895 -3.9 -11.7 -6.8 Medical care 719.277 728.145 -1.0 1.2 - Recreatlonn) 186.163 -I 183.764 1.9 -1.3 - Education and communication(3) 133.452 - 131.466 2.0 -1.5 - Tuition, other school fees, and childcareal 1,254.765 - 1,246.240 3.7 -0.7 - Other goods and services 461.913 - 466.115 7.0 0.9 - tCommodity and service group ^ I Commodities 212.7321 - 210.779 1.1 -0.9 - Commodities less food and beverages 168.599 - 165.388 -0.3 -1.9 - Nondurables less food and beverages i!i 211.178 - 203.585 -0.1 -3.6 - Durables I 128.853 - 128.462 -0.6 -0.3 Services _ - -- 433.765 - 436.980 2.5 0.7, - Special aggregate indexes (1) Indexes on a January 1978=100 base. (2) Indexes on a November 1982=100 base. (3) Indexes on a December 1997=100 base. (4)Special index based on a substantially smaller sample. (5)Index on a December 1993=100 base. -Data not available. 3,4 Indexes Percent change from - Sep. Oct. _Nov Nov. Sep. Oct. Item and Group 2024 2024 2024 2023 2024 2024 All items less shelter 299.890 - 299.955 2.3 0.0 - All items less medical care 311.248 - 311.735! 2.3 0.2 - Commodities less food 171.279 188.1571 -0.2 -1.8 - Nondurables i 258.723 - 255.580' 1.9 -1.2 - 1--Nondurablss Nos food 212.747 - 205.752! 0.0 -3.3 - Services less rent of shelter( 487.634 - 492.3951 3.6 1.0 - 1 Services less medical care services 410.148 - 413.0051 2.9 0.7 - Energy - 238.162 228.344 217.066' -8.1 -8.9 -4.9 All items less energy 339.446 - 342.045 2.6 0.8 - All Items lees food and energy 345.512 - 348.115 2.5 0.8 - (1) Indexes on a January 1978=100 base. (2) Indexes on a November 1982=100 base (3) Indexes on a December 1997=100 base. (4)Special index based on a substantially smaller sample. I (5) Index on a December 1993=100 base. -Data not available. Last Modified Date: Wednesday, December 11, 2024 U.S. BUREAU OF LABOR STATISTICS Mountain-Plains Information Office Two Pershing Square Building Suite 1190 2300 Main Street Kansas City, MO 64108 Telephone:1-816-285-7000 www.bls.gov/regions/mountain-plains Contact Mountain-Plains 4/4 Contract Form Entity Information Entity Name* Entity ID* New Entity? CPP ENGINEERING INC @00042530 Contract Name* Contract ID Parent Contract ID 2025 PAVEMENT SMOOTHNESS TESTING AND 9137 8049 GRINDING Contract Lead* Requires Board Approval Contract Status RAXTMAN YES CTB REVIEW Contract Lead Email Department Project# raxtman@weld.gov Contract Description* THIS IS THE FIRST OF TWO RENEWALS OF THE PAVEMENT SMOOTHNESS TESTING AND GRINDING CONTRACT. THE CONTRACT PLAYS A CRUCIAL ROLE IN ENHANCING THE LONGEVITY AND SAFETY OF PAVEMENT INFRASTRUCTURE. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date RENEWAL PUBLIC WORKS Date* 02/27/2025 03'03,2025 Amount* Department Email $300,000.00 CM- Will a work session with BOCC be required?* PublicWorks@weld.gov HAD Renewable* YES Department Head Email Does Contract require Purchasing Dept. to be CM-PublicWorks- included? Automatic Renewal Dept-lead@weld.gov Grant County Attorney GENERAL COUNTY ATTORNEY EMAIL IGA County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date* 02/27/2025 04/28/2025 Termination Notice Period Committed Delivery Date Expiration Date 04/29/2025 Contact Information 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 DUANE NAIBAUER CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 02/26/2025 02/26/2025 02/26/2025 Final Approval BOCC Approved Tyler Ref# AG 030325 BOCC Signed Date Originator RAXTMAN BOCC Agenda Date 03/03/2025 Con-vac+11)4 py9 BOARD OF COUNTY COMMISSIONERS PASS AROUND REVIEW PASS-AROUND TITLE:2024 PAVEMENT SMOOTHNESS TESTING and GRINDING CONTRACT DEPARTMENT:WELD COUNTY PUBLIC WORKS DATE:04/18/2024 PERSON REQUESTING:Ryan Axtman,Construction Inspection Supervisor,Don Dunker,Curtis Hall. Brief description of the problem/issue: The roadway paving process for both the Pavement Management Division and contracted projects,have many starts and stops causing irregularities during the process,often felt as bumps.These bumps eventually turn into potholes and other pavement distress.Part of this contract is to grind down these bumps and produce a smooth driving surface,leading to longer times between needed maintenance,smoother,and safer roads for the traveling public.Another component to this contract is edge line rumble strips and stop sign approach rumble cluster grinding. These two important safety measures are used in roadway construction and maintenance,for warning both attentive and distracted drivers of lane departure as well as upcoming stopping conditions. Public Works received one qualified bid from CPP Engineering.CPP Engineering had this contract for the last three years and has worked with the County on both internal and capital improvement projects.Their work had been acceptable.Bid 2400032 was awarded by Weld County Board of Commissioners 4/10/2024. Public Works recommends approval of this contract agreement. What options exist for the Board? • The Board may either approve or deny this contract. • Request a work session with staff to discuss this request. Consequences: Approval of the CCP Engineering Contract#8049 would result in the pavement smoothness testing and grinding services being accomplished in 2024 as planned. Impacts: Public Works estimated the pavement smoothness testing and grinding services and needs for 2024 these services will be completed by the end of the year. Costs(Current Fiscal Year/Ongoing or Subsequent Fiscal Years): The proposed 2024 contract bid is for an amount not to exceed$236,403.40.These funds are budgeted in 2024 Public Works,Engineering Budget line item in account 31100-6377 Recommendation: Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: ile Perry L.Buck,Pro-Tern w/o Mike Freeman Scott K.James Kevin D.Ross,Chair Lori Seine COYI +- C -� A2 q ZpZy--01 l5 a/2y ECI OnZ PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND&CPP ENGINEERING INC. 2024 PAVEMENT SMOOTHNESS TESTING and GRINDING THIS AGREEMENT is made and entered into this2lay of 4 v%t ,2024 by and between the Board of Weld County Commissioners,on behalf of THE DEPARTMENT of PUBLIC WORKS, hereinafter referred to as "County," and CPP ENGINEERING INC., hereinafter referred to as"Contractor". WHEREAS,County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits;and WHEREAS,Contractor is willing and has the specific ability,qualifications,and time to perform the required services according to the terms of this Agreement;and WHEREAS,Contractor is authorized to do business in the State of Colorado and has the time,skill,expertise,and experience necessary to provide the services as set forth below. NOW,THEREFORE,in consideration of the mutual promises and covenants contained herein,the parties hereto agree as follows: 1. Introduction.The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits,each of which forms an integral part of this Agreement and are incorporated herein.The parties each acknowledge and agree that this Agreement,including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements(the"Work"). Exhibit A consists of County's Request for Proposal(RFP)as set forth in Bid Package No. B2400032.The RFP contains all of the specific requirements of the County. Exhibit B consists of Contractor's Response to County's Request for Proposal.The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services,labor,personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 1 4. Termination;Breach;Cure. County may terminate this Agreement for ils own convenience upon thirty(30)days written notice to Contractor.Either Party may immediately terminate this Agreement upon material breach of the other party,however the breaching party shall have fifteen(15)days after receiving such notice to cure such breach.Upon termination, County shall take possession of all materials,equipment,tools and facilities owned by County which Contractor is using,by whatever method it deems expedient;and,Contractor shall deliver to County all 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 that is incomplete at the time of termination shall be marked "DRAFT- INCOMPLETE."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 services 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 of this Agreement by County,Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto,except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties.No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 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.In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope,character,or complexity of the work to be performed,and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance,an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order,unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement,unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same,County agrees to pay Contractor an amount not to exceed $236,403.40 as set forth in the Exhibits.No payment in excess of that set forth in the Exhibits will 2 4. Termination;Breach;Cure. County may terminate this Agreement for its own convenience upon thirty(30)days written notice to Contractor.Either Party may immediately terminate this Agreement upon material breach of the other party,however the breaching party shall have fifteen(15)days after receiving such notice to cure such breach.Upon termination, County shall take possession of all materials,equipment,tools and facilities owned by County which Contractor is using,by whatever method it deems expedient;and,Contractor shall deliver to County all 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 that is incomplete at the time of termination shall be marked "DRAFT- INCOMPLETE."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 services 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 of this Agreement by County,Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto,except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties.No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 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.In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope,character,or complexity of the work to be performed,and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order,unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement,unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same,County agrees to pay Contractor an amount not to exceed $236,403.40 as suet forth in the Exhibits.No payment in excess of that set forth in the Exhibits will 2 be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If,at any time during the term or after termination or expiration of this Agreement,County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement,then upon written notice of such determination and request for reimbursement from County,Contractor shall forthwith return such payment(s)to County.Upon termination or expiration of this Agreement,unexpended funds advanced by County,if any,shall forthwith be returned to County.County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement.Unless expressly enumerated in the attached Exhibits,Contractor shall not be entitled to be paid for any other expenses(e.g.mileage).Notwithstanding anything to the contrary contained in this Agreement,County shall have no obligations under this Agreement after,nor shall any payments be made to Contractor in respect of any period after December 31 of any year,without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25,Title 30 of the Colorado Revised Statutes,the Local Government Budget Law(C.R.S.29-1-101 et.seq.)and the TABOR Amendment(Colorado Constitution,Article X,Sec.20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers,agents or employees will not become employees of County,nor entitled to any employee benefits(including unemployment insurance or workers'compensation benefits) from County as a result of the execution of this Agreement.Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent,which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection,in its reasonable discretion, shall be assigned to the Work.Contractor shall require each subcontractor,as approved by County and to the extent of the Work to be performed by the subcontractor,to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor,by this Agreement,assumes toward County.County shall have the right(but not the obligation)to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process.The Contractor shall be responsible for the acts and omissions of its agents,employees and subcontractors. 9. 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,documents,data,plans,drawings,records and computer files generated by Contractor in relation to this Agreement and all reports,test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement,whether or not such materials are in completed form,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 3 Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from ion-confidential information,clearly denoting in red on the relevant document at the top the word,"CONFIDENTIAL." However,Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act(CORA),C.R.S. 24-72-201,et seq.,with regard to public records,and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell,assign,distribute,or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees,agents,and consultants,of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement.Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner,consistent with industry standards,and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes,Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions(professional negligence)which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12. Acceptance of Services Not a Waiver. Upon completion of the Work,Contractor shall submit to County originals of all test results,reports,etc.,generated during completion of this work. Acceptance by County of reports and incidental material(s)furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor,and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent,expressed or implied,to any breach of any one or more covenants,provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of,or payment for,the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work,the following insurance covering all operations,goods,and services provided pursuant to this Agreement,and shall keep the required insurance coverage in force at all times during the term of the Agreement,or any extension thereof,and during any warranty period.For all coverages, Contractor's insurer shall waive subrogation rights against County. 4 a. Types of Insurance. Workers'Compensation/Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers'Compensation Act.,AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work.Such policy shall include minimum limits as follows:$1,000,000 each occurrence;$1,000,000 general aggregate;$1,000,000 Personal injury$5,000;Medical payment per person. Automobile Liability Insurance: 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. Professional Liability (Errors and Omissions Liability). The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts,errors and/or omissions,including design errors,if applicable,for damage sustained by reason of or in the course of operations under this Contract resulting from professional services.In the event that the professional liability insurance required by this Contract is written on a claims-made basis,Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract;and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two(2)years beginning at the time work under this Contract is completed. Minimum Limits:$1,000,000 Per Loss;$2,000,000 Aggregate. b. