Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20251388.tiff
UnkvaC+ ►D (1 1 AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY AND CONNELL RESOURCES FOR WCR 72 AND 76 PAVING PROJECT THIS AGREEMENT is made and entered into this t lon. day of J ikk0. , 2025, by and between the Board of Weld County Commissioners, on behalf of the Public Works Department, hereinafter referred to as "County," and Connell Resources, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the 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 equipment, materials and services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid 82500020. Exhibit B consists of Contractor's Response to County's Request for Bid B2500020. 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 faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. Form Revision 3-2025 Coin tall /ZS CC' On \A42, (Pte) puLt/cha5-crul Lo/lx/25 2025-1-n1 Ce-on.. 3 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 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. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may i 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 there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. If written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this 2 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. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $2,484,206.35, as set forth in Exhibits. No payment more than that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County because of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results 3 of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this 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, 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 such materials are in completed form, shall always be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of 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., about 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 professional construction standards 4 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. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 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, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the 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 always keep the required insurance coverage in force 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. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on .or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. 5 The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. The insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non -renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Subcontractors Contractors' certificate(s) shall include all subcontractors as additional insureds under its policies or subcontractors shall maintain separate insurance as determined by the Contractor, however, subcontractor's limits of liability shall not be less than $1,000,000 per occurrence / $2,000,000 aggregate. Acceptability of Insurers Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A -VII. The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Proof of Insurance Contractor shall provide to County a Certificate of Insurance (COI). The County, in its discretion, may accept other forms of proof of insurance. The Certificate of Insurance shall name "Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers to be named as an additional named insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations". In the County's sole discretion, the County may ask to examine a policy, an endorsement, or other proof of insurance if there is a question on coverage. Such 6 examination is deemed confidential, and the document is not kept in the record, but simply examined to confirm coverage is present. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 1) Workers' Compensation and Employer's Liability Insurance covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers' Liability) $ 100,000 $ 100,000 $ 500,000 2) Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities perfomied by, or on behalf of the Contractor, including completed operations." Such policy shall include minimum limits as follows: Each Occurrence $ 2,000,000 General Aggregate $ 4,000,000 Products/Completed Operations Aggregate $ 4,000,000 Personal Advertising Injury $ 2,000,000 Fire Damage (Any One Fire) $ 100,000 Medical Payments (Any One Person) $ 10,000 7 Completed Operations coverage must be kept in effect for up to the statute of repose after project completion. 3) Automobile Liability: Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non -owned vehicles used in the performance of this contract. 4) Professional Liability: Contractor shall maintain Professional Liability Insurance covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or during operations under this Contract resulting from professional services provided by the Contractor as part of the Contract. The policy/coverages shall be amended to include the following: a. Coverage shall apply for three (3) years after project is complete. b. Policy is to be on a primary basis, if other professional coverage is carried. Per Loss Aggregate $ 2,000,000 $ 4,000,000 5) Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. 6) Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained, or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. 8 Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 1,000,000 Additional Insurance Related Requirements No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name the County, associated and/or affiliated entities, successors, or assigns; its elected officials, trustees, employees, agents, and volunteers as "Additional Insureds" for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are more than those required by this Contract. Upon request by the County, Contractor must provide a copy of the actual insurance policy and/or required endorsements effecting coverage(s) required by the Contract for examination for evidence of required coverages. Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's 9 Open Records Act (CORA). All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 14. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 15. Indemnity. The Contractor agrees to indemnify, hold harmless and, not excluding the County's right to participate, defend County, its officers, agents, employees, associated and/or affiliated entities, successors, or assigns its elected officials, trustees, volunteers, and any jurisdiction or agency issuing permits for any work included in the project, from all suits and claims, including attorney's fees and cost of litigation, actions, loss, damage, expense, cost or claims of any character or any nature arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against all claims. 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, 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. 16. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such 10 prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 17. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 18. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 19. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. 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 by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Connell Resources Name: Jennifer Lindblad Position: Project Development Manager Address: 7785 Highland Meadows Parkway #100, Fort Collins, CO 80528 E-mail: jindblad@connellresources.com Phone: 970-223-3151 County: Michael Bedell, P.E. Position: Senior Engineer Address: 1111H Street, Greeley, CO 80632 E-mail: mbedell@weld.gov Phone: 970-400-3706 11 20. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 21. Non -Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 22. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 23. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 24. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement 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. 25. 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) shall survive any such expiration or termination. 26. 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. 27. Non -Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as from time to time amended or otherwise available to the County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, 12 benefits, protections, or other provisions, of the Colorado Governmental Immunity Act as applicable now or hereafter amended. 28. 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. 29. 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. 30. 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. 31. No Employment of Unauthorized Aliens. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall otherwise comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment during any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 32. Public Contracts for Services C.R.S. §8-17-101. For public contracts more than $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a 13 valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law in accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c).] 33. 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. 34. 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. 35. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: 0'onnell Resources By: Ne: John M Warren Title: President WELD COUNTY: ATTEST:1!�t�%�.� May 2 2025 Date of Signature BOARD OF COUNTY COMMISSIONERS Weld County lerk to the Board W OUNTY, CO! RADO BY: Deputy Clerk to the Board ry L. Buck, Chair JUN 1 12025 2 025— i3n Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80631 Public Works Construction - Request for Proposal (RFP) Solicitation Number: Title: Issue Date: Pre -Proposal Meeting: (Mandatory) Pre -Proposal Location: Questions Due: Questions email: Proposal Due Date: Proposal Delivery: For additional information: RFP Schedules B2500020 WCR 72 and 76 Paving Project April 16, 2025 April 30. 