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance,a policy,or other proof of insurance as determined in County's sole discretion.County may require Contractor to provide a certificate of insurance naming Weld County,Colorado,its elected officials,and its employees as an additional named insured. c. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work,or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein.Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements,and these requirements do not decrease or limit the liability of Contractor.The County in no way warrants that the minimum limits contained herein are 5 sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors.The Contractor shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts,duration,or types. The Contractor shall maintain,at its own expense,any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements.The Contractor stipulates that it has met the insurance requirements identified herein.The Contractor shall be responsible for the professional quality,technical accuracy,and quantity of all services provided,the timely delivery of said services,and the coordination of all services rendered by the Contractor and shall,without additional compensation,promptly remedy and correct any errors,omissions,or other deficiencies. 14. Indemnity. The Contractor shall defend,indemnify and hold harmless County,its officers,agents,and employees,from and against any and all injury,loss,damage,liability,suits, actions,claims,or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement 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,judicial decision,or other 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.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. 15. 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. 16. Examination of Records. To the extent required by law,the Contractor agrees that an duly authorized representative of County,including the County Auditor,shall have access to and the right to examine and audit any books,documents,papers and records of Contractor,involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. 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 6 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. 18. 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. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a)personal service by a reputable courier service requiring signature for receipt;or (b)five(5)days following delivery to the United States Postal Service,postage prepaid addressed to a party at the address set forth in this contract;or (c)electronic transmission via email at the address set forth below,where a receipt or acknowledgment is required and received by the sending party;or Either party may change its notice address(es)by written notice to the other.Notice may be sent to: TO CONTRACTOR: Name: Craig Young Position: President Address: 9345 Commerce Center Street,Unit 6,Highlands Ranch CO,80129 E-mail: craig@cppeng.com Phone: 303.662.9533 TO COUNTY: Name: Ryan Axtman Position: Construction Inspection Supervisor Address: 1111 H Street,Greeley CO,80632 Address: PO Box 758,Greely CO,80632 E-mail: raxtman@weld.gov Phone: 970.381.3302 19. 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. 20. 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. 21. 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 7 this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. 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. 23. Employee Financial Interest/Conflict of Interest—C.R.S.§§24-18-201 et seq.and§24- 50-507. The signatories to this Agreement state that to their knowledge,no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement(including, without limitation,the warranties,indemnification obligations,confidentiality and record keeping requirements)shall survive any such expiration or termination. 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 Agreement 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. 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. 8 30. 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 Agreement.Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not 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 this Agreement 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 subcontract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien.Contractor shall comply with reasonable requests made in the course of an investigation,undertaken pursuant to C.R.S.§8-17.5-102(5),by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program,Contractor shall,within twenty days after hiring an new employee to perform work under the contract,affirm that Contractor has examined the legal work status of such employee,retained file copies of the documents,and not altered or falsified the identification documents for such employees. Contractor shall deliver to County,a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all of the other requirements of the State of Colorado program.If Contractor fails to comply with any requirement of this provision or of C.R.S.§8-17.5-101 et seq.,County,may terminate this Agreement for breach,and if so terminated,Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S.§24-76.5-103(3),if Contractor receives federal or state funds under the contract,Contractor must confirm that any individual natural person eighteen(18)years of age or older is lawfully present in the United States pursuant to C.R.S.§24-76.5-103(4),if such individual applies for public benefits provided under the contract.If Contractor operates as a sole proprietor,it hereby swears or affirms under penalty of perjury that it:(a)is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law,(b)shall produce one of the forms of identification required by C.R.S.§24-76.5-101,et seq.,and(c)shall produce one of the forms of identification required by C.R.S.§24-76.5-103 prior to the effective date of the contract. 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. 9 Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms.Both parties further agree that this Agreement, with the attached Exhibits,is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By azureff%e% Name: Date of Si Title: ' WELD COO/Ty:� ATTEST: /144 J6(��Je12O;ti BOARD OF COUNTY COMMISSIONERS Weld su ty Clerk to the board WELD COUN , ADO /// / j BY 0 �� �1i���il�.�l� .��.r� Deputy Clerk A the:oar4/11,..: I t % Kevin D.Ross,Chair APR 2 9 2024 §zio. io 02 so 7/ EXHIBIT .� WELD COUNTY CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR THE 2024 PAVEMENT SMOOTHNESS TESTING & GRINDING (With options for 2025/2026) \10,,A11-1-74 , coUNTY February 5, 2024 for Weld County Public Works Inspection Division 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-356-4000 BID NO#B2400032 Page 1 EXHIBIT A TABLE OF CONTENTS Page # General Information and Disclosures 3-9 Purpose 10 Scope of Services 10-12 Schedule 12 Terms and Conditions Schedule 13 Fee Schedule 14-15 Agreement Example 16-24 Submittal Requirements 25 Signature Page 25 BID NO#B2400032 Page 2 EXHIBIT A REQUEST FOR BID WELD COUNTY, COLORADO r _ 1861 1150 0 STREET GREELEY, CO 806311)/11 t- " tr DATE: February 5, 2024 ,U °C C U N T Y BID NUMBER: B2400032 DESCRIPTION: 2024 PAVEMENT SMOOTHNESS TESTING and GRINDING DEPARTMENT: Public Works BID OPENING DATE: 1. NOTICE TO BIDDERS: 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: Roadway Smoothness Profiling testing, verification and Grinding for County paving operations and contracted CIP projects on Arterials, Collectors, and Local roadways for the Weld County Public Works Department. A mandatory pre-bid conference will be held on March 15'h, 2024, at 10:00 AM at The South Engineering Conference Room of Public Works located at 1111 H St. Greeley, CO 80632. Bidders must participate and record their presence at the pre-bid conference to be eligible to submit bids. Question submission deadline: March 19, 2024, by 12:00(Midniqht). Email questions to: bidsweldgov.com. Answers will be posted on https://www.bidnetdirect.com/ on or before March 21, 2024, by 12:00(Noon). Bids for the above stated merchandise, equipment, and/or services will be received until (Weld County Purchasing Time Clock). The bid opening will be held via a Microsoft Teams Conferen4 Call on .To join., call the phone number and enter the Conference ID provided below: Phone Number(720) 439-5261 Conference ID: PAGES 1 — 9 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 -9 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 9. 1. 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 Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: A. Emailed bids are required. Email bids to bidsAweld.gov; however, if your bids exceeds 25MB BID REQUEST#B2400032 Page 3 EXHIBIT A please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. B. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid is received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by 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 in 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 Bid Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled. "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By BID REQUEST#B2400032 Page 4 EXHIBIT A acceptance of the bid Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a pub is entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Reco-ds Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submital is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information: and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for al acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shEl 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) ncurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, tc 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 u iemployment 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 regu ations in effect or hereafter established, including without limitation, laws applicable to discrimination and urfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third-Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties riat any entity other than the undersigned parties receiving services or benefits under the contract shall be an iicidental beneficiary only. H. Attorney's F3es/Legal Costs: In the event of a dispute between Weld County and the successful BID REQUEST#B2400032 Page 5 EXHIBIT A bidder,concerning the contract,the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder I Disadvantaged Business Enterprises Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race,color,national origin,sex,age,or disability in consideration for an award J Procurement and Performance The successful bidder agrees to procure the materials,equipment and/or products necessary for the project and agrees to diligently provide all services,labor,personnel and materials necessary to perform and complete the project The successful bidder shall further be responsible for the timely completion,and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement K Term The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid L Termination County has the right to terminate this Agreement,with or without cause on thirty(30) days written notice Furthermore,this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement M Extension or Modification Any amendments or modifications to this agreement shall be in writing signed by both parties No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services Accordingly,no claim that the County has been unjustly enriched by any additional services,whether or not there is in fact any such unjust enrichment,shall be the basis of any increase in the compensation payable hereunder N Subcontractors The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent,which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection,in its reasonable discretion,shall be assigned to the Project The successful bidder shall require each subcontractor,as approved by County and to the extent of the Services to be performed by the subcontractor,to be bound to the successful bidder by the terms of this Agreement,and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder,by this Agreement,assumes toward County County shall have the right(but not the obligation)to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process The successful bidder shall be responsible 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 The bidder warrants that the goods to be supplied shall be merchantable,of good quality,and free from defects, whether patent or latent The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein The successful bidder shall warrant that he has title to the goods supplied and that the - goods are free and clear of all liens,encumbrances,and security interests Service Calls in the First One Year Period The successful bidder shall bear all costs for mileage,travel time, BID REQUEST#B2400032 Page 6 ' EXHIBIT A 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 he's no interest and shall not acquire any interest director 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 turisdiction,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 oghts designee W Compensation Amount Upon the successful bidder's successful completion of the service,and County's acceptance of the-same,County agrees to pay an amount no greater than the amount of the accepted bid The successful bidder acknowledges no payment in excess of that amount will be made by County unless a"change order"authorizing such additional,payment has been specifically approved by the County's delegated employee,or by formal resolution of the Weld County Board of County Commissioners,as required pursuant to the Weld County Code BID REQUEST#B2400032 Page 7 X Taxes County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County 6 INSURANCE REQUIREMENTS Insurance and Indemnification Contract Professionals must secure,at or before the time of execution of any agreement or commencement of any work,the following insurance covering all operations,goods or services provided pursuant to this request Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement,or any extension thereof,and during any warranty period The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A M Best Company as"A"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 Contract Professional Contract Professional shall be responsible for the payment of any deductible or self-insured retention County reserves the right to require Contract Professional to provide a bond,at no cost to County,in the amount of the deductible or self-insured retention to guarantee 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 Professional The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts,duration,or types The Contract Professional shall maintain,at its own expense,any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement Any modification to these requirements must be made in writing by Weld County The Contract Professional stipulates that it has met the insurance requirements identified herein The Contract Professional shall be responsible for the professional quality,technical accuracy,and quantity of all services provided,the timely delivery of said services,and the coordination of all services rendered by the Contract Professional and shall,without additional compensation,promptly remedy and correct any errors,omissions, or other deficiencies INDEMNITY The Contract Professional shall defend,indemnify and hold harmless County,its officers,agents, and employees,from and against injury,loss damage,liability,suits,actions,or willful acts or omissions of Contract Professional,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 Contract Professional to conform to any statutes,ordinances,regulation, law or court decree The Contract Professional 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 Contract Professional in its methods or procedures,or in its provisions of the materials required herein,or from any claims or amounts arising or recovered under the Worker's Compensation Act,or other law,ordinance,order,or decree This paragraph shall survive expiration or termination hereof It is agreed that the Contract Professional 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 Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities,successors, or assigns,its elected officials,trustees,employees,agents,and volunteers for losses arising from the work performed by the Contract Professional for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement BID REQUEST#62400032 Page 8 EXHIBIT A Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial Genera Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 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 th s Contract. Professional Liabilitj (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations ender this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims-made basis, Contract Professional warrants that any retroactive cate under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2)years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 2,000,000 Contract Professiona s 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. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals,sub-vendors,suppliers, or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and mantain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub-vendors suppliers or other entities as insureds under its po icies or shall ensure that all subcontractors maintain the required coverages. Contract BID REQUEST#B2400032 Page 9 EXHIBIT A Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals,sub-vendors suppliers or other entities upon request by the County 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 1 Purpose The Weld County Public Works Engineering Division and Pavement Management Division constructs and oversees several roadway projects each year Roadway projects which may require pavement smoothness verification testing and grinding to fit specified criteria The Weld County Engineering Division credits pavement smoothness to aid in the longevity of the County's paved roadway system In turn maintenance of common pavement surface defects can be minimalized through this type of-post construction treatment Weld County is soliciting proposals from qualified firms to provide ON-Call Services for roadway smoothness profiling and grinding for flexible(HMA)and concrete pavements(PCCP)Work will include verification and conformity to roadway smoothness criteria for local,state or federally funded arterial and collector County road projects Contractor will be both Quality Acceptance and Process Control agent for Weld County One consultant will be selected for the Roadway Smoothness Services as described below SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING 2. Qualifications 1 Current and active CDOT profiler Operator Certification as per'the most current version of the CDOT Field Material Manual CDOT CP 78,Certification of Inertial Profilers and Operators,demonstrating proficiency in the operation of a qualified profiler This certification shall not lapse during this contract agreement Certificate will be submitted to Weld County on a yearly basis or as recert is achieved 2 The profiler's instruments shall be verified in accordance with the most current version of the CDOT Field Material Manual CP 74 prior to measurement,on any Weld County project 3 Ability to accurately collect,document and convey smoothness and localized roughness data to Engineers and project staff A PDF of pre and post grind profilograph results and daily diaries of specified work will be emailed to the contract manager within 48 hours of completed work 4 Smoothness Process Control (SPC)testing shall follow current version of the CDOT Standard Specifications for Road and Bridge Construction and Weld County's revisions of Section 105 07 3. Scope of Work Required services include but are not limited to Smoothness Process Control(SPC),Smoothness Verification (SV)testing and roadway smoothness grinding to achieve project specific MRI category smoothness and or adequate grinding of defective segments 1 Weld County Right of Way(ROW)Use Permit is required prior to commencement of any work A CDOT ROW special use permit may be required when temporary traffic control or approved work enters State ROW and highway system 2 Corrective Smoothness Grinding shall grind defective areas as identified by a qualified technician and profilograph equipment,and or field located defective areas identified by Weld County staff The Contractor will determine an MRI for each 0 1-mile section or fraction thereof of completed pavement Sections will terminate at the beginning of an exclusion and a new section starts at the end of BID REQUEST#62400032 Page 10 EXHIBIT A exclusion. The MRI consists of the left and right wheel path's profile passed through the International Roughness Index (IRI)filter. The IRI for the left and right wheel paths are averaged to determine MRI. 3. Each lane shall be profiled at least once. Profiling shall be at a constant speed (+/- 5 mph of the distance calibration speed)with a minimum speed of 15 mph and a maximum speed of 70 mph. Shoulders with a width of 12 feet or more, ramps, tapers, turn slots, acceleration lanes and deceleration lanes shall be profiled once. The profile shall be taken in the planned direction of travel. The left and right wheel paths shall be profiled simultaneously. Triggers for the start of the profile, the end of the profile and the locations of each exclusion shall be collected during each run. The collected profiles shall be electronically submitted to the Department and Engineer to be analyzed using CP 74. 4. The profile shall include transverse joints when pavement is placed on both sides of the joint. When pavement is placed on only one side of the joint, the profile shall start and stop at project paving limits. Transverse joint shall be included if corrective action is identified in profilograph results. 5. Corrective smoothness grinding to correct bumps generated as a result of pavement shoving and or other factors, will be determined at the discretion of the Weld County Engineer or inspector. In some cases, minimal or extensive grinding may be needed to achieve favorable results that do not necessarily meet smoothness criteria but offers a more comfortable ride to the overall pavement section. 6. All high points and edges over 3/16' on an inch shall be feathered to match adjacent surface elevation after grinding is completed to the satisfaction of the engineer or staff. Areas not allowing positive drainage of roadway shall also be feathered to shoulder gravel to discourage "birdbaths", standing water or wheel path ponding. 7. The Department will determine if Smoothness Verification Testing (SV)will be performed. If SV testing will be performed, it will be performed at the same time as the SA testing. Any project pre- construction meeting time for smoothness testing shall be included in SV testing line item. 8. Stop sign approach rumble clusters, edge line and center line rumble strips will follow CDOT M&S Standards M-614-1 unless otherwise directed by the Weld County Engineer. 9. Sweeping and Debris Removal services shall be included in the work for both Asphalt and Concrete Corrective Smoothness Grinding bid items. Roadway will be swept clean and free of any dust, debris or obstructions prior to fog coating, permanent pavement marking, and opening roadway to traveling public. Work shall include pickup broom or street sweeper, operator, water, skid steer, dump truck and other associated equipment necessary to removal and disposal of all dust, grinding millings, and slurry. All spoils from the grinding process shall be removed from the project sites and legally disposed of. Any dump fees or other fees associated with the work are considered subsidiary to the work. 10. For HMA pavements, the final ground pavement surface shall be covered with a Tack Coat conforming to Section 407 (CSS-1 h at 0.1 gallons per square yard of diluted emulsion; the emulsion shall be diluted with water at the rate of 50 percent water and 50 percent emulsion) when grinding is complete and after final SA testing is complete. Work will be completed at the discretion of the Project Engineer or Inspector. 11. Any pavement marking(s) destroyed during grinding operations will be temporarily remarked with "yellow" (centerline) or "white" (fog line) reflective tabs, pavement tape to delineate travel lane boundaries, will be included as part of the work, until Permanent "Waterborne Low Volatile Organic Compounds (VOC) Acrylic" Pavement Markings are applied. 12. Traffic control mobilization item shall include the mobilization of the following, all necessary advance warning traffic control signs, channelizing devices (cones, vertical panels, drums, etc.), flaggers, and BID REQUEST#62400332 Page 11 EXHIBIT A variable message boards, will be paid for once at the Lump Sum per region bid price per project Internal Accounting form (IA). Traffic control supervision, management, and detour maintenance (TCM, TCS with a truck, and flagging) for moving lane closures and or multiple day closures is included in the hourly and lump sum rate items for the method of handling traffic per project IA. 13. Detour Traffic Control shall be paid as one lump sum per IA. Use is restricted to day closures only. MHTs and County approval are required prior to any closure of County roads or intersection. Detours shall be signed for a minimum of three days prior to road closure. Weld County reserves the right to request longer or shorter advance notice signing. All maintenance, daily inspection and any adjustments made to detour route or advance warning signage used or placement will be included with lump sum payment. 14. All costs such as labor, fuel, equipment, typing, reviewing, and report writing are to be included in item prices submitted. 15. All mobilizations will be paid at the lump sum items per region bid price per IA. 16. Whenever possible, Weld County will observe a minimum of 7 working days from date of request for scope of work, testing and services to be acknowledged and scheduled. Weld County will select the bidder based on the lowest cost to the County. Weld County reserves the right to terminate this contract at any time if, in the opinion of the Public Works Director, the successful contractor(s) are not performing according to provisions outlined in this contract or according to Colorado Department of Transportation Standard Specifications for Road and Bridge Construction. Weld County Public Works personnel normally work 7:00am to 3:30pm, Monday through Friday. Occasionally, due to circumstance beyond our control, work may extend to earlier than 7:00 am and later than 3:30 pm and/or Saturday and/or Sunday. The successful bidder is required to accommodate these situations as necessary for the unit price shown in the bid. 4. Schedule: Advertisement: March 1st, 2024 Pre-Bid Conference March 15th, 2024 Question Submission Due By: March 19th, 2024 Submitted Question Answers By: March 21st, 2024. Proposals Due to Purchasing: March 22nd, 2024. Proposals Presented to BOCC: March 27th, 2024. Bid Award: April 10rd, 2024. BID REQUEST#B2400032 Page 12 EXHIBIT A 5. Contacts: Questions related to the project and procedures should be directed to: Ryan Axtman— Construction Inspection Supervisor Weld County Public Works 970.400.3743 raxtmanweld.qov Don Dunker—Weld County Engineer Weld County Public Works 970.304.3749 ddunker(c�weld.ciov *Cc,Carbon Copy,the Weld County Purchasing Department on all communications. At bids(c weldgov.com 6. Terms and Conditions: All Consultants will be required to sign Weld County's Professional Services Agreement (work order type). A sample Professional Services Agreement is included on pages 17-25 of these bid specifications. These agreements will dictate procedures for establishing and executing work order type contracts. The payment for services shall be based on unit prices and reimbursement rates for completed services as described under the Scope of Services. The Consultant shall include in their proposal a detailed list of unit costs and reimbursement rates for the services requested. The Professional Services Agreement shall commence approximately May 2024 and continue in full force and effect for one year. At the option of the County, the Professional Services Agreement may be extended for up to (2) additional years. Increases in the Cost and Mileage Fees may be negotiated for subsequent renewal of the second and third additional one-year periods. Price changes in the fee schedule will be negotiated by and agreed to by both parties and any increases shall not exceed the Denver-Aurora-Lakewood CPI Index. The Contract may and will be used at the option of other Weld County Departments. Use of Subcontractors The Consultant shall indicate in their proposal any work intended to be performed by subcontractors or persons outside of the firm. The Consultant shall name the subcontractors, if known at the time the proposal is submitted. If the names of subcontractors are not presented in the proposal, the County reserves the right of approval or rejection. BID REQUEST#B2400032 Page 13 _ EXHUFITA 2024 Pavenv-nt S, Testimt Grinthin* 2024 Fee Schedule Item# Description Unit Item Cost Corrective Smoothness Grinding 202-00170 HMA Pavement SY 202-00171 PCCP Pavement SY Smoothness Grindi,g 202-00242 HMA Pavement(Special) Hr 202-00243 PCCP Pavement(Special) Hr Sweeping _ 203-01620 Kick Broom-Sweepings Discharged to Shoulder Hr 203-01622 P/U and Disposal of Pavement Grindings Hr Emulsified