2025, at 1:00 PM 1111 H Street, Greeley, CO 80632 May 9, 2025, at 1:00 PM mbedell(a�weld.gov with copy to bids@weld.gov May 16, 2025, at 1:00 PM, Purchasing's Clock Preferred email to bids@weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 bids@weld.gov Documents Included in this Solicitation Package Schedule A: Solicitation Instructions S chedule B: Scope of Work S chedule C: Procurement Schedule S chedule D: RFP Response — Criteria S chedule E: Proposal Response Form S chedule F: Insurance & Bonds Requirements Schedule G: Weld County Contract Example Form Revision 12-2024 RFP Attachments Attachment 1 — Attachment 2 — Attachment 3 — Attachment 4 — All Bidders Required Forms S uccessful Bidder Forms S pecial Provisions Drawings 11" x 17" Schedule A - Solicitation Instructions P urpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: WCR 72 and 76 Paving Project A mandatory pre -proposal conference will be held on April 30, 2025, at 1:00 PM at the Public Works Department located at 1111 H Street, Greeley, CO 80632. Proposers must participate and record their presence at the pre -proposal conference to be eligible to submit Proposals. P roposals will be received until: May 16, 2025, at 1:00 PM (Purchasing Time Clock). The submitted Proposals will be read over a Microsoft Teams Conference Call on May 16, 2025, at 1:30 PM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the Proposal opening in person at the Weld County Purchasing Conference Room, 1301 N. 1791 Avenue, Greeley, CO 80631. Microsoft By Phone Teams Meeting Join the meeting now Phone +1 720-439-5261„928879906# Passcode: ID: 223 087 972 635 4 United conference States, ID: Denver 928 879 906# w2HN27MQ P roposal Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their Proposals, quotes, proposals, addendums, and awards on this one centralized system. P roposal Submission 1. PREFERRED: email Proposals to bids�weld.gov If your Proposal exceeds 25MB please upload your Proposal to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed Proposals will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the Proposal due date and time. 2. PDF format is required. Emailed Proposals must include the following statement on the email: "I hereby waive my right to a sealed Proposal". An email confirmation will be sent when your Proposal has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Solicitation #B2500020 Page 4 Introductory Information 1. Proposals shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each Proposal must give the full business address of Proposer and be signed by authorized person. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Proposals 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 Proposal 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 Proposal of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Proposer. All corrections or erasures shall be initialed by the person signing the Proposal. All Proposers shall agree to comply with all the conditions, requirements, specifications, and/or instructions of this solicitation as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the solicitation forms shall be suitably filled in. Proposers are required to use the solicitation forms wh;ch are included in this package and on the basis indicated in the Solicitation Forms. The submitted proposal must be filled out completely, in detail, and signed by the Proposer. 2. Late or unsigned Proposals shall not be accepted or considered. It is the responsibility of the Proposer to ensure that the proposal arrives in the Weld County Purchasing Division on or prior to the time indicated in Schedule A. Hard copy Proposals received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Purchasing Division for the premature opening of a Proposal not properly addressed and identified. Proposals may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing Proposer prior to the time fixed for award. Negligence on the part of a proposer in preparing the Proposal confers no right for the withdrawal of the Proposal after it has been awarded. Proposers are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the Proposer's risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders (proposers) 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 (proposals) 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 all bids (proposals), to waive any informality in the bids (proposals), to award tie bid (proposal) to multiple vendors, and to accept the bid (proposal) that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) (proposal) may be awarded to more than one vendor. Solicitation #B2500020 Page 5 Cooperative Purchasing Weld County encourages cooperative purchasing to assist other agencies to reduce their cost of seeking solicitations and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation #B2500020 Page 6 Schedule B - Scope of Work Project Overview Weld County is seeking Proposals for a vendor to provide construction services for the WCR 72 and 76 Paving Project. Method of Procurement Best Value: Best Value refers to a project procurement method where price and other key factors, such as quality and expertise, are considered in the evaluation and selection process. Best Value is typically achieved through a process using a Request for Proposal (RFP) to evaluate proposers. Delivery Method Design -Bid -Build (DBB): Design -Bid -Build (DBB) is the traditional project delivery method in which County either designs or retains a designer to furnish complete design services. Then solicits bids or proposals (advertises) and awards a separate construction contract based on the designer's completed construction documents. In DBB, the agency "owns" the details/risks of design during construction and as a result, is responsible for the cost of any errors or omissions encountered in construction. P ricing Method U nit Pricing: Unit pricing is where the contractor simply sets a price for each unit of type of work, or category of cost. Specific Requirements and Responsibilities This project consists mainly of two miles of roadway improvements for gravel roads located in the ✓ icinity of the Town of Eaton. The Contractor will be required to perform earthwork, stormwater e rosion control, revegetation, geogrid, aggregate base course, asphalt paving, stormwater drainage pipes, temporary traffic control, signing, and striping. The allowed time for the construction is 60 calendar days, and is anticipated to occur during the summer of 2025. Weld County staff has designed this project. Drawings will be provided as a pdf-type file intended to print 11"x17" hard copies. Contract forms required from all bidders, and from the successful bidder will be provided. P roject Special Provisions (specifications) will be provided to all bidders. Solicitation #B2500020 Page 7 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date Mandatory Pre -Proposal Meeting Technical Questions Due Last Day for Issued Addendum Proposals Are Due Interviews (Optional) Contract Execution (Anticipated) April 16, 2025 April 30, 2025, at 1:00 PM May 9, 2025, at 1:00 PM May 9, 2025, at 5:00 PM May 16, 2025, at 1:00 PM TBD June 4, 2025 Solicitation #B2500020 Page 8 Schedule D — RFP Response Criteria RFP Response Submittal Weld County is seeking the proposer with the best value for the County. To aid in the determination, contractor shall address the following items in the RFP response submittal, The RFP Response should be arranged in order of the evaluation criteria shown in the RFP Review Scoring Table below. The response items include: 1. The RFP Response shall include statements showing the proposer clearly understands the scope of the project and its objectives. 2. Include a brief description of similar or related projects completed within the last 5 years. 3. The RFP Response shall include a description of how the project costs will be controlled for both the prime contractor and their sub -contractors. 4. Describe how the proposer will ensure that all Federal, State, and Local regulations will be followed. 5. Describe how the proposer will handle the quality control for the entire project. 6. Describe any judgements, claims, or suits pending or outstanding against proposer's company. 7. Describe any projects where the proposer has been assessed liquidated damages within the last 5 years. 8. Explain how the proposer is familiar with Weld County's project specifications and policies. 9. The RFP Response shall include a preliminary construction schedule showing major construction items associated with this project, and how the proposer would complete the project within the contract time. 10. The RFP Response shall include Attachment 1: All Bidders Required Forms. These forms will not be counted towards the RFP Response maximum pages limit described below. Solicitation #B2500020 Page 9 Response Format The following defines the response format: 1. Limit the total length of RFP Response to a maximum of 15 pages. a. The County will reject RFP responses received that are longer than 15 pages in length. b. The front and back cover will not count as pages. c. Section dividers also do not count as pages unless they have photos or text on them, then they will be included in the pages count. d. The proposal document forms included in this request which are mandatory to submit with your Proposal will not be included in the page count for your proposal. 2. RFP Responses shall be mainly made up of 8 1/2" x 11" paper. a. 11" x 17" paper can only be used for presenting construction schedules. b. Text sizes shall be 11 point or larger. 3. Failure to follow these instructions may result in the RFP Response being rejected. Best Value Selection Process Summary Description The following simple equation is utilized to determine the selection process scoring of the contractors which submit proposals. BV = TS + SS + CS + IS BV = Best Value Total Score (150 points maximum) TS = Technical Score (50 points maximum) SS = Schedule Score (20 points maximum) CS = Cost Score (30 points maximum) IS = Interview Score (50 points maximum) (this criterion is optional to the County) Technical Score Based upon 4 separate evaluation criteria, each with their own weighting factors. Evaluation criteria are as follows: • Scope of proposal and team. • Critical issues and similar projects. • Project control and approach. • Work location/familiarity. Schedule Score County discloses to Proposers in the Special Provisions the maximum allowable contract time acceptable. The earliest responsible proposed schedule scores 20 points. Other proposed schedules score based upon a ratio to the earliest. This Schedule Score is calculated by the Project Manager and provided to the selection committee members after the Technical Scores have been determined. The schedule of the successful Proposer shall form the basis for establishing the contract time, and liquidated damages would be applied after this contract time has expired. Solicitation #B2500020 Page 10 Cost Score The lowest responsible cost proposal scores 30 points. Other proposed costs score based upon a ratio to the lowest cost. The County will request Proposers to submit their cost proposal separately from their main proposal document. The Project Manager will not share the cost proposals with the other selection committee members until after the technical and schedule scores have been prior determined. Interview Score (optional) If the County decides to incorporate this criterion into the selection process, they will select the three Proposers with the highest scores to participate. In such case, these short-listed Proposers interview scores shall be added into the equation which determines the Best Value Total Score (BV). Scoring Criteria The RFP Responses will be evaluated using the criteria listed in each Table. 1 through 3. NOTE: Each RFP Response will be individually evaluated by a team of reviewers. Each reviewer will score using a rating scale from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. After the individual reviewers have scored each area, the individual reviewer scores will be totaled. The two to three highest scored RFP Responses may be invited to participate in interviews (if required) to help the reviewers determine the final overall score and which represents the best value to the County. If interviews are determined to be necessary for the selection process, Contractors will be evaluated on the criteria shown below in Table 4. After all scores have been determined from the RFP Response and the interview (if required), each score will be totaled for each RFP. The highest score will be considered the top ranked proposal and best value for the County. NOTE: The highest score proposal may not be the lowest proposed cost. Solicitation #B2500020 Page 11 Table 1 - Technical Scoring Form Criteria Standard Scoring Weighting Factor Score Range Evaluation Evaluation Scope of • proposal clearly shows an 1 to 5 3.0 3.0 The — Proposal and • understanding proposed goals of of methodology the the project County. objectives. meets the 15.0 Team The desired • Qualifications key subcontractors). team members and relevant (including experience of • successfully that the team on has past worked similar Evidence together projects. Critical • The proposal demonstrates that the 1 to 5 3.0 3.0 — Issues Similar and Contractor issues associated clearly understands with the project. the major 15.0 Projects critical proposal issues. offers realistic solutions to • The the • Contractor produce schedules, successful has and demonstrated meet projects, project budgets. its meet ability project to • team for has successfully Weld County in completed the past. The projects Project • Contractor has described how they 1 to 5 3.0 3.0 — The Control and will control construction costs. 15.0 Approach proposal subcontractor's describes clearly costs will how be their • The major controlled. Contractor to ensure and has specifications that demonstrated State and are Federal their met. • The ability regulations • to final manage Contractor product. control the (QA/QC) has quality demonstrated of process the materials in a place and The quality • approach is described in a logical The manner. Work Location/ • Contractor's affect office coordination location with does the not 1 to 5 1.0 1.0 — 5.0 The adversely Familiarity County. Contractor is familiar with Weld • The County policies and construction criteria. • Contractor Weld County demonstrated in general. knowledge The of Proposal 10.0 to Technical 50.0 Review Score Solicitation #B2500020 Page 12 Table 2 - Schedule Scoring Form Criteria Standard Scoring Weighting Factor Score Evaluation Evaluation Range and Time Schedule Contract Contractor's schedule allowed. are County the detail met. goals, by to the basis will and to meet and successful schedule ensure supply for resultant Contractors or the exceed the project official contains initial Contract Proposer those schedule will Contract project be 1 to 20 N/A 1.0 20.0 — • • • The sufficient goals Weld schedule encouraged goals. The proposed become Time will Time Proposal Schedule Review Score 1.0 20.0 to Table 3 - Cost Scoring Form Standard Scoring Weighting Factor Score Evaluation Evaluation Criteria Range Cost • costs were presented in a way that 1 to 30 N/A 1.0 — The is project reasonable goals. and consistent with the 30.0 Contractor's sealed until cost after proposal their will • The remain Technical Score first established. and Schedule Score have been • lowest receive responsible 30 points, and all other cost The will Proposal lowest Contractor's scored cost. based Proposal upon their costs ratio will to be the 1.0 to Proposal Cost 30.0 Review Score Solicitation #B2500020 Page 13 Table 4 - Interview Scoring Form Criteria _ Standard Scoring Weighting Factor Score Range Evaluation Evaluation Work Approach • Contractor proposed and clearly 1 to 5 2 2.0 — described completing their the approach project. for 10.0 Contractor for the project. offered innovative • The ideas Manager Contractor's project manager 1 to 5 2 2.0 — Project • The Qualifications has proven projects adequate track of this qualifications record scope. to complete and a 10.0 • Contractor's demonstrates skills. proposed effective project The communication manager Quality of • Contractor's presentation was 1 to 5 2 2.0 The — Presentation clear and easy to understand. 10.0 • people effective being interviewed communication The displayed skills. Question/Answer • Contractor provided good 1 to 5 4 4.0 — The Session answers the selection to the committee. questions asked by 20.0 answers provided by the • The Contractor understanding project goals. demonstrated of the project a clear and the Proposal 10.0 to Interview 50.0 Score Solicitation #B2500020 Page 14 Schedule E - Proposal Response Form P roposal Submittal Instructions The following items must be completed and submitted with your Proposal on or before the opening deadline of May 16, 2025, at 1:00 PM: 1 J Contractor's Proposal - Outlined in Schedule D. 2) Schedule E: Proposal Response Form. 3) Attachment 1: All Bidders Required Forms. 4) Any issued Addenda must be completed/acknowledged. Failure to include any of the above items upon submittal of your Proposal may result in your P roposal being incomplete, non -responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your Proposal, it may be disqualified. System for Award Management (SAM) Database P roposers must be registered in the System for Award Management (SAM) database. In space below, provide the company's Dun & Bradstreet (DUNS) number. Weld County will use the SAM database to verify the company's registration and status. DUNS/UEI #: Fees - Proposal Schedule P rovide unit costs and total cost for this project in the Proposal Schedule spaces below: P OTE: The following are items of work to be completed by Weld County: 1. Materials Quality Acceptance (QA) and Independent Assurance (IA) Testing. 2. Construction Inspection. Solicitation #B2500020 Page 15 Item No. - Item Description - Unit Proposal Quantity_ Unit Price ($) Total I�rice ($) _ 106-00001 PROCESS CONTROL TESTING (203, 206, 304, 306, 603) DAY 30 201-00000 CLEARING AND GRUBBING LS 1 202-00010 REMOVAL OF TREE (ALL SIZES) EACH 8 202-00035 REMOVAL OF PIPE LF - 581 202-00220 REMOVAL OF ASPHALT MAT SY 819 202-00810 REMOVAL OF GROUND SIGN EACH 1 203-00010 UNCLASSIFIED EXCAVATION (CIP) CY 9120 203-00050 UNSUITABLE MATERIAL (CONTINGENCY-)- --CY 100--- -- - --- - 203-00060 EMBANKMENT MATERIAL (CIP) CY 2373 203-01100 PROOF ROLLING HOUR 20 203-01597 UTILITY POTHOLING HOUR 10 203-01622 SWEEPING (WITH PICK-UP BROOM) HOUR 10 206-00065 STRUCTURE BACKFILL (FLOWFILL) (COUNTY MIX) CY 20 207-00205 TOPSOIL SPREAD CY 2391 207-00210 STOCKPILE TOPSOIL CY 2888 208-00002 EROSION LOG TYPE 1 (12 INCH) LF 1180 208-00011 EROSION BALES (WEED -FREE) EACH 17 208-00045 CONCRETE WASHOUT STRUCTURE EACH 1 208-00070 VEHICLE TRACKING PAD EACH 4 208-02020 FILTREXX PERIMETER CONTROL (OR EQUAL) LF 1123 210-00010 RESET MAILBOX STRUCTURE EACH 10 210-00060 RESET MARKER EACH 2 210-00064 RESET SURVEY MONUMENT (TYPE 4) EACH 2 210-00810 RESET GROUND SIGN EACH 7 Form Revision 12-2024 Item No. Stem Description Unit Proposal Quantity Ana$ �Plce �$) Total Price ($) 210-04050 ADJUST VALVE BOX EACH 4 212-00006 SEEDING (NATIVE) ACRE 4 2 212-00007 SEEDING (NATIVE) (HYDRAULIC) ACRE 0 2 213-00002 MULCHING (WEED -FREE HAY WITH TACKIFIER) ACRE 4 4 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 14957 403-33841 HOT MIX ASPHALT (GRADE S) (100) (PG 64-22) TON 5404 403-34851 HOT MIX ASPHALT (GRADE SX) (100) (PG 64-28) TON 1788 403-40000 HOT MIX ASPHALT SAFETY EDGE LF 21382 420-00520 GEOGRID PAVEMENT REINFORCEMENT SY 39662 506-00209 RIPRAP (9 INCH) CY 9 507-00100 CONCRETE SLOPE PAVING (REINFORCED) CY 29 603-01185 18 INCH REINFORCED CONCRETE PIPE (CIP) LF 48 603-05018 18 INCH REINFORCED CONCRETE PIPE END SECTION EACH 2 603-10150 15 INCH CORRUGATE STEEL PIPE LF 267 603-10180 18 INCH CORRUGATED STEEL PIPE LF 131 603-10240 24 INCH CORRUGATED STEEL PIPE LF 80 603-15015 15 INCH EQUIVALENT CORRUGATED STEEL PIPE ARCH LF 57 603-15018 18 INCH EQUIVALENT CORRUGATED STEEL PIPE ARCH LF 55 603-15024 24 INCH EQUIVALENT CORRUGATED STEEL PIPE ARCH LF 108 606-00302 GUARDRAIL TYPE 3 (31 INCH MIDWEST SYSTEM) LF 175 606-02003 END ACHORAGE (NON -FLARED) EACH 4 612-00113 DELINEATOR (DRIVEABLE) (TYPE III) EACH 7 614-00011 SIGN PANEL (CLASS I) SF 52 614-00216 STEEL SIGNPOST (2X2 INCH TUBING) LF 90 614-00XXX FLASHING STOP SIGN (MATERIALS PROVIDED) EACH 1 620-00020 SANITARY FACILITY EACH 2 Solicitation #B2500020 Page 17 Item - No. Item Description - - Unit Proposal Quantity Unit Price ($) Total ($) Price 625-00000 LS 1 - --- - CONSTRUCTION SURVEYING 626-00000 MOBILIZATION LS h 1 627-00005 GAL 166 EPDXY PAVEMENT MARKING 630-00000 FLAGGING 120 HOUR 630-00002 DAY 10 TRAFFIC CONTROL SUPERVISOR 630-00007 TRAFFIC CONTROL INSPECTION DAY 50 630-10122 DAY 28 PORTABLE VARIABLE MESSAGE SIGN PANEL 630-80336 EACH 8 BARRICADE 3 M (TYPE -B) (TEMPORARY) 630-80341 EACH 28 CONSTRUCTION TRAFFIC SIGN (PANEL SIZE A) 630-80342 EACH 4 CONSTRUCTION TRAFFIC SIGN (PANEL SIZE B) 700-70010 FA 1 $230,000.00 $230,000.00 F/A MINOR CONTRACT REVISIONS 700-70016 FA 1 $5,000.00 $5,000.00 F/A FUEL COST ADJUSTMENT 700-70019 FA 1 $10,000.00 $10,000.00 F/A ASPHALT CEMENT COST ADJUSTMENT 700-70380 FA 1 $10,000.00 $10,000.00 F/A EROSION CONTROL Total Amount Proposal ($) Table Note: Include all Force Account (F/A) items and amounts in the total Proposal amount. TOTAL PROPOSAL (WRITTEN WORDS): Solicitation #B2500020 Page 18 Fees — Cost Adjustments Proposers have the option to accept Fuel and/or Asphalt Cement Cost Adjustments in accordance with CDOT Section 109 for Fuel and Asphalt Cement Cost Adjustments. To accept either of these standard special provisions, the Proposer must fill in an "X" next to the "YES" below. No Fuel or Asphalt Cement Cost Adjustments will be made due to fuel or asphalt cement cost changes for Proposers who answer "NO". If neither line is marked, the Department will assume the Proposer has answered "NO". After the Proposals are submitted, Proposer will not be given any other opportunity to accept or reject the Fuel and/or Asphalt Cement Cost adjustments. Fuel Cost Adjustment YES, I choose to accept Fuel Cost Adjustments for this project. NO, I choose NOT to accept Fuel Cost Adjustments for this project. Asphalt Cost Adjustment YES, I choose to accept Asphalt Cement Cost Adjustments for this project. NO, I choose NOT to accept Asphalt Cement Cost Adjustments for this project. Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal herein meets all the conditions, specifications and special provisions set forth in the Request for Proposal B2500020. 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 Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F — Insurance and Bonds Requirements. 6. Acknowledgment of Schedule G — Weld County Contract Example. 7. By submitting a responsive proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Solicitation #B2500020 Page 19 Item Entry Company Name Address Phone Email FEIN/Federal Tax ID # CONTRACTOR By Name Title Date of Signature Solicitation #B2500020 Page 20 Schedule F — Insurance and Bonds Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 1) Workers' Compensation and Employer's Liability Insurance covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers' Liability) Statutory 100,000 100,000 500,000 2) Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations." Such policy shall include minimum limits as follows: Each Occurrence General Aggregate Products/Completed Operations Aggregate Personal Advertising Injury Fire Damage (Any One Fire) Medical Payments (Any One Person) $ $ $ Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. 2,000,000 4,000,000 4,000,000 2,000,000 100,000 10,000 Completed Operations coverage must be kept in effect for up to the statute of repose after project completion. Solicitation #B2500020 Page 21 - 3) Automobile Liability 'Contractor's' Automobile Insurance Policy shall include Minimum Limits as follows Bodily Injury/Property Damage (Each Accident) $ 1,000,000, Bodily injury and property damage for any owned, hired, and non -owned vehicles used in the performance of this contract 4) Professional Liability Contractor shall maintain Professional Liability Insurance covenng wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or dunng operations under this , Contract resulting from professional services provided by the Contractor as part of the Contract The policy/coverages shall be amended to include the following a Coverage shall apply for three (3) years after project is complete b Policy is to be on a pnmary basis, if other professional coverage is carned Per Loss Aggregate $ 2,000,000 $ 4,000,000 5) 'Umbrella or Excess Lability Insurance Contractor shall maintain limits of $1,000,000 and shall become pnmary in the event the primary liability policy limits are impaired or exhausted The policy shall be written on an Occurrence form and shall be following form of the primary 6) Pollution Liability Weld County requires this coverage whenever work at issue under this Contract involves potential pollution nsk to the environment or losses caused by pollution conditions that may anse from the operations of the Contractor descnbed in the Exhibits The policy shall cover the Contractor's completed operations Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos) If the coverage is wntten on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract, and that continuous coverage will be maintained, or an extended discovery penod will be exercised for a penod of three (3) years beginning from the time that work under this contract is completed Minimum Limits Per Loss Aggregate $ 1,000,000 $ 1,000,000 Solicitation #B2500020 Page 22 7) Builders' Risk Insurance or Installation Floater— Completed Value Bass Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authonzed to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as descnbed in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of matenal supplied or installed by others, composing total value of the entire Project at the site on a replacement cost basis without optional deductibles a 'The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption dunng construction, renovation, or installation, including any time during which the covered property is, being transported to the construction installation site, or awaiting installation, whether on or off site b Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in wnting by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County's has insurable interest in the property to be covered, whichever is later ' c The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General'Contractor, subcontractors and sub -tier contractors in the Project " d The Builders' Risk Coverage shall be wntten on a'Special Covered Cause of Loss form and shall include theft, vandalism, maliciousnischief, collapse, false - work, temporary buildings, transit, debns removal including demolition, increased cost of construction, architect's fees and expenses; flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading e The Builders' Risk shall include a Beneficial Occupancy Clause The policy shall specifically permit occupancy of the building dunng construction Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions regarding restrictions within any Occupancy Clauses within the Builder's Risk Policy The Builder's Risk Policy shall remain in force until acceptance of the project by the County f The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered penls within the required policy Solicitation #B2500020 Page 23 Additional Insurance Related Requirements No limitation of Liability The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might anse out of the performance of the Work under by the Contractor, its age ts, representatives, ,employees,'or subcontractors The Contractor shall assess its own nsks and if it deems appropnate 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 Iby 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 Certification of Compliance with Insurance Requirements The Contractor stipulates that it has met the insurance requirements identified herein i All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract The certificatea for each insurance policy are to be signed by a person authonzed by that insureri to bind coverage on its behalf The Contractor shall name the County, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers as "Additional Insureds" for work that is being performed by the Contractor _ On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are more than those required by this Contract Upon request by the County, Contractor must provide a copy of the actual insurance policy and/or required endorsements effecting coverage(s) required by the Contract for examination for evidence of required coverages Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open RecordsAct (CORA) All certificates and endorsements are to be received and approved by the County before work commences Each insurance policy required by this Agreement must be in effect at or pnor to Solicitation #62500020 Page 24 commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Bonds 1. For projects over $50,000 the following bonds are required: a. A 5% Bid Bond is required at the time of Proposal submittal. b. Performance Bond in the amount of 100% of the contract value, will be required at time of contract execution, or as otherwise defined in the Specifications/Scope of Work. c. Payment Bond (Labor and Materials) in the amount of 100% of the contract value, will be required at time of contract execution, or as otherwise defined in the Specifications/Scope of Work. 2. Surety companies executing bonds must appear on the U.S. Treasury Department's most current list (Circular 570) as amended and be authorized to transact business in the State of Colorado. 3. A 5% Retainage Fee will be held for Construction contracts over $150,000. 4. Bonds may be submitted on the Standard AIA form or Weld County Form. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Michael Bedell, Senior Engineer Email: mbedell@weld.gov Telephone: 970-301-0780 Mail: Weld County Department of Public Works ATTN: Michael Bedell, Senior Engineer P.O. Box 758 Greeley, CO 80632 Solicitation #B2500020 Page 25 Schedule G - Weld County Contract Contractual obligations 1. The successful Contractor will be required to sign a contract substantially like the Weld County Standard Contract shown in Schedule G of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any n ature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and u nderstanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal o pportunity, non -appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be n egotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for Construction. Solicitation #B2500020 Page 26 AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY AND FOR THIS AGREEMENT is made and entered into this day of , 2025, by and between the Board of Weld County Commissioners, on behalf of the Public Works Department, hereinafter referred to as "County," and hereinafter referred to as "Contractor" WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits, and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement, and WHEREAS, Contractor is authonzed to do business in the State of Colorado and has the' time, skill, expertise, and expenence necessary to provide the equipment, matenals and services as set forth below NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows ' 1 Introduction The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms arnintegral part of this Agreement and are incorporated herein The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work") If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment Exhibit A consists of County's Request for Bid (RFB) as set forth in B2500020 Exhibit B consists of Contractor's Response to County's Request for Bid B2500020 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 faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by , highly competent Contractors performing construction services of a similar nature to those descnbed in this Agreement Contractor shall further be responsible for the Solicitation #82500020 Page 27 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. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may i 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 Solicitation #B2500020 Page 28 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 Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement 6 Compensation/Contract Amount Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $ , as set forth in Exhibits No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order autlionzing such additional payment has been specifically approved by Weld County If, at any time dunng 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 asset 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 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 or agents , of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement, Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work`or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract Solicitation #B2500020 Page 29 8 Subcontractors Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior wntten 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 dunng 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 Contractorishall be responsible for the acts and omissions of its agents, employees and subcontractors I 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, 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 nonsuch matenals are in completed form, shall at all times be considered the property of the County Contractor shall not make use of such material for purposes other than in connection with this Agreement without pnor written approval of County I 10 Confidentiality Confidential information of 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 wntten permission from the County Contractor agrees to advise its employees, agents, ands 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 professional construction 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 In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Co'ntractor's workmanship or performance This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits Solicitation #B2500020 Page 30 ' 12 Acceptance of Services Not a Waiver Upon completion of the Work, Contractor shall submit to County onginals of all test results, reports, etc , generated dunng completion of this work Acceptance by County of reports, incidental matenal(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any nght 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 nghts under this Agreement or,under the law generally , 13 Insurance Contractor must secure, before the commencement of the Work, the following insurance covenng all operations, goods,,and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times dunng 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 The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or, self-insurance carned by the County , An excess liability policy or umbrella liability policy maybe used to°meet the minimum liability requirements provided that the coverage is written on a "following form" basis For all general liability, excess/umbrella liability, and,professional liability, policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier - The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement The insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non -renewal, suspension, voided, or material changes to policies required under this Agreement On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect The contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum Solicitation #82500020 Page 31 ;, , -,, requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force Subcontractors Contractors' certificate(s) shall include all subcontractors as additional insureds under its policies or subcontractors shall maintain separate insurance as determined by the Contractor, however, subcontractor's limits of liability shall not be less than $1,000,000 per occurrence / $2,000,000 aggregate Acceptability of Insurers Insurance is to be placed with insurers duly licensed or authonzed to do business in the state of Colorado and With an "A M Best" rating of not less than A -VII The County in no way warrants that the above -required minimum insures rating is sufficient to protect the Contractor from potential insurer insolvency Proof of Insurance Contractor shall provide to County a Certificate of Insurance (COI) The County, in its discretion, may accept other forms of proof of insurance The Certificate of Insurance Shall name "Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers to be named as an additional named insured with respect to liability and defense of suits ansing out of the activities performed by, or on behalf 'of the Contractor, including completed operations" In the County's sole discretion, the County may ask to examine a policy, an endorsement, or other proof of insurance if there is a quest on on coverage Such examination is deemed confidential, and the document is not kept in the record, but simply examined to confirm coverage is present Failure of the Contractor tlo fully comply with these requirements dunng the term of this Agreement may be considered a matenal breach of contract and may be cause for immediate termination of the Agreement at the option of the County The County reserves the nght to negotiate additional specific insurance requirements at the time of the contract award Contractor shall provide coverage with limits of liability stated below: Required Types of Insurance no less than those Workers' Compensation and Employer's Liability Insurance covenng all 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 Solicitation #B2500020 Page 32 Minimum Limits Coverage A (Workers' Compensation) Statutory Coverage B (Employers' Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General L►ab►hty Insurance including public liability and property damage covenng all operations required by the Work The policy shall be endorsed to include the following additional insured language County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, -agents, and volunteers shall be named as additional insureds with respect to liability ansing out of the activities performed by, or on behalf of the Contractor, including completed operations " Such policy shall include minimum limits as follows Each Occurrence $ 2,000,000 General Aggregate $, 4,000,000 Products/Completed Operations Aggregate $ 4,000,000 Personal Advertising Injury ' $ 2,000,000 Fire Damage (Any One Fire) $ 100,000 Medical Payments (Any One Person) $ 10,000 Medical operations coverage shall be provided for a minimum penod of one (1) year following final acceptance Completed Operations coverage must be kept in effect for up to the statute of repose after project completion Automobile Liability Contractor's Automobile Insurance Policy shall include Minimum Limits as follows Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non -owned vehicles used in the performance of this contract 8) Professional Liability Contractor shall maintain Professional Liability Insurance covenng 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 provided by the Contractor=as part of the Contract Solicitation #62500020 Page 33 The policy/coverages shall be amended to include the following a Coverage shall apply for three (3) years after project is complete b Policy is to be on a pnmary basis, if other professional coverage is carned Per Loss Aggregate $ $ 2,000,000 4,000,000 Umbrella or Excess L►ab►hty Insurance Contractor shall maintain limits of $1,000,000 and shall become pnmary in the event the pnmary liability policy limits are impaired or exhausted The policy shall be written on an Occurrence form and shall be following form of the pnmary Pollution Liability Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits The policy shall cover the Contractor's completed operations Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids; alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos) If the coverage is written on a claims -made basis, the Contractor wa grants that any retroactive date applicable to coverage under the policy precedes the, effective date of this Contract, ` and that continuous coverage will be maintained, or an extended discovery penod will be exercised for a period of three' (3) years beginning from the time that work under this contract is completed Minimum Limits Per Loss Aggregate $ 1,000,000 $ 1,000,000 Builders' Risk Insurance or Installation Floater— Completed Value Bass Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as descnbed in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, composing total value of the entire Project at the site on a replacement cost basis without optional deductibles a The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time dunng which the covered property ,is being transported to the construction installation site, or awaiting installation, whether on or off site Solicitation #B2500020 Page 34 b Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later c The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project d The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false - work, temporary buildings, transit, debns removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading ,, c - - e The Builders' Risk shall include a Beneficial Occupancy Clause The policy shall specifically permit occupancy of the building during construction Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy The Builder's Risk Policy shall remain in force until acceptance of the project by the County f The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required ,policy , Additional Insurance Related Requirements No limitation of Liability The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities -that might anse out of the performance of the Work under by_the Contractor, its agents, representatives, employees, or subcontractors The Contractor shall assess its own nsks and if it deems appropnate 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 Solicitation #B2500020 Page 35 Certification otCompliance with Insurance Requirements The Contractor stipulates ' that it has met the insurance requirements identified herein i All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract The certificates for each insurance policy are to be signed by a person authorized by that insureri to bind coverage on its behalf The Contractor shall name the County, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers as "Additional Insureds" for work that is being performed by the Contractor On insurance policies where the County is named as an additional insured, the County shall be an -additional insured to the full limits of liability purchased by the Contractor even -if those I mats of liability are in excess of those required by this Contract Upon request by the County, Contractor must provide a copy of the actual insurance policy and/orrequired endorsements effecting coverage(s) required by the Contract for examination for evidence of required coverages Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open ,Records Act (CORA) All certificates and endorsements are to be received and approved by the County before work commences Each insurance policy required by this Agreement must be in effect at or pnor to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer penod of time if