Asphalt 411-10253 1CSS-1h I GAL Transverse Rumble Strip Clusters and Strips 614-80386 (4"-8"-4")(12 Grooves per Cluster 11'-4"Lane Ea Width)(HMA Pavement)(Special) 614 80387 (4"-8"-4")(12 Grooves per Cluster 111-4"Lane - Width)(PCCP Pavement)(Special) Ea 614-80391 8"or 12"-HMA Pavement(Fog Line or Center Line) LF 614-80392 8"or 12"-PCCP Pavement(Fog Line or Center Line) LF 8"or 12"-HMA Pavement(Fog Line or Center 614-80393 LS Lineness Than 4,000 LF) 8"or 12"-PCCP Pavement(Fog Line or Center 614-80394 LS Lineness Than 4,000 LF) Mobilization Grinder-Mobilization North of WCR 74 and West of 626-00000 LS WCR 49 626 00001 Grinder-Mobilization North of WCR 74 and East of LS- WCR 49 6 Grinder-Mobilization South of WCR 74 and West of 26-00002 WCR 49 LS 626 00003 Grinder-Mobilization South of WCR 74 and East of - WCR 49 LS 626 00004 Profilograph-Mobilization North of WCR 74 and West LS- of WCR 49 Profilograph-Mobilization North of WCR 74 and East 626-00005 LS of WCR 49 626 00006 Profilograph-Mobilization South of WCR 74 and West LS- of WCR 49 Profilograph-Mobilization South of WCR 74 and East 626-00007 LS of WCR 49 BID REQUEST#B2400032 Page 14 EXHIBIT A 626-00008 Sweeping- Mobilization North of WCR 74 and West of LS WCR 49 626 00009 Sweeping- Mobilization North of WCR 74 and East of LS WCR 49 626 00010 Sweeping- Mobilization South of WCR 74 and West of LS WCR 49 626 00011 Sweeping- Mobilization South of WCR 74 and East of LS WCR 49 626 00012 Tack Truck or Striping Truck- Mobilization North of LS WCR 74 and West of WCR 49 626 00013 Tack Truck or Striping Truck- Mobilization North of LS WCR 74 and East of WCR 49 626 00014 Tack Truck or Striping Truck- Mobilization South of LS WCR 74 and West of WCR 49 626 00015 Tack Truck or Striping Truck- Mobilization South of LS WCR 74 and East of WCR 49 626 00016 Traffic Control - Mobilization North of WCR 74 and LS West of WCR 49 626 00017 Traffic Control - Mobilization North of WCR 74 and LS East of WCR 49 626 00018 Traffic Control - Mobilization South of WCR 74 and LS West of WCR 49 626 00019 Traffic Control - Mobilization South of WCR 74 and LS East of WCR 49 Pavement Marking 627-00011 Pavement Marking Paint (Waterborne) (Low VOC) GAL Smoothness Verification 630 80570 HMA or PCCP (Existing Conditions)(Grind Check Segment Surface)(Including CIP Projects) 630 80571 HMA or PCCP Final Surface (Includes Defective Segment Segment Locates &Analysis)(Includes CIP Projects) Traffic Control 630-00000 Flagging HR 630-00001 Mobile Closure - MHT, 3 Man Crew, 50 cones &8 AWS HR 630-00002 Lane Closure - MHT, 4 Man Crew, 150 cones &8 AWS HR 630-00003 Uniformed Traffic Control HR 630-00004 Detour Traffic Control - MHT, AWS, LS 630-80359 Portable Message Sign Panel Day 630-85020 Mobile Attenuator Day 630-00016 Method of Handling Traffic (MHT) CDOT Permitting Ea. Total NOTE:All prices shall include labor,overtime,cell phone,testing,sampling, reviewing,typing and report writing as needed for each service. The above listed items indicated the most frequently used tests. Each professional Service agreement may request additional testing services beyond those identified above. Method of Handling Traffic-(MHT),Advanced Warning Signage-(AWS)includes Type Ill barricades,barrels,cones,panels,detour arrows and signs. BID REQUEST#62400032 Page 15 EXHL:IT A *The successful vendor is required to sign a separate contract included on pages 16-24 of these bid specifications PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND[CONTRACTOR] THIS AGREEMENT is made and entered into this day of ,202_,by and between the Board of Weld County Commissioners, on behalf of PUBLIC WORKS, hereinafter referred to as "County," and [CONTRACTOR],hereinafter referred to as"Contractor" WHEREAS,County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits,and WHEREAS,Contractor is willing and has the specific ability,qualifications,and time to perform the required services according to the terms of this Agreement,and WHEREAS,Contractor is authorized to do business in the State of Colorado and has the time,skill,expertise, and experience necessary to provide the services as set forth below NOW,THEREFORE,in consideration of the mutual promises and covenants contained herein,the parties hereto agree as follows 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits,each of which forms an integral part of this Agreement and are incorporated herein The parties each acknowledge and agree that this Agieement,including the attached Exhibits,define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements(the"Work")If a conflict occurs between this Agreement and any Exhibit of other attached document,the terms of this Agreement shall control,and the remaining order of precedence shall based upon order of attachment Exhibit A consists of County's Request for Bid(RFB)or Request for Proposal(RFP)as set forth in Bid Package No B Exhibit B consists of Contractor's Response to County's Request 2 Service or Work Contractor agrees to procure the matenals,equipment and/or products necessary for the Work and agrees to diligently provide all services,labor,personnel and materials necessary to perform and complete the Work descnbed in the attached Exhibits Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by BID REQUEST#B2400032 Page 16 EX- 112:Tirl'A County may result in County's decision to withhold payment or to terminate this Agreement 3 Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities descnbed m the attached Exhibits Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entenng into Agreements which bind County for periods longer than one year This Agreement may be extended upon mutual written agreement of the Parties 4 Termination,Breach;Cure County may terminate this Agreement for its own convenience upon thirty(30) days wntten notice to Contractor Either Party may immediately terminate this Agreement upon material breach of the other party,however the breaching party shall have fifteen(15)days after receiving such notice to cure such breach Upon termination,County shall take possession of all materials,equipment,tools and facilities owned by County which Contractor is using,by whatever method it deems expedient,and,Contractor shall deliver,to County all drawings,drafts, or other documents it has completed or partially completed under this Agieement,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 that is incomplete at the time of termination shall be marked"DRAFT-INCOMPLETE" 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 services 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 of this Agreement by County, Contractor shall have no claim of any kind whatsoever against,the County by reason of such termination or by reason of any act incidental thereto,except for compensation for work satisfactorily performed and/or materials described herein properly delivered 5 Extension or Amendment Any amendments or modifications to this agreement shall be in writing signed by both parties No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services Accordingly,no claim that the County has been unjustly ennched by any additional services,whether or not there is in fact any such unjust enrichment,,hall be the basis of any increase in the compensation payable hereunder In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued m strict accordance with this,Agreement,Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed In the event the County shall require changes in the scope,character,or complexity of the work to be performed,and said changes cause an increase or decrease in the tune required or the costs to the Contractor for performance,an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order Any claims by the Contractor for adjustment hereunder must be made in writing pnor to performance of any work covered in the anticipated Change Order,unless approved and documented otherwise by the County Representative Any change in work made without such pnor Change Order shall be deemed covered in the compensation and time provisions of this Agreement,unless approved and documented otherwise by the County Representative 6. Compensation. Upon Contractor's successful completion of the Work,and County's acceptance of the same,County agrees to pay Contractor an amount not to exceed$ as set forth in the Exhibits No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authonzing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code If,at any time during the term or after termination or expiration of this Agreement,County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement,then upon wntten notice of such determination and request for reimbursement BID REQUEST#B2400032 Page 17 EXHI 4 IT A from County,Contractor shall forthwith return such payment(s)to County Upon termination or expiration of this Agreement,unexpended funds advanced by County,if any,shall forthwith be returned to County County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement Unless expressly enumerated in the attached Exhibits,Contractor shall not be entitled to be paid for any other expenses(e g mileage)Notwithstanding anything to the contrary contained in this Agreement,County shall have no obligations under this Agreement after,nor shall any payments be made to Contractor in respect of any penod after December 31 of any year,without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25,Title 30 of the Colorado Revised Statutes,the Local Government Budget Law(C R S 29-1-101 et seq)and the TABOR Amendment(Colorado Constitution,Article X,Sec 20) 7 Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers,agents or employees will not become employees of County,nor entitled to any employee benefits(including unemployment insurance or workers'compensation benefits)from County as a result of the execution of this Agreement Contractor shall be solely responsible for its acts and those of its agents and employees foiall acts performed pursuant to this Agreement 8 Subcontractors Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent,which may be withheld in County's sole discretion County shall have the nght in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection;in its reasonable discretion,shall be assigned to the Work Contractor shall require each subcontractor,as approved by County and to the extent of the Work to be performed by the subcontractor,to be bound to Contiactoi 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 nght(but not the obligation)to enforce the,provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process The Contractor shall be responsible for the acts and omissions of its agents,employees and subcontractors , 9. Ownership. All work and information obtainedby Contractor under this Agreement or individual work order shall become or remain(as applicable),the property of County In addition,all reports,documents,data,plans,drawings, records and computer files generated by Contractor in relation to this Agreement and all reports,test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement,whether or not such matenals are in completed form,shall at all time be considered the property of the County Conti actor shall not make use of such material for purposes other than in connection with this Agreement without prior wntten approval of County 10 Confidentiality Confidential information of the Contractor should be transmitted separately from non- confidential information;clearly denoting in red on the relevant document at the top the word,"CONFIDENTIAL" However,Contractor is advised that as a public entity,Weld County must comply with the provisions of the Colorado Open Records Act(CORA),-C R S 24-72-201,et seq,with regard to public records,and cannot guarantee the confidentiality of all documents Contractor agrees to keep confidential all of County's confidential information Contractor agrees not to sell,assign,distribute,or disclose any such confidential information to any other person or entity without seeking written permission from the County Contractor agrees to advise its employees,agents,and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement 11. Warranty Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner,consistent with industry standards,and that all services will conform to applicable specifications For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review If the County experiences additional costs during project construction which are directly associated with errors and omissions(professional negligence)which require change BID REQUEST#B2400032 Page 18 EXff:3IT A orders to the construction contract resulting in costs greater than the construction contract bid unit costs,Contractor shall be financially liable for such increased costs 12 Acceptance of Services Not a Waiver.Upon completion of the Work,Contractor shall submit to County originals of all test results,reports,etc,generated dunng completion of this work Acceptance by County of reports and incidental matenal(s)furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor,and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default No assent,expressed or implied,to any breach of any one or more covenants,provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach Acceptance by the County of,or payment for,the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally 13 Insurance Contractor must secure,before the commencement of the rWofk,the following insurance covering all operations,goods,and services provided pursuant to this Agreement,and shall keep the required insurance coverage in force at all times during the term of the Agreement,or any extension thereof,and during any warranty period For all coverages,Contractor's insurer shall waive subrogation nghts against County a Types of Insurance. Workers'Compensation/Employer's Liability Insurance'as required by state statute,covering all of the Contractor's employees acting within the course and scope of then employment The policy shall contain a waiver of subrogation against the County This'requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers'Compensation Act,AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form Commercial General Liability Insurance including pubhc habihty and property damage,covering all operations required by the Work Such policy shall mclude minimum limits as follows$1,000,000 each occurrence,$1,000,000 general aggregate,$1,000,000 Personal injury$5,000,,Medical payment per person - Automobile Liability Insurance 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 Professional Liability(Errors and Omissions Liability)The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract Contractor shall maintain limits for all'claims covering wrongful acts,errors and/or omissions,including design errors,if applicable,for damage sustained by reason of or in the course of operations under this Contract resulting from professional services In the event that the professional liability insurance required by this Contract is wntten on a claims- made basis,Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract,and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two(2)years