required by other provisions in this Agreement Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a matenal breach of contract Any modification or variation from the insurance requirements in this Agreement shall be made by the County Att'orney's Office, whose decision shall be final Such action will not, require a formal contract amendment but may be made by administrative action 14 Mutual Cooperation The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery 15 Indemnity The Contractor agrees to indemnify, hold harmless and, not excluding the County's nght to participate, defend County, its officers, agents, employees, associated and/or affiliated entities, successors, or assigns its elected officials, -trustees, volunteers, and any jurisdiction or agency issuing permits for any work included in the project, from all suits and claims, including attorney's fees and cost of Solicitation #B2500020 Page 36 litigation, actions, loss, damage, expense, cost or claims of any character or any nature ansmg out of the work done in fulfillment of the terms of this Contract or,on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims It is agreed that the Contractor will be responsible for pnmary 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, 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 16 Non -Assignment Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the pnor written approval of County Any attempts by Contractor to assign or transfer its nghts hereunder without such pnor approval by County shall, at the option of County, automatically terminate this Agreement and all nghts of Contractor hereunder Such consent may be granted or denied at the sole and absolute discretion of County 17 Examination of Records To the extent required by law, the Contractor agrees that any duly authonzed representative of County, including the County Auditor, shall have access to and the nght to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement The Contractor agrees to maintain these documents for three years from the date of the last payment received 18 Interruptions Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, stnkes, war, flood, earthquakes or Governmental actions 19 Notices County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authonty, 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 Solicitation #B2500020 Page 37 a) personal service by a reputable couner service requiring signature for receipt, or b) five (5) days following delivery to the United States Postal Service, postage prepaid -addressed to a party at the address set forth in this contract, or c) -electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party, or Either party may change its notice address(es) by written notice to the other Notice shall be sent to Contractor Name Position Address Address E-mail Phone County Name Position Address Address E-mail Phone 20 Compliance with Law Contractor shall stnctly comply with all applicable federal and State laws, rules and regulations in effect or hereafter estab [shed, including without limitation, laws applicable to discrimination and unfair employment practices 21 Non -Exclusive Agreement This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform sery ces of the same or similar nature 22 Entire Agreement/Modifications This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subjectjmatter contained in this Agreement This Agreement may be changed or supplemented only by a written instrument signed by both parties Solicitation #62500020 Page 38 23 Fund Availability. Financial obligations of the County payable after the current fist year are contingent upon funds for that purpose being appropnated, 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 1, 24 Employee Financial Interest/Conflict of Interest — C.R.S. §§24A8-201 '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 x,`+' , s, 25 Survival of Termination The obligations of the parties under this Agreement that by,�'Y„, their nature would continue beyond expiration or termination of this Agreement ;fit;, f,' - (including without limitation, the warranties, indemnification obligations, confidentiali and record keeping) shall survive any such expiration or termination 26 Severability If any term or condition of this Agreement shall be held 'to be invalid illegal, or unenforceable by a court of competent tunsdiction, this Agreement shaltpe,, construed and enforced without such provision, to the exterit that this Agreement* then capable of execution within the original intent of the parties 27, Non -Waiver. The parties hereto understand and agree that the'County is relying°,on and does not waive or intend to waive by any provision, of this Contract, the monetary' limitations or any other rights; immunities, and protections provided, by the Colorad'o' Governmental Immunity Act §§ 24-10-101 et seq , as from time to time amendedaor` otherwise available to the County, its subsidiary, parent, associated and/or affiliated' entities, successors, or assigns, or its elected officials, employees, agents, and { volunteers 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 as applicable nouv'or, hereafter amended 28 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 actio ,1 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 thee,µ undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only 29 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 30 Choice of Law/Jurisdiction. Colorado law, and rules and regulations established', pursuant thereto, shall be applied in the interpretation, execution, and enforcement,'o this Agreement Any provision included or incorporated herein by reference lw,hich; E' conflicts with said laws, rules and/or -regulations shall be null and void'"Iri`thel,event,o F, co, Solicitation #B2500020 legal dispute between the parties, Contractor agrees that the Weld County Distnct Court shall have exclusive junsdiction to resolve said dispute 31 No Employment of Unauthorized Aliens. Contractor certifies, warrants,'and agrees that it does not knowingly employ or contract with an unauthonzed alien who will perform work under this Agreement (see 8 U S C A §1324ajand (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthonzed alien to perform work under this Agreement Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined ttile legal work status of an employee and shall otherwise comply with all other requirements of federal or state law, including employment v enfication requirements contained within state or federal grants or awards funding public contracts Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Coontractor shall be liable for actual and consequential damages 32 Public Contracts for Services C.R.S. §8-17-101 For public contracts in excess of $500„000 annually, or for public contracts for road or bndge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be , employed to perform at least eighty percent of the work under this Contract "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado dnver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate Insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law in accordance with C R S §8-17-107 and 2 C FR §200 319(c) ] 33 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 34 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 Solicitation #B2500020 Page 40 35. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Date of Signature: Name: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Perry L. Buck, Chair Solicitation #B2500020 Page 41 WELD COUNTY, CO PURCHASING DEPARTMENT PROPOSAL: WCR 72 AND 76 PAVING PROJECTS MAY 16 2025 Dear Mr. BideII and Weld County Purchasing, Thank you for the opportunity to submit our proposal for the WCR 72 and 76 paving projects. We are excited about the possibility of partnering with Weld County on this important work. In the following proposal, we have made every effort to demonstrate our qualifications, commitment, and enthusiasm to collaborate with Weld County and its team of professionals. Our goal is to provide high -quality construction services that meet the expectations outlined in the RFP and Addenda 01 and 02. Connell brings a proven team of experienced managers and skilled craft workers with a strong track record of successful projects across Northern Colorado. Our deep understanding of local conditions, the ability to self -perform more than 80% of the requested scope, and our well -established relationships with area subcontractors and suppliers uniquely position us to deliver exceptional results on this project. ERIC MARSH ESTIMATOR & PROJECT MANAGER 970-223-3151 Office 970-846-4176 Cell emarsh@connellresources.com We look forward to sharing our experience and approach for this project with the team. Please feel free to contact Eric or me with any questions pertaining to this proposal. Warren President _ CONNELLRESOURCES.COM 7785 HIGHLAND MEADOW'S PKWY. SUITE 100 FORT COLLINS, CO 80528 CONTENTS PROPOSAL 1 Scope of Proposal 2-3 Project Team 4-5 Similar Projects 6-8 Project Control and Approach g Work Location Familiarity 10 Schedule and Contract Time 11 Judgements, Claims, Suits 11 Liquidated Damages Attachment 1 - Required Forms SCOPE OF PROPOSAL We understand that Weld County seeks a durable, high -quality pavement to support increased traffic during the CR 74/31 roundabout construction, with minimal disruption to residents. These roadways will serve as additional local roads during the construction of the roundabout at CR 74 and CR 31. The reconstruction of WCR 72 and WCR 76 is critical, as these roads must be paved to handle the increased traffic volumes and support the future projects planned for Weld County in the coming years. To meet these goals and deliver a final product that Weld County can be proud of, our team is committed to a focused and efficient construction schedule, see attached project schedule, completing the work within the allotted 60 calendar days. We will implement proactive communication strategies and traffic management plans to minimize the impact of detours on local residents and surrounding stakeholders, e nsuring safe and clear access throughout the duration of the project. Our experienced crews and quality control measures will ensure outstanding workmanship and attention to detail at every stage, resulting in a final product that aligns with the County's vision. Connell Resources is well -positioned to meet the 60 -calendar -day schedule for the WCR 72 and 76 paving project by leveraging our local resources and self -performing approximately 85% of the work with our own crews. This includes earthwork, storm drainage, geogrid, aggregate base, and asphalt paving. As a local, family and employee -owned business, we produce our own specification aggregates