beginning at the time work under this Contract is completed Minimum Limits$1,000,000 Per Loss,$2,000,000 Aggregate b Proof of Insurance Upon County's request,Contractor shall provide to County a certificate of insurance,a policy,or other proof of insurance as determined in County's sole discretion County may require Contractor to provide a certificate of insurance naming Weld County,Colorado,its elected officials,and its employees as an additional named insured BID REQUEST#B2400032 Page 19 EXHU:;IT A c. Subcontractor Insurance Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work,or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County d No limitation of Liability The insurance coverages specified in this Agreement are the minimum requirements,and these requirements do not decrease or limit the liability of Contractor The County m no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor,its agents,representatives,employees, or subcontractors The Contractor shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration,or types The Contractor shall maintain,at its own expense,any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement e Certification of Compliance with Insurance Requirements The Contractor stipulates that it has met the insurance requirements identified herein The Contractor shall be responsible for,the'profdssional quality,technical accuracy,and quantity of all services provided,the timely delivery of said'seivice`s;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 � ,�✓ 14 Indemnity The Contractor shall defend,indemnify and'Hohd harmless,,;County,its officers,agents,and employees,from and against any and all injury,loss,damage,liability,suits,actions claims,or willful acts or omissions of any type or character arising out of the Work done in fulfillment of.,tlie terms of this Agreement or on account of any act,claim or amount aiismg or recovered under workers'compensatipmlaw of arising out of the failure of the Contractor to conform to any statutes,ordinances,regulation,Iudicialrydecision,or other law or court decree The Contractor shall be fully responsible and liable for any and all injuries or damage°re etved 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 It is agreed that the Contractor will be responsible for primary loss investigation,defense and judgment costs where this contract of indemnity applies In considerationtofthe 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 TCounty's right to immediately terminate this Agreement 15 Non-Assignment.:', Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder,without the prior written}Yapproval of County Any attempts by Contractor to assign or transfer its rights hereunder without such4pri91,4)pzoval 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 16 Examination of Records To the extent required by law,the Contractor agrees that an duly authorized representative of County,including the County Auditor,shall have access to and the right to examine and audit any books,documents,papers and records of Contractor,involving all matters and/or transactions related to this Agreement Contractor agrees to maintain these documents for three years from the date of the last payment received 17 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 BID REQUEST#B2400032 Page 20 EX''I:IT A 18 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 clanfication or instruction shall be directed to County Representative All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances (a)personal service by a reputable courser 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 farth in this contract,or (c)electronic transmission via email at the address set forth below,where a receipt or acknowledgment is required and received by the sending party,or Either party may change its notice address(es)by written notice to the other Notice may be sent to TO CONTRACTOR Name Position - Address Address • E-mail Phone TO COUNTY Name Position Address Address E-mail - Phone 19. 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 20 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 BID REQUEST#B2400032 Page 21 EMU IT 21. 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 pnor 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 22. 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 23 Employee Financial Interest/Conflict of Interest—C R.S §§24-18-201 et seq.and§24-50-507. The signatories to this Agreement state that to their knowledge,no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations,confidentiality and record keeping requirements)shall survive any such expiration or termination 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 Agreement 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 applidable 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 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 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 Agreement Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement,through participation in the E-Verify program or the State of Colorado program established pursuant to C R S§8-17 5-102(5)(c) Contractor shall not 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 this Agreement knowingly employs or contracts with an BID REQUEST#B2400032 Page 22 EX) It;IT A 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 subcontract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien Contractor shall comply with reasonable requests made in the course of an investigation,undertaken pursuant to C R S §8-17 5-102(5),by the Colorado Department of Labor and Employment If Contractor participates in the State of Colorado program,Contractor shall,within twenty days after hiring an new employee to perform work under the contract,affirm that Contractor has examined the legal work status of such employee,retained file copies of the documents,and not altered or falsified the identification documents for such employees Contractor shall deliver to County,a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all of the other requirements of the State of Colorado program If Contractor fails to comply with any requirement of this provision or of C R S§8-17 5-101 et seq, County,may terminate this Agreement for breach,and if so terminated,Contractor shall be liable for actual and consequential damages .y 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 57103(4),if such individual applies for public benefits provided under the contract If Contractor operates as a sole propnetor,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 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 1 4 i „r BID REQUEST#B2400032 Page 23 EX IBIT A Acknowledgment County and Contractor acknowledge that each has read this Agreement,understands it and agrees to be bound by its terms Both parties further agree that this Agreement,with the attached Exhibits,is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements,oral or written, and any other communications between the parties relating to the subject matter of this Agreement CONTRACTOR By Name Date of Signature Title WELD COUNTY ATTEST BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY,COLORADO BY Deputy Clerk to the Board Kevin D Ross,Chair BID REQUEST#B2400032 Page 24 PROPOSAL SUBMITTAL REQUIREMENTS— Please return the following to Weld County Purchasing via the "bid delivery" instructions described on page 3. o Complete and return fee schedule - pages 14-16. o Complete and return signature - page 25. The undersigned, by uis 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 propose I for Request No. #B2400032. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid ty Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL **ALL BIDDERS SHAL_ PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 — 13 or pages 16-24. ALL WE NEED ARE PAGES 14-15 and 25. BID REQUEST#B2400032 Page 25 EXHIBIT A March 20,2024 Bid Request No B2400032,On-call Pavement Smoothness Testing and Grinding Weld County,Colorado ADDENDUM NUMBER ONE The following shall be incorporated into the CONTRACT DOCUMENTS,for the above-referenced PROJECT A Contractor Questions and Responses B Mandatory Pre-Proposal Meeting Minutes C Pre-Proposal Attendance Sheet _ D Proposed 2024 Public Works Projects E Receipt of Addenda All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged BIDDER must acknowledge receipt of this addendum in the space provided in the BID Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored A CONTRACTOR QUESTIONS AND RESPONSES Question 1 Will there be a Bid Schedule reflective of Public Works proposed 2024 projects? Answer 1 An updated Bid Schedule will be available in addendum#1 Question 2 The availability and pricing of a uniform officer has been difficult to secure Would the County be able to assist with this Bid Item? Answer 2 Yes,the bid item will be removed from the schedule,Public Works will work with Weld County Sheriffs Department and other jurisdictions to aid in this request Costs associated with this work will be billed through this contract for the work Question 3 Could the Emulsified Asphalt fog coat item come prepackaged in 5-gallon buckets? Answer 3 Yes,product submittals containing adequate material information and uses will need to be supplied prior to any application and use of such product Question 4 The availability and pricing of a Mobile Attenuators has been difficult to secure,for short durations Would the County be able assist with this Bid Item'? Answer 4 Yes,the bid item will be removed from the schedule,in turn Public Works will aid with the use of a truck mounted attenuator where it is applicable and necessary Prepared By Ryan Axtman Construction Inspection Supervisor EXHIBIT A B. MANDATORY PRE-PROPOSAL MEETING MINUTES B2400032 On-Call Environmental Services Mandatory Pre-Proposal Meeting Minutes March 15, 2024, at 10:00 a.m. 1. Sign-in Sheet a. Somebody from your company must sign-in so you can submit a proposal. 2. Introductiors 3. Project Insight Weld County Public Works constructs and oversees several roadway projects each year. A tool the county uses to keep our maintenance and spending down is pavement smoothness testing and grinding. This operation typically occurs when County crews have finished pavement operations on a project, before a surface treatment is placed, or between lifts of HMA placement. Other operations requested in this contract include longitudinal rumble strips and stop condition rumble strips. CDOT M&S Standard drawings will be used as the template for these operations. The County Engineer also has the right to limit or extend these typical details at his discretion. Smoothness Verification (SV) profiling is also performed on contracted projects and will be ran concurrently with Contractor's smoothness acceptance (SA) profiler. Bidder will not enter into an agreement :o provide SA testing to a pavement contractor or construction firm hired by Weld County. All work items per segment will require an Internal Accounting Form (IA), which will detail the proposed work at an estimated price based on the contract fee schedule. As are to be drafted by the County project manager of the contract or an appointed officer. Work that surpasses the proposed estimate requires a project conference prior to continuing work within the original IA. This contract has the option of the County to be renewed for up to 2 more years (2025 and 2026). Yearly increases to the fee schedule are based on The Consumer Price Index CPI. 4. Dates to Remember: Advertisement: March 1st, 2024 Pre-Bid Conference March 15th, 2024 Question Submission Due By: March 19th, 2024 Submitted Question Answers By: March 21st, 2024. Proposals Due to Purchasing: March 22nd, 2024. Proposals Presented to BOCC: March 27th, 2024. Bid Award: April 3rd, 2024. All questions after the Pre-Bid meeting must be submitted in writing to Ryan Axtman at raxtman a(..weldgov.com and to bids(a weldgov.com. EXHIBIT A Weld County Pre-Bid Conference Project: 2024 Pavement Smoothness Testing and Grinding Meeting date: March 15, 2024 Contract Weld County Facilitator: Ryan Axtman Location: Engineering South Conference Room Name Company Phone Email Z74 4 -L� & . 37i/3 r&v G`weIJ •30✓ 4471 A ,��forbs"' 60,4 303-4 _g5J3 01 t144 . co�v� EXHIBIT A Weld County Maintenance 2024 Lot , fit I\ t'fi I?r-trill ( I : ' 1 c r hal De ttl Reclamation 80 51 55 76 39 41 Elder Ave E. 16th st E. 18th ST 77 100 106 77 SH 14 100 22 US 85 31 WCR 25 from 32.5 to 34 and 34 from 25 to 25,5 13/38 Xing 76 33 37/US 85 11 AVE Ost U5 85 21 SH 66 34 53 4.5 SH 52 Denver Ave WCR 6 north 950' 54 1st St(Evans) 45 51 5H 14 80 - ' -� I '! _. ._t ,i • I CCt% BR 54/13A - Replacement- CIP Jan. 2024 -Aug. 2024 WCR 49/44 East and West sides of Intersection WCR 60.5/47 Wast and West sides of Intersection _-_-- EXHIBIT A 15 25 35 45 55 65 75 85 95 105 115 125 135 145 155 ,_ -- ,--;_-;--t 140 /1:1) 140i,--- ---- --- _ I ++•I I r++--1 ' ~ 1 1 1 - JCI _ --- I 11-+---�---1 ' u I--- ' - 1 ' - L'`-. ' I 1 L . I I I I--J-1T---I---r---1. ___�J.. I _ \--f-Ct ,-25 85 I r-�•--r-1.-i ' $ I----; r---1 _� 130 l 130 i-T, I rl--I 1 -r-1---1 . ' --- ' --L- ' 1 ' 1-1 •, --- I ✓II +1 \ _L l- -J 1 I... I. J L-1 } 1 _ I -I 1 1 1 \ I r4 i 1 $ I- 1 1 I I I LI 1J ' --L-- 1 1-1---1--+1--1-- -I , I I 1-T--1- I f I 120 I 1 I -___-1---__ --r---a 1 Flr-'E GROVER -L1--1- 1J 1`` 120{ rJ I r--�' I / I L--•-----LT-_L1 1 . 1 , , , ' i I �`.-J 1 ', I I I I i --� ; ; --I L- 1 ---J I.__, ' 11 I I I 1 I ' I 1 II1 I I ---- ----- --1 I L-----; I ; 1 �_ ; --�-_-I 2024 Pavement -_ �a 1 ' I ' I L t 1 a I --- T Lr1.-r-----I I- 1 110 110 -1-r--L1T4 ' I - I 1 1 I 1 r-- I-1---- I I I I 1 L�-i --- -rll�.l_ 1 rJ I 1 ' 1 I 1 I I 1 1 --, ---1-+---1 -- --''i--i I ' F �- ' -_�4 ►- ' L-- Smoothness Testing I 1 1 -1-1--L--L_-I L. , , 1 -- r�• ! 4 I I 1 -I ' I I I I 1 I ' ; ..1 i L--„ --I i -I'r-rl ` ( I---I--rll--I 1 L, 1 I -_-_---I I rl_/ 1 i- I 100 100t I J 1 NUNhI 1-4--+T4 I-----� L �.-__{-- -T1 ti i t and Grinding '''II I- ��\-4-r 4-4-4 I I 1 i __.1 ' l ' --I------I• \ 1'4-4-4- 1-, I F-- I 1 -- \ 1 1 i ' -I I-4-1 ++ I I L, ' I----I ; ; \\\ I__ PIERCE ( j'-- i 9090f-.j-.--4- ,i - I ; " L 1 1 • I 1--1-4-=+=^r ' ' Legend ,- 1- Aim + 1 I 1 L 1� ___�__-_ >. r NE WiRAYMER`- [1. - ll-- \ -_� i , I-r ` ! I I ....I- , , 1+. 2024 Smoothness _--TT TT AUCT 1 , - -4-4- ---- 1 I 1 1 1 1 L �•----2 ' L-. - Grinding• 1 SEVERANCE �- r- -r , -1 --L--L1----�-T--LT-+--r--L�--L 1 , 1I 1 r� 1 1 I - Hi 8 1�_-_L �1 NI 1 I I 1--r -J I �9 1 1 LT+TJ t-a Fa 1 1 -_---+++- - Paved t - - i-•I-1- .L4.1 ; ; 1 . I i-, 1 L4 I I L+1T.4 L+-I•--I I-ll 'I ' O iu 1 1 I 1 1---L- ► 1.4 i L 1 _. 1 -! 1 i 4=•.. --- Gravel + II I-++ 1 +-I I 105 115 125 135 145 155 Municipal, Paved 1 I ! I /� I 70 6 WINDSOR - ._ + ++ ---- -`I 1-I --r l...... 70 Municipal,Gravel I _} ._4 1 - �, L I , Other r 4 I emu I- I L. 60 I �57 -Lcr 147 '' . -- T J I 60 1. WCR 77 FR SH 14 TO CR 106 ��%- �__. _ RDENJ k v ; 2. WCR 51 FR CR 80 TO SH 14 1r'r. =���KERSE 3. WCR 80 FR CR 51 TO CR 55 5 ' 50 -u \ ALLE ��.,` - 50 4. WCR 76 FR CR 39 TO CR 41 JUHNSTOWN ' !