and operate o ur own asphalt batch plants. With 275 Northern Colorado -based employees and a modern fleet of e quipment, we offer quick response times, reliable productivity, and consistent on -time delivery. We plan to focus first on WCR 72 and then transition to WCR 76, ensuring adequate resources are dedicated to each phase while minimizing disruptions to the community. However, we are also open to collaborating with the County to explore the feasibility of working on WCR 72 and WCR 76 concurrently. If possible, this approach could further reduce the overall impact on the traveling public and accelerate the delivery of the final product for Weld County. WCR 72 AND 76 PAVING PROJECTS PAGE 1 PROJECT TEAM Connell brings a highly qualified team with deep roots in Northern Colorado and a strong record of delivering successful civil construction projects. With more than 100 years of combined experience in civil site work, our team is well-equipped to meet the demands of this project. We have a history of completing asphalt paving projects on time and within budget, while adhering to local standards and expectations. Key team members proposed for this project include: • John Warren - Executive Support • Eric Varsh - Estimator and Project Vanager • Chris Dejulio - Site Manager • Todd Emery - Asphalt Paving Supervisor This team has led numerous successful projects for clients such as the City of Greeley, Town of Johnstown, Town of Severance, and Town of Windsor. Their familiarity with Weld County's specifications and ability to coordinate efficiently with local agencies will help ensure smooth project execution. Connell operates primarily within a 60 -mile radius of our Northern Colorado home office. This proximity enables responsive support, efficient deployment of crews and equipment, and a clear understanding of regional conditions. Our local focus also allows employees to return home each day, contributing to consistent staffing and stronger team continuity. ,john Warren, President, assists n providing the necessary resources to ensure the project is delivered on time and within budget. John will also execute the project contract. Eric Marsh - Estimator and Project Manager Eric brings over 20 years of experience in construction and estimating. While earning his degree, he gained valuable hands-on experience working on an asphalt paving crew as both a laborer and operator. This combination of field experience, academic background, and expertise in estimating provides him with a well-rounded and highly effective skill set. Over the years, Eric has successfully managed numerous CDOT projects, as well as resurfacing and overlay work for Weld County, Larimer County and Routt County. He also serves as the Project Manager for several award -winning projects, including the recent Owl Canyon Reconstruction, which received the Colorado Asphalt Pavement Association's Best in Colorado recognition. Chris Dejulio - Site Manager Chris has valuable knowledge in all aspects of civil construction. His ability to communicate to all team members for owners and laborers has proven to assist in successful project completion. Chris has served as Site (Vanager on numerous notable projects, including the Weld County Road SO construction in Johnstown, 3uss Grove improvements in Timnath, Hidden Valley Parkway in Severance, and the Harmony Road widening in Larimer County, among many others. WCR 72 AND 76 PAVING PROJECTS PAGE PROJECT TEAM Todd Emery - Asphalt Supervisor Todd has over 15 years of asphalt paving experience in Northern Colorado. His hands on experience and knowledge of paving methods, practices, materials and procedures are a great asset to each paving project. He oversees all aspects of asphalt paving companywide. Damon Abeyta, Environmental Health and Safety Manager, will ensure the project meets Connell's stringent safety standards and that the work is well planned out to ensure the safety of Connell employees and the traveling public. WCR 72 AND 76 PAVING PROJECTS PAGE 3 l _* 1441;;;;*at SIMILAR PROJECTS The projects highlighted are a small sample of the experience Connell has in successfully completing projects with similar characteristics to the Weld County 72 and 76 Paving Project. These projects showcase our ability to: • Furnish project management and supervisory services necessary to construct the Weld County Road 72 and 76 project as defined by the Request for Proposal, construction drawings and specifications. • Demonstrate the experience of our project team and their resume working as a team on similar Northern Colorado projects. • Consistently meet or exceed project schedules and milestones while delivering projects within or below budget. • Construct award -winning, high quality County roadway projects that set the standard for excellence. • Strategically plan material staging and project sequencing to minimize disruption to adjacent properties, ensuring access and egress to properties for residents and vehicle traffic. • Maintain clean and safe work areas to minimize construction disturbance and remain compliant with all environmental regulations and permitting. WCR 50 Street Improvements Owner: Contract Type: Completed: Contract /Final: Team: Key Outcomes: Subcontractors: Town of John stown Lump Sum September 2020 $2M/$2M Chris DeJulio Completed on Budget and On Schedule Traffic Control, Survey, Pavement Markings, Signs. Fence, Mailboxes, Guardrail Two mile segment of existing County Road. This project focused on improving a two-mile segment of an existing County Road. Connell utilized its in-house GPS capability for designing and constructing the roadway section and drainage system. Grading was executed during the irrigation season, presenting an added challenge as the ditches served dual roles for drainage and irrigation. After installing the grading and pipes, road base was laid, followed by asphalt pavement, gravel shouldering, and the addition of striping and signage. WCR 72 AND 76 PAVING PROJECTS PAGE Contract Type: Completed: Contract /Final: Team: Key Outcomes: Subcontractors: SIMILAR PROJECTS Buss Grove Improvements Owner: Town of Timnath Contract Type: CM/GC Completed: September 2021 Contract /Final: $3.3M/$3.1 M Team: Eric Marsh, Chris DeJulio Key Outcomes: Completed Under Budget and On Schedule Subcontractors: Traffic Control, Survey, Pavement Markings, Restoration, Fence, Mailboxes, Guardrail The work is generally described as follows: The reconstruction of approximately 1.25 miles of Buss Grove as a 2 lane arterial road with sidewalk, box culverts, headwalls, and related grading. Owl Canyon (CR 70 and CR 9) Roadway Improvements Owner: Larimer County, CO Lump Sum October 2024 $22M/$20M Eric Marsh Completed Under Budget and On Schedule Traffic Control, Survey, Pavement Markings, Restoration, Tree Stump Removal, Fence, Mailboxes The work consisted of 6.84 miles of improvements on CR 70 between CR 9 and CR 5 , including a CDOT overpass and CR 9 between CR 70 and the northeastern corner of the new Larimer County North Landfill. In addition to the road improvements, the CR 70/9 intersection will be improved with a rural single lane roundabout and the CR 70/7-5J intersection will be improved to realign the southern leg of CR 7 and add a center turn lane on CR 70. Project also included construction and removal of four temporary detour roads. WCR 72 AND 76 PAVING PROJECTS PAGE PROJECT CONTROL AND APPROACH For over 25 years, we have utilized and assisted in development of B2W Estimate, a proven system that integrates our historical cost data, production rates, and standard crew structures to generate accurate, project -specific cost estimates. This tool breaks down costs into labor, equipment, and materials, ensuring transparency and accuracy before work begins. As a unit price contract, the project's costs are fixed based on agreed -upon unit prices and actual quantities of work performed, providing budget certainty for the scopes outlined in the RFP. We will self - perform approximately 80% of the work with our skilled crews, including unclassified excavation, embankment, topsoil placement, grading, storm drainage installation, aggregate base installation, and asphalt paving. Connell Resources owns and operates proprietary gravel pits in Weld County and asphalt batch plants, enabling full control over schedules and costs, which translates to competitive unit prices and efficient project execution. In addition, Connell tracks quantities of work completed daily and will reconcile completed work quantities with Weld County's project team on a weekly basis to avoid discrepancies and help ensure the project stays on budget throughout construction. For specialized tasks outside our scope, we leverage nearly 80 years of experience in Northern Colorado to partner with trusted local subcontractors. Our long-term relationships ensure quality, safety, and reliability, and we conduct a competitive bidding process among these partners to secure the best value for the project. By focusing operations locally, we prioritize subcontractors who share our commitment to excellence and can respond swiftly to project needs, ensuring a high -quality, streamlined delivery for Weld County. Based on the scope of work outlined in the proposal, we would subcontractor the following assignments: • Concrete Flatwork • Guardrail • Mailbox Replacement • Payment Marking • Seeding and Mulching • Signs • Survey • Traffic Control WCR 72 AND 76 PAVING PROJECTS PAGE 6 REGULATION COMPLIANCE • PROJECT CONTROL AND APPROACH • Connell employs three full-time Environmental Health and Safety professionals dedicated to permitting and regulatory compliance. Our technicians will assist with completing acpplications, securing necessary permits (e.g., Weld County, CDPHE) and will ensure full compliance to all applicable requirements throughout construction. Our team of compliance professionals currently manages the following internal permits with CDPHE: • 13 Construction Stormwater • 7 Construction Dewatering • 4 Gravel Pit Process Water/Stormwater • 1 Air Permit for Large Construction Sites • 16 Air Permits for Mining Equipment • 1 Air Permit for Stationary Asphalt Plant • 1 Air Permit for a Portable Asphalt Plant QUALITY CONTROL MEASURES Connell Resources employs two full-time quality control technicians in our in-house laboratory to conduct daily asphalt QA/QC testing. Both our technicians are LabCAT Level A: Laydown, Level B: Asphalt Plant Materials Control, and Level C: Mixture Volumetrics, Gyratory, Stability & Lottman Certified for asphalt material testing. In addition, our Asphalt Plant Supervisor overseeing all plant operations is on the Board of Directors for LabCAT. Quality is at the root of everything we do it's the foundation of