� Rlvers 1 --1- +••-- +4- -i v I I\ + I-, I i t _ {=3---,,,,„=, T., 5. WCR 76 FR CR 33 TO CR 37/US $5 se <-� 6. 11THAVE. FROST. TOUS85 ,1 �, ---�„_-- m {1 + GILCREST + r•�+ 1 �, r 40 ��' r 1-� F- • 1� i4.14 i4 40 7. WCR 60.5 & WC PARKWAY INTERSECTION 1-25.= _ � ► r"ff 1c. I-� ,- -- I I . 11 1--- _J L I I I , IPEE i i\-LT--__AL, I t..�(t --6�. 1' -_}r I, . . +4-+a J 1 8. WCR 54 FR 1ST ST./EVANS TO CR 45 - 1 85 id I -` _ --I + - _ ' 9. WCR 44 & WCR 49 INTERSECTION =-,k:' � Y " -14 , 'IIt 30 f L. u I _ _ +__ ■ 30 10. WCR 34 FR CR 25 TO CL Irr!• 6 "s '� 'jp 39 "' ' LONGMONTI i' --PLATTEVILLE - J ' 11. WCR 25 FR CR 32.5 TO CR 34 �-,- ,.-,.:•::ri::Irwle- �- ' • 119,) t r I-76 1 I d }'1 4iiisiiii• I .FIRESTONE _ \ 11 1 KEENESBURG , r J 1263 .- I 12. WCR 21 FR SH 66 TO CR 34 L 20 _ ----T -r+ I--I 1 - 20 13. WCR 22 FR US 85 TO CR 31 60 _ 1 r 4- HUDSON T4..1-r -Lr r 1 ,1..... T FREDERICK -L a r 1 T -I 1 1 1 1 ► a r7--, : 14. DENVER AVE. FR CR 6 TO CL ,� - .::i4' .-- I -r+ 4-+ 11-TT•I-+a I I .� 1-76 f _,_ DACONO - - - _ - - ' ' _ 62 1 J 15. WCR 53 FR CR 4.5 TO SH 52 ,. k;-il-� . ,. :� 4 10 FORT LUPTON +-+ - } + I- •I---1-+- +-I I-i- , I 1 0 F: !,'w::�'.'Gl lir 62 I !� ' W • I--1-1 I I-4-4•- 1J I 1 _�---I **1 d!i11i1I 1 ■: mm:RIGHTON y 1 I 1-4- 1---I-1 1 1 0 - 1 I _- 1 I 4 _ i - - _NORTHGLENN '1 %- ' -1 i- I I I -_ I-+- -I_ i T ,- T OH RNTON It.-i ^ . -.1.i ' 1 1 , Q L, 5 15 25 35 45 55 65 75 85 95 0 15 30 60 Miles I IA I 4 I- I I I EMIL:IT A All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged BIDDER must acknowledge receipt of this addendum in the space provided in the BID Failure to acknowledge receipt of an ,Addendum result in the BID not being reviewed or scored C RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings,Specifk;ations,and other Contract Documents Addendum No 1 Date By ,Addendum No Date By Addendum No Date By Contractor agrees to perform all Work described in the Contract Documents for the prices as shown in the'Bid Tabulation Progress payments shall be based on a percentage of the Lump Sum price shown in the bid tabulation which has been completed or the actual quantities furnished,installed,or constructed The undersigned,by his/her signature,hereby acknowledges-and represents that 1 Performance of each and every portion of the Work is included as part of the Contractor's Price 2 All designs,equipment,materials,labor,insurance and bond premiums,offices,other overhead,profit,and services relating to the Contractor's performance of its obligations under the Contract Documents(including all Work,Warranties,equipment,materials, labor,!and services provided by subcontractor and intellectual property rights necessary to perform,the Work)are included as part of the Contractor's Price 3 The cost of obtaining all Governmental Approvals(except for approvals which are the responsibility of the County,as specifically provided elsewhere in the Contract Documents)is included as part of the Contractor's Price 4 All costs of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractor's Price 5 Payment of any taxes,duties,permit fees,and other fees and/or royalties imposed with respect to the Work and any equipment,materials,labor,or services included therein are included a part of the Contractor's Price , 6 All fines,penalties,and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price 7 The Contractor's Price proposed herein meets all the conditions,specifications and special provisions set forth in the request for proposal for Request No#B2400032 8 The signatory is authorized to bind the below-named contractor for the amount shown on the accompanying bid tabulation EXHIBIT A 9 The,signed bid submitted,all the documents of the Request for Proposal contained herein(including,but not limited to,product specifications and scope of services),and the formal acceptance of the bid by Weld County,together-constitutes a contract,with the contract date being the date of formal acceptance of the bid by Weld County 10 Weld County reserves the right to reject any and all bids,to waive any informality in the bids,and to accept the bid that,in the opinion of the Board of County Commissioners,is to the best interests of Weld County The bid(s)may be awarded to more than one vendor FIRM BY (Please print) BUSINESS ADDRESS DATE CITY,STATE,ZIP CODE TELEPHONE NO FAX TAX ID# SIGNATURE E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID FAILURE TO SUBMIT A W-9 SHALL RESULT IN THE BID NOT BEING ACCEPTED** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES THE CERTIFICATE OF EXEMPTION NUMBER IS#98-03551-0000 EXHIBIT A March 21, 2024 Bid Request No. B2400032, On-call Pavement Smoothness Testing and Grinding Weld County, Colorado ADDENDUM NUMBER TWO The following shall ee incorporated into the CONTRACT DOCUMENTS,for the above-referenced PROJECT: A. Updated Fee Schedule SEE UPDATED FEE SCHDULE All other terms anc conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. All questions after the Pre-Bid meeting must be submitted in writing to Ryan Axtman at raxtman@weldgov.com and to bids(cr�weldgov.com. EXHIBIT A Pavement Smoothness Testing and Grinding - Bid Fee Schedule - B2400032 - Revised 3.20.2024 Item # Description Unit Item Cost QTY Totals Corrective Smoothness Grinding 202 00170 HMA Pavement SY 4000 5 202-00171 PCCP Pavement SY 800 5 Smoothness Grinding 202-00242 HMA Pavement(Special) Hr. 16 $ 202-00243 PCCP Pavement(Special) Hr. 8 $ Sweeping 203-01620 Kick Broom - Sweepings Discharged to Shoulder 10 $ 203-01622 P/U and Disposal of Pavement Grindings 10 5 Emulsified Asphalt 411-10253 CSS-lh GAL 10 $ Transverse Rumble Strip Clusters and Strips _ 614-80386 (4"-8"-4")(12 Grooves per Cluster 11 -4" Lane Width)(HMA Pavemcnt)(Special) Ea. 8 5 614-8038/ (4"-8" 4")(12 Grooves per Cluster 11 -4" Lane Width)(PCCP Pavement)(Special) Ea. 8 $ 614-80391 8"or 12" - HMA Pavement(Fog Line or Center Line) Ea. 15840 5 614-80392 8"or 12" - PCCP Pavement (Fog line or Center Line) Ea. 5280 5 614-80393 8"or 12" - HMA Pavement (Fog Line or Center Line)(Less Than 4,000 LF) Ea. 1 5 - 614-80394 8"or 12" PCCP Pavement(Fog Line or Center Line)(Less than 4,000 LF) ha. 1 $ Mobilization 626-00000 Grinder Mobilization North of WCR 74 and West of WCR 49 LS 2 $ 626-00001 Grinder - Mobilization North of WCR 74 and East of WCR 49 LS 3 $ - 626-00002 Grinder - Mobilization South of WCR 74 and West of WCR 49 LS 8 S . 626-00003 Grinder - Mobilization South of WCR 74 and East of WCR 49 LS 1 $ - 626 00004 Profilograph Mobilization North of WCR 74 and West of WCR 49 LS 2 $ 626-00005 Profilograph - Mobi{rzltipp jrttyof VCR 74 and East of WCR 49 LS 3 5 626-00006 Profilograph - Mobilization South ofWCR 74 and West of WCR 49 L5 8 S - 626-00007 Profilograph - Mobilization South of WCR 74 and East of WCR 49 LS 1 $ - 626 00008 Sweeping Mobilization North of WCR 74 and West of WCR 49 LS 2 5 626-00009 Sweeping Mobilization North of WCR 74 and East of WCR 49 LS 3 $ 626-00010 Sweeping - Mobilization South of WCR 74 and West of WCR 49 L S 8 S 626-00011 Sweeping - Mobilization South of WCR 74 and East of WCR 49 LS 1 $ - 626 00012 Tack Truck or Striping Truck Mobilization North of WCR 74 and West of WCR 49 LS 1 5 626 00013 Tack Truck or Striping (ruck Mobilization North of WCR /4 and East of WCR 49 LS 1 S 626-00014 Tack Truck or Striping Truck- Mobilization South of WCR 74 and West of WCR 49 I S 1 S - 626-00015 Tack Truck or Striping Truck - Mobilization South of WCR 74 and East of WCR 49 LS 1 $ - 626-00016 Traffic Control - Mobilization North of WCR 74 and West of WCR 49 LS 2 5 - 626-00017 traffic Control Mobilization North of WCR 74 and East of WCR 49 LS 3 $ 626-00018 Traffic Control - Mobilization South of WCR 74 and West of WCR 49 LS 8 5 - 626-00019 Traffic Control - Mobilization South of WCR 74 and East of WCR 49 LS 1 $ Pavement Marking 627-00011 'Pavement Marking Paint (Waterborne) (Low VOC) l GAL I 5 15 - Smoothness Verification 630-80570 HMA or PCCP(Existing Conditions)(Grind Check Surface)(Including CIP Projects) Segment 3 $ - 630-80571 HMA or PCCP Final Surface(Includes Defective Segment Locates&Analysis)(Includes CIP Projects) Segment 1 5 - Traffic Control 630-00000 Flagging HR 75 $ - 630 00001 Mobile Closure • TC Plans, 3 Man Crew, 50 cones&8 AWS HR 75 $ 630-00002 Lane Closure - TC Plans,4 Man Crew, 150 cones&8 AWS HR 25 $ 630-00004 Detour Traffic Control• MHTs AWS LS 2 5 - 630-80359 Portable Message Sign Panel Day 12 $ - Mobikt tes+uatro. 630-00006 Method of Handling Traffic MHT CDOT Premitting Ea. 2 $ - Tota I $ - NOTE:All prices shall include labor,overtime,cell phone,testing, sampling, reviewing, typing and report writing as needed for each service. The above listed items indicated the most frequently used tests. Each professional Service agreement may request additional testing services beyond those identified above. Method of Handling Traffic (MHT),Advanced Warning Signage (AWS) includes Type Ill barricades,barrels,cones,panels,detour arrows and signs. EXHIBIT A All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged BIDDER must ,acknowledge receipt of this addendum in the space provided in the BID Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored A RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings,Specifications,and other Contract Documents Addendum No 1 Date By Addendum No 2 Date By Addendum No Date By Contractor agrees to perform all Work described in the Contract Documents for the prices as shown in the Bid Tabulation Progress payments shall be based on a percentage of the Lump Sum price shown in the bid tabulation which has been completed or the actual quantities furnished,installed,or constructed The undersigned,by his/her signature,hereby acknowledges and represents that 1 Performance of each and every portion of the Work is included as part of the Contractor's Price 2 All designs,equipment,materials,labor,insurance and bond premiums,offices,other overhead,profit,and services relating to the Contractor's performance of its obligations under the Contract Documents(including all Work,Warranties,equipment,materials, labor,and services provided by subcontractor and intellectual property rights necessary to perform the Work)are included as part of the Contractor's Price 3 The cost of obtaining all Governmental Approvals(except for approvals which are the responsibtity of the County,as specifically provided elsewhere in the Contract Documents)is included as part of the Contractor's Price 4 All costs of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractor's Price 5 Payment of any taxes,duties,permit fees,and other fees and/or royalties imposed with respect to the Work and any equipment,materials,labor,or services included therein are included a part of the Contractor's Price 6 All fines,penalties,and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price 7 The Contractor's Price proposed herein meets all the conditions,specifications and special provisions set forth in the request for proposal for Request No#B2400032 8 The signatory is authorized to bind the below-named contractor for the amount shown on the accompanying bid tabulation Y I aka T Lei 9 The signed bid submitted,all the documents of the Request for Proposal contained herein(including,but not limited to,product specifications and scope of services),and the formal acceptance of the bid by Weld County,together constitutes a contract,with the contract date being the date of formal acceptance of the bid by Weld County 10 Weld County reserves the right to reject any and all bids,to waive any informality in the bids,and to accept the bid that,in the opinion of the Board of County Commissioners,is to the best interests of Weld County The bid(s)may be awarded to more than one vendor FIRM BY (Please print) BUSINESS ADDRESS DATE CITY,STATE,ZIP CODE TELEPHONE NO FAX TAX ID# SIGNATURE E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID FAILURE TO SUBMIT A W-9 SHALL RESULT IN THE BID NOT BEING ACCEPTED** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES THE CERTIFICATE OF EXEMPTION NUMBER IS#98-03551-0000 EXHIBIT B r p ENGINEERING, INC. March 21, 2024 Weld County Pub l c Works - Insp Div Attn: Ryan Axtmar 1111 H Street Greeley, CO 80632 RE: Bid No.: B2400032 2024 Pavement Smoothness Testing & Grinding Bid submittal and addenda Acknowledgment - No 2 Dear Weld County, CPP Engineering hereby submits via email its bid for Bid number B2400032 for the 2024 Pavement Smootf ness Testing and Grinding for Weld County Public Works Inspection Division. CPP Engineering, further acknowledges and waives it right to a sealed bid. CPP Submits the -ollowing documents via email per the bid requirements; 1. Cover sheet and acknowledgment 2. Page 2E - Acknowledgment 3. Page 5 3, 6 - Addenda Acknowledgment for Addenda No 1 & 2 4. Page 14 and 15 - 2024 Unit Fee Schedule 5. Addenda No 2 - Bid Schedule 6. Comple-ed W9 7. Insurance Certificate CPP Engineering would like to inform Weld County, that for item 630-00004 a cost was not provided, due to the fact that each detour would be a different cost based upon its location, and number of signs. Cost for detour signage will be provided at the time of request. CPP Engineering looks forward to the Bidding results. Respectfully Subnitted, CPP Engineering, Inc. / i("fir Craig Yon , PE ( President 9345 Commerce Cente-Street • Unit E6 ■ Highlands Ranch, CO 80129 ■ 303-662-9533 ■ 303-662-9538 (Fax) EXHIBIT B PROPOSAL SUBMITTAL REQUIREMENTS— Please return the following to Weld County Purchasing via the 'bid delivery" instructions described on page 3. Complete and return fee schedule - pages 14-16. Complete and return signature - page 25. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2400032. 2 The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including. but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM ��/g•?// l/i39) .1/76f, BY /lJ i13 (Please-print) BUSINESS ADDRESS 9_90-Gores ,-*;:/-2' Z/7%•—_A7,/ DATE ,3,1'/z,1 CITY, STATE, ZIP CODE `J."/ ��G �d �d/29 TELEPHONE NO 303' IZ 9,.. 3FAX ___R3 �iZ 9.53,25 TAX ID# 'l/dz/7127 SIGNATURE E-MAIL **ALL BIDDERS SHALL ROVI E A W WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 — 13 or pages 16-24. ALL WE NEED ARE PAGES 14-15 and 25. BID REQUEST#B2400032 Page 25 EXHIBIT B All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. C. RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to th nvitatio for Bids.. Drawings, Specifications, and other Contract Doc ments. Addendum No. 1 Date: � By: / • Addendum No. l Date: .J/z/Z1 By: Addendum No. Date: By: Contractor agrees to perform all Work described in the Contract Documents for the prices as shown in the Bid Tabulation. Progress payments shall be based on a percentage of the Lump Sum price shown in the bid tabulation which has been completed or the actual quantities furnished, installed, or constructed. The undersigned, by his/her signature, hereby acknowledges and represents that: 1. Performance of each and every portion of the Work is included as part of the Contractor's Price. 2. All designs, equipment, materials, labor, insurance and bond premiums, offices, other overhead, profit, and services relating to the Contractor's performance of its obligations under the Contract Documents (including all Work, Warranties, equipment, materials, labor, and services provided by subcontractor and intellectual property rights necessary to perform the Work) are included as part of the Contractor's Price. 3. The cost of obtaining all Governmental Approvals (except for approvals which are the responsibility of the County, as specifically provided elsewhere in the Contract Documents) is included as part of the Contractor's Price. 4. All costs of compliance with and maintenance of the Governmental Approvals and compliance with legal requirements are included as part of the Contractor's Price. 5. Payment of any taxes, duties, permit fees, and other fees and/or royalties imposed with respect to the Work and any equipment, materials, labor, or services included therein are included a part of the Contractor's Price. 6. All fines, penalties, and damage payments to others as Contractor is obligated to pay herein are include as part of the Contractor's Price. 7. The Contractor's Price proposed herein meets all the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2400032. 8. The signatory is authorized to bind the below-named contractor for the amount shown on the accompanying bid tabulation. EXHIBIT B /11 i7n; 9. The signed bid submitted, all the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 10. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM /��/ BY Za/ /lG(/7 Please prfnl BUSINESS ADDRESS � /!�/l��lG/� i� % - DATE CITY, STATE, ZIP CODE --'7/J��/7P? , ./1/A/ l/ ��� TELEPHONE NO Jfl 'TAX ID # el177-g47,Z--7. SIGNATURE ,j/j E-MAIL 1�i :: :f l�/s **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID. FAILURE TO SUBMIT A W-9 SHALL RESULT IN THE BID NOT BEING ACCEPTED.** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. Pavement Smoothness Testing and Grinding - Bid Fee Schedule - B2400032 - Revised 3.20.2024 item _ Description Unit 1 Item Cost CITY - Totals Corrective Smoothness Grinding 202-00170 HMA Pavement SY $11.73 -MOO 5-17.009.00 202.00171 PCCP Pavement SY $I7.8� xlni $14.280.(N1 , Smoothness Grinding 202-00242 HMA Pavement(Special) Hr $7Uu W lit SI 1.200.110 202-00243 PCCP Pavement(Special) Hr st.u�u.uu x SK,400(Ni Sweeping 203-01620 Kick Broom-Sweepings Discharged to Shoulder Hr. $l;u oo In I $I.Stlu tlu 203.01622 P/U and Disposal of Pavement Grindings Hr. $200 uu III $2.1x11t.0u Emulsified Asphalt a► i i m s 3 roc 1 h GAl *I l$.uu III $1.l co uo Transverse Rumble Strip Clusters and Strips 614-80386 (4"-8"•4")(12 Grooves per Cluster 11'-4" Lane Width)(HMA Pavement)(Special) Ea. -$vuu.uu x $7 200,00 614-80387 (4"•8"-4")(12 Grooves per Cluster 11'-4" Lane Width)(PCCP Pavement)(Special) Ea. $2 btu utl x S21.200.0o 614-80391 8"or 12" • HMA Pavement(Fog Line or Center Line) Ea. Su 3u Ibx,In 5-1.752.00 614-80392 8"or 12" - PCCP Pavement(Fog Line or Center Line) Ea. su.sK 52K0 $4,b4b as ~ 614-80393 8"or 12" • HMA Pavement(Fog Line or Center Line)(Less Than 4,000 LF) Ea. $_ 275 00 I S."r tlu 614-80394 8"or 12" - PCCP Pavement(Fog Line or Center Line)(Less Than 4,000 LF) Ea. 56 7Su 00 1 sh.750Xl Mobilization - -626-00000 Grinder - Mobilization North of WCR 74 and West of WCR 49 LS $1 9uu uu 2 51.800 tx1 626-00001 Grinder- Mobilization North of WCR 74 and East of WCR 49 LS S2.000.00 So.non l„► 626-00002 Grinder - Mobilization South of WCR 74 and West of WCR 49 LS S1.70000 x S13.aOu.tw 626-00003 Grinder • Mobilization South of WCR 74 and East of WCR 49 LS SI 8uu(K) 1 SI.$IIU 00 626-00004 Profilograph• Mobilization North of WCR 74 and West of WCR 49 LS $925 Ui1 S 18;l!tit) 626-00005 Profilograph- Mobilization North of WCR 74 and East of WCR 49 LS $47j.tR1 1 — S2•925.00 626-00006 Profilograph- Mobilization South of WCR 74 and West of WCR 49 LS $12;00 x S&6uu.W 626-00007 Profilograph- Mobilization South of WCR 74 and East of WCR 49 LS s875.00 I $875.00 626-00008 Sweeping- Mobilization North of WCR 74 and West of WCR 49 LS $730 11U2 's 15uu 011 626-00009 Sweeping Mobilization North of WCR 74 and East of WCR 49 LS , t S=.''5 rxi p B' iyiuu 626-00010 Sweeping- Mobilization South of WCR 74 and West of WCR 49 LS 5625.00 x $5.000 00 626-00011 Sweeping- Mobilization South of WCR 74 and East of WCR 49 LS mum I S700.00 626-00012 Tack Truck or Striping Truck- Mobilization North of WCR 74 and West of WCR 49 IS bl 8;u uu I 51.850.00i 626-00013 Tack Truck or Striping Truck- Mobilization North of WCR 74 and East of WCR 49 is $2 00u 0u I $2,0041.01) 626-00014 Tack Truck or Striping Truck - Mobilization South of WCR 74 and West of WCR 49 LS s1.7S0.uu 1 $1.730.00 626-00015 Tack Truck or Striping Truck- Mobilization South of WCR 74 and East of WCR 49 LS • 51 70u utl I S I.700.0K► 626-00016 Traffic Control- Mobilization North of WCR 74 and West of WCR 49 LS Si uuu uu 9 S_'.u11t1.a1 626-00017 Traffic Control-Mobilization North of WCR 74 and East of WCR 49 LS $1 2;u uu 1 $3.750.00 626-00018 Traffic Control-Mobilization South of WCR 74 and West of WCR 49 LS S7u0 uu x — S`.u00 00 626-00019 Traffic Control - Mobilization South of WCR 74 and East of WCR 49 LS x8,5 nu I 5825.00 Pavement Marking 627 00011 Pavement Marking Paint(Waterborne) (Low VOC) GAL N.; ,:) uu ' S2.b25.00 Smoothness Verification 630-80570 HMA or PCCP(Existing Conditions)(Grind Check Surface)(lncluding CIP Projects) Segment 11.8u0.1x1 SS.ttNl.tx1 630-80571 HMA or PCCP Final Surface(Includes Defective Segment Locates &Analysis)(Includes OP Projects) Segment 1 52.275,1K! 52.275.tK1 Traffic Control 630-00000 Flagging HR $43.00 7; S3.175.00 630-00001 Mobile Closure-TC Plans,3 Man Crew,50 cones&8 AWS HR , 7i S 15.000.0u s_uu.uu _ 630-00002 Lane Closure-TC Plans,4 Man Crew, 150 cones&8 AWS HR 25 r Sb.I 25 1K1 S�1?.tH! rill - - ------- - - .--- — :� - — 630-00004 Detour Traffic Control - MHTs AWS LS 630-80359 Portable Message Sign Panel Day s 17 5.lx! 12 `2.100.tK► • -— = 630-00006 Method of Handling Traffic MHT CDOT Premitting Ea. 1_�- �M■.lKl Tota I S236,403.40ti:i NOTE:All prices shall include labor,overtime,cell phone, testing, sampling, reviewing,typing and report writing as needed for each service. The above listed items indicated the most frequently used tests. Each professional Service agreement may request additional testing services beyond those identified above. Method of Handling Traffic - (MHT),Advanced Warning Signage- (AWS)includes Type III barricades,barrels,cones,panels,detour arrows and signs. Mmi tZ EXHIBIT B 2024 Pavement Smoothness Testing and Grinding Item# Description Unit 2024 Fee Schedule Item Cost Corrective Smoothness Grinding _ 202-00170 HMA Pavement SY-- 4"//7� 202-00171 PCCP Pavement SY /J, ,25.5. Smoothness Grinding 202-00242 HMA Pavement(Special) Hr. 40� 202-00243 PCCP Pavement(Special) Hr. /4... ,dd Sweeping Jr 203-01620 Kick Broom -Sweepings Discharged to Shoulder Hr. /Se,dd 203-01622 P/U and Disposal of Pavement Grindings Hr. Qerd,DO Emulsified Asphalt 411-10253 CSS-lh I GAL I /,J ed Transverse Rumble Strip Clusters and Strips (4"-8"-4")(12 Grooves per Cluster 111-4" Lane _' 614-80386 Width)(HMA Pavement)(Special) Ea. Qdjr, 4d 614-80387 (4"-8"-4")(12 Grooves per Cluster 111-4" Lane Ea. CJ Width)(PCCP Pavement)(Special) ,�lv.Je a0 614-80391 8" or 12" - HMA Pavement (Fog Line or Center Line) LF S Q, 34 614-80392 8" or 12" - PCCP Pavement (Fog Line or Center Line) LF f Q, BS 8" or 12" - HMA Pavement(Fog Line or Center ,¢r 614-80393 LS Line)(Less Than 4,000 LF) •�7 ,�d 8" or 12" - PCCP Pavement(Fog Line or Center .J'r 614-80394 LS �/ 7.50' OQ Line)(Less Than 4,000 LF) Mobilization Grinder- 626-00000 WCR 49 Mobilization North of WCR 74 and West of LS �'�9 Z/6 Grinder- Mobilization North of WCR 74 and East of .t' 626-00001 WCR 49 LS 2�06 .oo 626 00002 Grinder-Mobilization South of WCR 74 and West of LS WCR 49 ����' 626 00003 Grinder-Mobilization South of WCR 74 and East of LS �25,4 ,QQ WCR 49 626 00004 Profilograph - Mobilization North of WCR 74 and West LS of WCR 49 92_. .40 626 00005 Profilograph - Mobilization North of WCR 74 and East LS o of WCR 49 '�/ 7-:GO 626-00006 Profilograph -Mobilization South of WCR 74 and West LS Q r of WCR 49 �5 7 626 00007 Profilograph - Mobilization South of WCR 74 and East LS �,2 17jr,� of WCR 49 BID REQUEST#B2400032 Page 14 EXHIBIT B 626-00008 WCR 49 Sweeping Mobilization North of WCR 74 and West of LS �� 'di Sweeping- Mobilization North of WCR 74 and East of 626-00009 WCR 49 LS 1Z—f OD 626 00010 Sweeping- Mobilization South of WCR 74 and West of LS .4,l��do WCR 49 626 00011 Sweeping- Mobilization South of WCR 74 and East of LS �741'Q� WCR 49 626-00012 Tack Truck or Striping Truck - Mobilization North of LS ,.' WCR 74 and West of WCR 49 28.e•00 Tack Truck or Striping Truck - Mobilization North of it 626-00013 WCR 74 and East of WCR 49 LS 2d&C, Qrd Tack Truck or Striping Truck - Mobilization South of ,�J,�D�OD 626-00014 WCR 74 and West of WCR 49 LS 626-00015 Tack Truck or Striping Truck - Mobilization South of LS —4 WCR 74 and East of WCR 49 /74eV' GD Traffic Control - Mobilization North of WCR 74 and LS '��West of WCR 49 � 626 00016 Traffic Control - Mobilization North of WCR 74 and 3' 626-00017 LS 2. 4, DO East of WCR 49 Traffic Control - Mobilization South of WCR 74 and LS ,1�De� OD 626-00018 West of WCR 49 626 00019 Traffic Control - Mobilization South of WCR 74 and LS Q East of WCR 49 oZ. , Pavement Marking 627-00011 Pavement Marking Paint (Waterborne) (Low VOC) GAL '�475..Od Smoothness Verification HMA or PCCP (Existing Conditions)(Grind Check 630-80570 Surface)(Including CIP Projects) Segment /2WQ� 630-80571 HMA or PCCP Final Surface (Includes Defective Segment 12 27,3; Segment Locates&Analysis)(Includes CIP Projects) / Traffic Control 630-00000 Flagging HR .7, DD 630-00001 Mobile Closure - MHT, 3 Man Crew, 50 cones&8 AWS HR 2,44,dO 630-00002 Lane Closure- MHT, 4 Man Crew, 150 cones&8 AWS HR v2i.i ,,aa 630-00003 Uniformed Traffic Control HR 630-00004 Detour Traffic Control -MHT, AWS, LS , 630-80359 Portable Message Sign Panel Day ye17_ Qf 630-85020 Mobile Attenuator Day 630-00016 Method of Handling Traffic (MHT) CDOT Permitting Ea. /254 Total 'f.5 z eff,'.7 ' NOTE:All prices shall include labor,overtime,cell phone,testing,sampling,reviewing,typing and report writint as needed for each service. The above listed items indicated the most frequently used tests.Each professional Service agreement may request additional testing services beyond those identified above.Method of Handling Traffic -(MHT),Advanced Warning Signage-(AWS)includes Type Ill barricades,barrels,cones,panels,detour arrows and signs. BID REQUEST#B2400032 Page 15 EXHIBIT B Form W-9 Request for Taxpayer Give Form to the (Rev. October2018i Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line: do not leave this line blank. CPP Engineering, Inc. 2 Business name/disregarded entity name. if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1, Check only one of the 4 Exemptions (codes apply only to 0 following seven boxes. certain entities. not individuals; see a instructions on page 3): oc ❑ Individual/sole proprietor or [1orporaion L I S Corporation I I Partnership o C Corporation Trust/estate tn single-member 1.1..0 a..) CExempt payee code(if any) a 4,,v ❑ Limited liability company, Enter the tax classification (C=C corporation. S=S corporation, P=Partnership)► o Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting 44 to LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is c - another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC that code(if any) a. 0 is disregarded from the owner should check the appropriate box for the tax classification of its owner. w rJ I I Other(see instructions)► � (Apples to accounts marntarrwu outs+ik the U S! u) 5 Address(number, street. and apt. or suite no.)See instructions. Requester's name and address (optional) 9345 Commerce Center St., Unit E6 6 City, state. and ZIP code 'Highlands Ranch, CO 80129 7 List account number(s) here(optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other - - entities, it is your employer identification number (EIN). If you do not have a number, see How to get a - _ TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number 1 Number To Give the Requester for guidelines on whose number to enter. ' 8 4 - 1 6 0 7 4 2 7 Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me): and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out ite 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividen ikon your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid. acquisition or abandonment of secured proper cancellation of de , contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are noer uired,to sign the reification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of / Here U.S. person► �;'/ / Date► 7/41 v • Form 1099-DIV (dividends, incl ding t iose from stocks or mutual General Instructions / funds) Section references are to the Internal R v nue Code less othk, ise • Form 1099-MISC (various types of income, prizes, Y� awards, or gross noted. proceeds) Future developments. For the latest information about developments • Form 1099-B (stock or mutual fund sales and certain other related to Form W-9 and its instructions, such as legislation enacted transactions by brokers) after they were published, go to www.irs.gov/FormW9. • Farm 1099-S (proceeds from real estate transactions) Purpose of Form • Form 1099-K (merchant card and third party network transactions) An individual or entity (Form W-9 requester) who is required to file an • Form 1098 (home mortgage interest), 1098-E (student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T (tuition) identification number (TIN) which may be your social security number • Form 1099-C (canceled debt) (SSN), individual taxpayer identification number (ITIN), adoption • Form 1099-A (acquisition or abandonment of secured property) taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other Use Form W-9 only if you are a U.S. person (including a resident amount reportable on an information return. Examples of information alien), to provide your correct TIN. returns include, but are not limited to, the following. If you do not return Form W-9 to the requester with a TIN, you might • Form 1099-lNT (interest earned or paid) be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) EXHIBIT B A ® DATE(MMIDD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 03/20/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the 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 CONTACT Joel Walker ale CT Sky Ins PH870, 003)647-5477 FAX 88 Inverness Circle East A-MDDREAILJoelw@bskyins.coSS: m Suite A-103 INSURERIS)AFFORDING COVERAGE NAIL N Englewood CO 80112 iNSURERA:Mesa Underwriters Specialty Ins Co 013842 INSURED INSURER B:SECURA 22543 Craig Young/CPP Engineering,Inc INSURERU:AIG Specialty Insurance Company 9345 Commerce Center St. INSURER Pinnacol Assurance 41190 Unit E-6 INSURER E Highlands Ranch CO 80129 INSURER F COVERAGES CERTIFICATE NUMBER: CL238215731 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 ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER ;UM;(MMIDD/YYYY) LIMITS X COMMERCIAL GENERALLIABILI7Y EACH OCCURRENCE S 1,000,000 ICLAIMS-MADE OCCUR PREM SESO(Ea occrurrence) S 100,000 MED EXP(Any one person) S 5,000 A MP000500600259807 08/01/2023 08/01,024 pERSONALBADVINJURY S 1,000,000 GEM.AGGREGATE LIMIT APPLIES PER_ GENERAL AGGREGATE S 2,000,000 POLICY❑X PROT LOC PRODUCTS-COMP/OP AGG S 2,000,D00 JEC OTHER: AUTOMOBILE LIABILITY EaOMaciidBINEent)D SINGLE LIMIT S 1,000,000 ( ANY AUTO BODILY INJURY(Per person) S -OWNED x SCHEDULED A3256536 08/01/2023 08/01/2024 BODILY INJURY(Per accident) S _AUTOS ONLY _AUTOS HIRED NON-OWNED PROPERTY DAMAGE S X AUTOS ONLY X AUTOS ONLY (Per accident) — X UMBRELLA LIAR X OCCUR EACH OCCURRENCE S 2,000,000 C EXCESS LIAB CLAIMS•MADE EBUO19356228 08/01/2023 08/01/2024 AGGREGATE S 2,000,000 DED I Xi RETENTION$10,D00 S WORKERS COMPENSATION XI STATUTE I I EORH AND EMPLOYERS'LIABILITY Y/N 1,000,000 ANYPROPRIETOR/PE TNER/EXECUTIv.E N/A 42255, 08/01/2023 08/01/2024 E.L.EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E L.DISEASE-EA EMPLOYEE S 1,000,000 II f yes,describe under POLICY LI 1,000,000 OF OPERATIONS below E.L.DISEASE- MIT S Hired Auto Physical Damage A3256536 08/01/2023 08/01/2024 Limit 985,000 Deductible $1,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may he attached if more space is required) Certificate holder is named additional insured as required by written contract.Subject to the forms,terms,and conditions of the policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Weld County Att:Public Works Inspection Division ACCORDANCE WITH THE POLICY PROVISIONS. PO BOX 758 AUTHORIZED REPRESENTATIVE Greeley CO 80632 /14 ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Bid#2400032 NOTICE OF AWARD CPP Engineering Inc. 9345 Commerce Center Street Unit E6 Highlands Ranch,CO 80129 Project Description:2024 Pavement Smoothness Testing and Grinding,Bid No.B2400032 Roadway smoothness profile verification and grinding,rumble strip and stop sign approach rumble clusters,for Weld County Public Works Department paving operations and contracted paving projects. The Owner has considered the Bid submitted by you for the above-described work in response to its Invitation for Bids and Instructions to Bidders. You are hereby notified that your Bid has been accepted in the amount of$236,403.40 or as shown in the Bid Schedule.You are required by the Instructions to Bidders to execute one original of the Agreement and furnish the required Certificates of Insurance within(10)calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within(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 bid as abandoned. The Owner will be entitled to such 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 12th day of April,2024 Weld County,Colorado,Owner By: AA'l/AX IMAtPt' Ryan Axtmtn,Construction Inspection Supervisor ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by---,G ' �• ( ctor) Dated this day of 117l's/ ,2024 By: Title: 4"'//,� Contract Form Entity Information Entity Name* Entity ID* Q New Entity? CPP ENGINEERING INC @00042530 Contract Name" Contract ID Parent Contract ID 2024 PAVEMENT SMOOTHNESS TESTING AND 8049 GRINDING Contract Lead* Requires Board Approval Contract Status RAXTMAN YES CTB REVIEW Contract Lead Email Department Project# raxtman@weldgov.com Contract Description* ROADWAY SMOOTHNESS PROFILING TESTING,VERIFICATION AND GRINDING FOR COUNTY PAVING OPERATIONS AND CONTRACTED CIP PROJECTS ON ARTERIALS,COLLECTORS,AND LOCAL ROADWAYS FOR THE WELD COUNTY PUBLIC WORKS DEPARTMENT. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CONTRACT PUBLIC WORKS Date* 04/18/2024 04/22/2024 Amount* Department Email $236,403.40 CM- Will a work session with BOCC be required?* PublicWorks@weldgov.co HAD Renewable m YES Does Contract require Purchasing Dept.to be Department Head Email included? Automatic Renewal CM-PublicWorks- YES DeptHead@weldgov.com Grant Bid/RFP#* County Attorney B2400032 GENERAL COUNTY IGA ATTORNEY EMAIL 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 Review Date* Renewal Date* 04/29/2024 04/15/2024 04/28/2025 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 04/16/2024 Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CONSENT CONSENT DH Approved Date Finance Approved Date Legal Counsel Approved Date 04/16/2024 04/16/2024 04/16/2024 Final Approval BOCC Approved Tyler Ref# AG 042924 BOCC Signed Date Originator RAXTMAN BOCC Agenda Date 04/29/2024 Z` t86' MEMORANDUM v r _ 41 r TO: Curtis Hall, Director of Public Works -' v l DATE: March 27'h, 2024 lip; _. FROM: Ryan Axtman, Public Works Department SUBJECT: 2024 PAVEMENT SMOOTHNESS TESTING & GRINDING, Bid No. B24000032 The 2024 Pavement Smoothness Testing and Grinding contract bid opening was March 22nd, 2024. One bid was received totaling $236,403.40. The bidder, CPP Engineering Inc's bid was under the 2024 Engineers estimated budget for this contract. Therefore, it is Public Works recommendation to award this contract bid to CPP Engineering Inc. for the 2024 Pavement Smoothness Testing and Grinding contract for the amount of$236,403.40. See attached bid fee schedule details. CPP Engineering Inc. is a returning bidder to this contract. They have had this contract for the past 3 years. Public Works has been pleased with their work and relationship with the County. They are a reputable company and are willing to work with the Engineering and Pavement Management Divisions to achieve the most economical and effective methods to produce smooth long lasting County roads. Approve of recommendation. • Curtis'Hall, Director o Public Wor S /2,;/ Don Dunker, County Engineer cc: Curtis Hall, Director of Public Works Don Dunker, County Engineer Mona Weidenkeller. PW Budget Coordinator Cheryl Pattelli,Chief Financial Officer Toby Taylor, Procurement Manager Rose Everett,Senior Purchaser Adria Schiel,Assistant County Attorney Ill ZOZ4-0 715 Pavement Smoothness Testing and Grinding - Bid Fee Schedule - B2400032 - Revised 3.20.2024 Item a I Description Unit ', Item Cost IQTY Totals Corrective Smoothness Grinding 202-00170 HMA Pavement SY NI 1.7i JINNI S47.000,00 202-00171 PCCP Pavement SY s17,g5 Win SI t.38tj.ut� Smoothness Grinding 202.00242 - HMA Pavement(Special) Hr. S71Ja►.t►u 1" SI 1.200.00 202-00243 PCCP Pavement(Special) Hr. 51.u5u.0u x S8.J00.t!<► Sweeping _ _� 203-01620 Kick Broom-Sweepings Discharged to Shoulder Hr. S150.00 It1 S 1.500.00 in'l n1vi/ n 11 "a lliop000l of nog omnot rr;nr4i, r Ftr 111 c/11/1111111 b_1111.011 Emulsified Asphalt 411-10253 CSS-1h GAL SI15.uu I 1i1 SI.150.00 Transverse Rumble Strip Clusters and Strips 614-80386 (4"-8"-4")(12 Grooves per Cluster 11'-4" Lane Width)(HMA Pavement)(Special) Ea. $wt>011t► x S7.200.00 614-80387 (4"-8"-4")(12 Grooves per Cluster 11'-4"Lane Width)(PCCP Pavement)(Special) Ea. S'.h5u.tNu x -- — - S.21.24)0 00 614-80391 8"or 12" - HMA Pavement(Fog Line or Center Line) Ea. so.-to I Ax•111 $4.752.00 614-80392 8"or 12" - PCCP Pavement(Fog line or Center Line) Ea. 50 88 5=K11 Sa.t►Jt,.Ju' 614-80393 8"or 12" - HMA Pavement(Fog line or Center Line)(Less Than 4,000 IF) Ea. S2 ,7;u0 I S.2.2.7s Oil 614-80394 8"or 12" - PCCP Pavement(Fog Line or Center Line)(Less Than 4,000 IF) Ea. La 7;o Ix► I S6.79u 00. Mobilization 626-00000 Grinder- Mobilization North of WCR 74 and West of WCR 49 LS s 1.90u.tx) = S3.800.00 626-00001 Grinder - Mobilization North of WCR 74 and East of WCR 49 LS s2 00u uu t s6,tx10,00 626-00002 Grinder - Mobilization South of WCR 74 and West of WCR 49 LS Si 7tx►uu x S13.600.00 626-00003 Grinder • Mobilization South of WCR 74 and East of WCR 49 LS N1.800.00 I S1.800.00 626-00004 Profilograph- Mobilization North of WCR 74 and West of WCR 49 LS s4)23 t1U SI,850A0 626-00005 Profilograph- Mobilization North of WCR 74 and East of WCR 49 LS 5975.00 t S2'925 00 626-00006 Profilograph- Mobilization South of WCR 74 and West of WCR 49 — LS 1825 mu a Srotio.tlo 626-00007 Profilograph Mobilization South of WCR 74 and East of WCR 49 LS b873 ou I $875.uu 626-00008 Sweeping-Mobilization North of WCR 74 and West of WCR 49 LS S75u 00 2 Si.500.0u 626-00009 Sweeping-Mobilization North of WCR 74 and East of WCR 49 LS s923 uu t S2.775,tx1 626-00010 Sweeping-Mobilization South of WCR 74 and West of WCR 49 LS bh,s MO x S5.00(1 IN) 626.00011 Sweeping- Mobilization South of WCR 74 and East of WCR 49 LS _ s71x►.uu 1 S7uo on 626-00012 Tack Truck or Striping Truck- Mobilization North of WCR 74 and West of WCR 49 LS S 1850110 I S l.$0.O(► 626-00013 Tack Truck or Striping Truck - Mobilization North of WCR 74 and East of WCR 49 LS S2 0uu ou I b3.00u_tx► 626-00014 Tack Truck or Striping Truck Mobilization South of WCR 74 and West of WCR 49 IS $1 7;110t► I $1.750.00 626-00015 Tack Truck or Striping Truck - Mobilization South of WCR 74 and East of WCR 49 LS S 1 70u txr I S I.7011.00 626-00016 Traffic Control- Mobilization North of WCR 74 and West of WCR 49 LS N1.000.00 S2.t►uo t)u 626-00017 Traffic Control-Mobilization North of WCR 74 and East of WCR 49 LS $1 250.00 S3.750.00 626-00018 Traffic Control- Mobilization South of WCR 74 and West of WCR 49 LS S704)t)0 Is Si e100 of► 626-00019 Traffic Control-Mobilization South of WCR 74 and East of WCR 49 LS sit25 ut► 1 S82.5.00 Pavement Marking 6 7 0001 1 'Pavement Marking Paint(Waterborne) (Low VOC) I_ GAL 1 s;25.0I� _I S I S2.62'00 Smoothness Verification 630-80570 HMA or PCCP(Existing Conditions)(Grind Check Surface)(Including CIP Projects) Segment s I.i;r►u.uu S5.400 00 I 630-80571 HMA or PCCP Final Surface(Includes Defective Segment locates&Analysis)(lncludes CIP Projects) Segment l I $2.275.00 s2.275•W —.-� Traffic Control 630-00000 Flagging HR 75 S?.;75. sas.0o i1t► 630-00001 Mobile Closure-TC Plans, 3 Man Crew, 50 cones&8 AWS HR S,rN)tK► 75 SI 5.18)0.00 630-00002 Lane Closure TC Plans,4 Man Crew, 150 cones&8 AWS HR S245 00 's So.125,00 630-00004 Detour Traffic Control MHTs AWS LS 630-80359 Portable Message Sign Panel Day 12 $'•l04i uu 630-00006 Method of Handling Traffic MHT COOT Premitting Ea. S I_5 tx► S250.00 Total S236,403.40 NOTE:All prices shall include labor,overtime,cell phone, testing, sampling, reviewing,typing and report writing as needed for each service. The above listed items indicated the must Irequermy used tests. Each piufessiunal Se'we agreement may request additional testing services beyond those identified above. Method of Handling Traffic - (MHT), Advanced Warning Segnage (AWS)includes Type Ill barricades, barrels,cones,panels,detour arrows and signs. Pavement Smoothness Testing and Grinding - ENG Estimate Item # Description Unit Item Cost QTY Totals Corrective Smoothness Grinding 202-00170 HMA Pavement SY S 14.06 4000 $ 56,250.00 202-00171 PCCP Pavement SY 5 21.25 800 $ 17,000.00 Smoothness Grinding 202-00242 HMA Pavement (Special) Fir S 812.50 16. $ 13,000.00 202-00243 PCCP Pavement (Special) Hr_ S 1,218.75 8 $ 9,750.00 Sweeping 203-01620 Kick Broom - Sweepings Discharged to Shoulder Fir S 175.00 10 $ 1,750.00 203-01622 Pill and Disposal of Pavement Grindings 1 Hr. I$ 218.75 10 $ 2,187.50 Emulsified Asphalt 411-10253 CSS-1h GAL S 187.50 10 $ 1,875.00 Transverse Rumble Strip Clusters and Strips 614-80386 (4"-8"-4")(12 Grooves per Cluster 11°-4" Lane Width)(HMA Pavement)(Special) Ea. S 1,062.50 8 $ 8,500.00 614-80387 (_4"-8"-4")(12 Grooves per Cluster 11'-4" Lane Width)(PCCP Pavement)(Special) Ea. S 3,187.50 8 $ 25,500.00 614-80391 8" or 12" - HMA Pavement (Fog Line or Center Line) Ea. $ 0.34 15840 $ 5,346.00 614-80392 8" or 12" - PCCP Pavement (Fog Line or Center Line) Ea. $ 1.01 5280 S 5,346.00 614-80393 8" or 12" - HMA Pavement (Fog Line or Center Line)(Less Than 4,000 LF) Ea. 5 2,687.50 1 $ 2,687.50 614-80394 8" or 12" - PCCP Pavement (Fog Line or Center Line)(Less Than 4,000 LF) Ea. $ 8,062.50 1 $ 8,062.50 Mobilization 626-00000 Grinder - Mobilization North of WCR 74 and West of WCR 49 LS _S 2,250.00 2 $ 4,500.00 626-00001 Grinder - Mobilization North of WCR 74 and East of WCR 49 LS S 2,375.00 3 $ 7,125.00 626-00002 Grinder- Mobilization South of WCR 74 and West of WCR 49 LS S 2,000.00 8 $ 16,000.00 626-00003 Grinder - Mobilization South of WCR 74 and East of WCR 49 LS S 2,125.00 1 $ 2,125.00 626-00004 Profilograph - Mobilization North of WCR 74 and West of WCR 49 LS S 1,125.00 2 $ 2,250.00 626-00005 Profilograph - Mobilization North of WCR 74 and East of WCR 49 LS S 1,187.50 3 $ 3,562.50 626-00006 Profilograph - Mobilization South of WCR 74 and West of WCR 49 LS S 1,000.00 8 $ 8,000.00 626-00007 Profilograph - Mobilization South of WCR 74 and East of WCR 49 LS S 1,062.50 1 $ 1,062.50 626-00008 Sweeping - Mobilization North of WCR 74 and West of WCR 49 LS $ 875.00 2 $ 1,750.00 626-00009 Sweeping - Mobilization North of WCR 74 and East of WCR 49 LS S 1,093.75 3 $ 3,281.25 626-00010 Sweeping - Mobilization South of WCR 74 and West of WCR 49 LS S 437.50 8 $ 3,500.00 626-00011 Sweeping - Mobilization South of WCR 74 and East of WCR 49 LS S 656.25 1 $ 656.25 626-00012 Tack Truck or Striping Truck - Mobilization North of WCR 74 and West of WCR 49 LS 5 1,250.00 1 $ 1,250.00 626-00013 Tack Truck or Striping Truck - Mobilization North of WCR 74 and East of WCR 49 LS S 1,250.00 1 $ 1,250.00 626-00014 Tack Truck or Striping Truck - Mobilization South of WCR 74 and West of WCR 49 LS S 1,250.00 1 $ 1,250.00 626-00015 Tack Truck or Striping Truck - Mobilization South of WCR 74 and East of WCR 49 LS 5 1,250.00 1 $ 1,250.00 626-00016 Traffic Control - Mobilization North of WCR 74 and West of WCR 49 LS 5 1,218.75 2 $ 2,437.50 626-00017 Traffic Control - Mobilization North of WCR 74 and East of WCR 49 LS S 1,500.00 3 $ 4,500.00 626-00018 Traffic Control - Mobilization South of WCR 74 and West of WCR 49 LS S 812.50 8 $ 6,500.00 626-00019 Traffic Control - Mobilization South of WCR 74 and East of WCR 49 LS S 1,000.00 1 $ 1,000.00 Pavement Marking 627 00011 Pavement Marking Paint (Waterborne) (Low VOC) GAL 5 637.50 S $ 3,187.50 Smoothness Verification 630-80570 HMA or PCCP (Existing Conditions)(Grind Check Surface)(Including CIP Projects) Segment S 2,156.25 3 $ 6,468.75 630-80571 HMA or PCCP Final Surface (Includes Defective Segment Locates & Analysis)(Includes CIP Projects) Segment $ 2,687.50 1 $ 2,687.50 Traffic Control 630-00000 Flagging HR S 53.75 75 $ 4,031.25 630-00001 Mobile Closure - TC Plans, 3 Man Crew, 50 cones & 8 AWS HR S 218.75 75 $ 16,406.25 630-00002 Lane Closure -TC Plans, 4 Man Crew, 150 cones & 8 AWS HR S 275.00 25 $ 6,875.00 _ + $ - G , $ 630 0Q004 - t-S S - 2 $ 630-80359 Portable Message Sign Panel Day $ 87.50 12 $ 1,050.00 638-8-5020 say $ - 0 630-00006 Method of Handling Traffic MHT CDOT Premitting Ea. S 2,500.00 2 $ 5,000.00 - $ 276,210.75 WELD COUNTY PURCHASING bi.ig 1301 N.17th Avenue,Greeley,CO 80631 �' E-mail: reverett cS weldgov.com r. la. E-mail: cgeisertAweldgov.com E-mail: ttaylor(cr�,weldgov.com .�? T Y Phone: (970)400-4222,4223 or 4454 DATE OF BID:MARCH 22,2024 REQUEST FOR: PAVEMENT SMOOTHNESS TESTING&GRINDING DEPARTMENT: PUBLIC WORKS BID NO: #B2400032 PRESENT DATE: MARCH 27,2024 APPROVAL DATE:APRIL 10,2024 VENDORS TOTAL CPP ENGINEERING INC $236,403.40 9345 COMMERCE CENTER ST UNIT E6 HIGHLANDS RANCH CO 80129 THE DEPARTMENT OF PUBLIC WORKS IS REVIEWING THE BID. 2024-0715 /Z�l Eel DMZ Hello