our reputation and the standard we're committed to upholding. All testing will be closely coordinated with Weld County's operations to ensure da ly compliance and consistency per project -specific requirements. By conducting testing in-house, we can make prompt field adjustments as needed and provide Weld County with real-time data, ensuring full transparency throughout the construction process. Achieving an VRI Category B smoothness rating starts long before paving begins. Once the roadbed has been graded and compacted, the subgrade shall be trimmed to the correct elevation (+/- 0.04 feet) and cross section as per plans. Our late model machine controlled CAT 150M Motorgraders will finish the base grade to within specification tolerances. prior to placing Class 6 aggregate base. Connell will perform Smoothness Process Control (SPC) testing per Subsection 105.07 to ensure compliance with MRI Category B smoothness criteria. During the paving of County Roads 72 and 76, our team will utilize a material transfer device to achieve optimal smoothness and superior quality in the finished product. WC 72 AND 76 PAVING PROJECTS PAGE 7 PROJECT CONTROL AND APPROACH QUALITY CONTROL MEASURES At Connell Resources, quality is a cornerstone of our nearly 80 -year legacy in Northern Colorado, reflected in our enduring relationships with repeat clients. Our commitment to excellence permeates every project, from meticulous planning to final completion, prioritizing quality second only to safety. Our quality control program, akin to our safety protocols, fosters a proactive culture where all employees —from supervisors to laborers —are empowered to review work, evaluate processes, and drive continuous improvement through open communication. Supported by a dedicated quality control team and state-of-the-art, accredited material testing laboratories for aggregates, asphalt, and paving, we maintain rigorous standards. When issues arise, we hold ourselves and our subcontractors accountable, addressing root causes to prevent recurrence. This unwavering dedication ensures that every project, including Weld County's, delivers superior quality and lasting value. Most recently, under the management of Eric Marsh, Connell was honored with the Colorado Asphalt Pavement Association's Best in Colorado - Local Agency Reconstruction Award for our work on the County Road 70 Owl Canyon Improvements project. Local Agency (County) - Reconstruction County Road ?4 Owl Canyon Improvements WCR 72 AND 76 PAVING PROJECTS PAGE 8 5 WORK LOCATION FAMILIARITY CPIs , = . *4 �= • 1 i • .1 "+ rah; •of^+ • l� LEA jta;Ill . • 7 4810. y. •r 11. J i .--f • �s ",A ♦•- !rl 41` 1R .. • • •• 1 ,he; r, • r. 'a J For nearly 80 years, Connell has been meeting the heavy civil infrastructure and utility needs of Northern Colorado and Southern Wyoming as a family and employee -owned business. Our expertise includes construction of complex earthwork projects, technical pipeline utilities, roadway construction, asphalt paving, structural concrete, and gravel resource production. With multiple gravel pits and both fixed and portable asphalt batch plants, the company ensures efficient material sourcing for its projects. We are proud to be a dedicated member of the Northern Colorado community and to call Northern Coloado our home. Nearly all of our 275 full-time construction professionals live, work, and spend their leisure time in towns and municipalities throughout the region. Our operations are centrally managed from our Fort Collins office located on the Weld-Larimer County line. With 145 employees residing in Weld County alone, we are deeply invested in improving the county's infrastructure, enhancing its quality of life, and minimizing disruption to the public. Connell has a long-standing familiarity with Weld County specifications and processes. All our work is performed within a 60 -mile radius of our home office near the Larimer-Weld County border. This localized focus allows our crews to return home each night to their families. Our local presence also ensures our equipment and personnel remain nearby and responsive. Our strong regional presence gives us intimate knowledge of the area's unique conditions. Currently, our crews are active on projects throughout Weld County, including in Severance, Windsor, Greeley, Johnstown, Evans, and Frederick delivering value, quality, and a lasting impact in every community we serve. Connell has a proven track record of successfully completing projects throughout Weld County. A few examples include: • Weld County Road 21, Carr for Weld County • Weld County Road 126, Carr for Weld County • Weld County Road 55 for Town of Kersey • Weld County Road 50 for Town of Johnstown • Parish Avenue for Town of Johnstown • Town of Severance Overlay Program • Highway 85 from Wyoming State Line to Nunn, CO for Colorado Department of Transportation • Roadway and Utility Improvements - Delivered integrated infrastructure upgrades as part of utility rehabilitation and transmission pipeline projects throughout: o Weld County o City of Greeley o Town of Eaton WCR 72 AND 76 PAVING PROJECTS PAGE 9 43- e SCHEDULE AND CONTRACT TIME Y /I- rj4 A'4. • . - _ -Ire's . •'ice• r yr. ‘01. •..�,�..-�_.`-` :+ telligee "W. k .� 1•. •..< _ ~h ♦ _ `. - - 1 �r 1 . •o.• II el �"..+�\\ � a,►: h: -t! -� gle friar Our team is dedicated to executing an efficient construction schedule, completing the construction of Weld County Roads 72 and 76 on time while delivering a high -quality final product that both Weld County and Connell Resources take pride in. We prioritize minimizing disruption for residents and the traveling public by maintaining a considerate and neighborly approach. To ensure accessibility and reduce inconvenience, we will diligently maintain resident access throughout construction. Before work begins, we will proactively communicate with residents, keeping them informed of our schedule and activities to foster transparency and goodwill. We are open to discussing with the County the potential of running the projects concurrently, either from the start or at a later point, to expedite the schedule and minimize disruption to the traveling public. Currently, Connell anticipates starting work July 14, 2025 and completing the project by September 12, 2025. Please note the attached schedule is based on Working Days which equates to 60 Calendar Days. Roadway WCR 72 WCR 76 Duration Major Scopes of Work 29 Working Days 5 Days: Earthwork 4 Days: Storm Drainage Installation 8 Days: Aggregate Base and Asphalt Paving 24 Working Days 7 Days: Earthwork 8 Days: Storm Drainage Installation 12 Days: Aggregate Base and Asphalt Paving WCR 72 AND 76 PAVING PROJECTS PAGE 10 . cf. , .s •., i . 4-4t. . •�t•• = CONNELL oury r, co ID e ►Mode_ Task Task Name Duration Start Finish Predecessors 9i 14 19 24 29 August 2025 3 8 13 18 23 28 September 2 2025 7 12 17 { 22 1 i 27 October L 2 I 2025 7 12 1 In WCR 72 29 days Mon 7/14/25Fri 8/22/25 __iv +- g-, EROSION EROSION - MOBILIZATION FILTREXX CLEARING . i7: '"" LOG TYPE BALES PERIMETER AND REMOVAL OF REMOVAL OF REMOVAL REMOVAL OF STOCKPILE TOPSOIL UNCLASSIFIED Y" UNSUITABLE .,f. EMBANKMENT 47 15 " - (WEED TREE GROUND 15 ' GRUBBING PIPE OF 18 i --1 1 (12 INCH) -FREE) CONTROL (OR EQUAL) (ALL SIZES) ASPHALT MAT SIGN EXCAVATION (CIP) MATERIAL (CONTINGENCY) MATERIAL (CIP) INCH CORRUGATE STEEL PIPE INCH EQUIVALENT CORRUGATED STEEL PIPE ARCH INCH EQUIVALENT CORRUGATED STEEL PIPE ARCH 24 INCH EQUIVALENT CORRUGATED STEEL PIPE ARCH STRUCTURE BACKFILL (FLOWFILL) (COUNTY MIX) RIPRAP (9 INCH) 2 ' 4 MOBILIZATION 1 day Mon 7/14/2 Tue 7/15/25 3 sr EROSION LOG TYPE 1 (12 INCH) 1 day Mon 7/14/2 Tue 7/15/25 4 ur 4 EROSION BALES (WEED -FREE) 1 day Mon 7/14/2 Tue 7/15/253SS SiIy FILTREXX PERIMETER CONTROL (OR EQUAL) 1 day Tue 7/15/2EWed 7/16/2 3 C r4 CLEARING AND GRUBBING 1 day Tue 7/15/25 Wed 7/16/252,3 7 —S sr 4 REMOVAL OF TREE (ALL SIZES) 1 day Wed 7/16/2 Thu 7/17/256 I or 4 REMOVAL OF PIPE 1 day Thu 7/17/2_` Fri 7/18/25 7 1 r orbIP -ft REMOVAL OF ASPHALT MAT 1 day Fri 7/18/25 Mon 7/21/2 8 F 10 or4 REMOVAL OF GROUND SIGN 1 day Wed 7/16/2Thu 7/17/2`6 11 ■r4 STOCKPILE TOPSOIL 2 days Wed 7/16/2 Fri 7/18/25 6 12 sa4 UNCLASSIFIED EXCAVATION (CIP) 3 days Fri 7/18/25 Wed 7/23/210,11 13 OP -D UNSUITABLE MATERIAL (CONTINGENCY) 1 day Wed 7/23/2 Thu 7/24/2E12 14 sr i EMBANKMENT MATERIAL (CIP) 1 day Thu 7/24/25 Fri 7/25/25 13 15 !♦ 15 INCH CORRUGATE STEEL PIPE 1 day Fri 7/25/25 Mon 7/28/214 16 �4 15 PIPE INCH ARCH EQUIVALENT CORRUGATED STEEL 1 day Mon 7/28/25 Tue 7/29/25 15 17 "�. 18 PIPE INCH ARCH EQUIVALENT CORRUGATED STEEL 1 day Tue 7/29/25 Wed 7/30/25 16 18 e.. 24 PIPE INCH ARCH EQUIVALENT CORRUGATED STEEL 1 day Wed 7/30/25 Thu 7/31/25 17 19 ■s: STRUCTURE MIX) BACKFILL (FLOWFILL) (COUNTY 1 day Thu Fri 8/1/25 7/31/25 18 20 !4 RIPRAP (9 INCH) 1 day Thu 7/31/25 Fri 8/1/25 18 21 et CONCRETE SLOPE PAVING (REINFORCED) 4 days Thu 7/31/25Wed 8/6/2518 Ir. lek CONCRETE • GEOGRID AGGREGATE ID - MOT SLOPE PAVING (REINFORCED) PAVEMENT REINFORCEMENT BASE COURSE (CLASS 6) MIX ASPHALT (GRADE S) (100) (PG DJUST VALVE BOX EPDXY PAVEMENT MARKING .TOPSOIL SPREAD 64-22) 22 si GEOGRID PAVEMENT REINFORCEMENT 4 days Thu 7/31/2EWed 8/6/2518 23 0.♦ AGGREGATE BASE COURSE (CLASS 6) 4 days Thu 7/31/2EWed 8/6/2522SS 24 sr 4 HOT 64-22) MIX ASPHALT (GRADE S) (100) (PG 4 days Wed Tue 8/6/25 8/12/25 23 25 el. ADJUST VALVE BOX 1 day Mon 8/11/2 Tue 8/12/2524FF 26 E♦ EPDXY PAVEMENT MARKING 1 day Tue 8/12/25Wed 8/13/224 27 sr ♦ TOPSOIL SPREAD 2 days Tue 8/12/25Thu 8/14/2E24 28 or4 RESET MAILBOX STRUCTURE 1 day Tue 8/12/25 Wed 8/13/2 27SS ESET MAILBOX STRUCTURE 29 1 es 4 RESET MARKER 1 day Wed 8/13/2 Thu 8/14/2E28 til.ihRESET "'" MARKER RESET SURVEY MONUMENT (TYPE 4) 30 Mr4 RESET SURVEY MONUMENT (TYPE 4) 1 day Thu 8/14/2E Fri 8/15/25 29 RESET GROUND SIGN 4 SEEDING (NATIVE) ' SEEDING (NATIVE) (HYDRAULIC) 31 or 4 RESET GROUND SIGN 1 day Fri 8/15/25 Mon 8/18/2 30 32 sr 4 SEEDING (NATIVE) 2 days Thu 8/14/2.5 Mon 8/18/2 27 33 so4 SEEDING (NATIVE) (HYDRAULIC) 2 days Mon 8/18/2 Wed 8/20/2 32 WCR 72 and 76 1 C0 Li N7 Y, CO ID Task Mode Task Name Duration I Start Finish I_ Predecessors 9 l 14 19 24 I 29 August 2025 3 8 I 13 18 23 i 28 September 2 i 2025 7 1 12 17 I 22 27 October 1 2 2025 7 12 IIIP4, TACKIFIER) MULCHING _ _ (WEED -FREE HAY WITH 2 days Wed Fri 8/22/25 33 8/20/25 _ __ _I r ' GUARDRAIL END * T ' MULCHING ACHORAGE DELINEATOR STEEL SIGNPOST SIGN FLASHING TYPE PANEL (WEED 3 (31 INCH (NON (DRIVEABLE) (2X2 (CLASS STOP SIGN -FREE HAY MIDWEST -FLARED) (TYPE INCH TUBING) I) (MATERIALS �1 _I WITH III) TACKIFIER) SYSTEM) PROVIDED) 35 11 GUARDRAIL SYSTEM) TYPE 3 (31 INCH MIDWEST 1 day Thu 8/14/25 Fri 8/15/25 27 36 ei END ACHORAGE (NON -FLARED) 1 day Fri 8/15/25 Mon 8/18/235 37 MP4 DELINEATOR (DRIVEABLE) (TYPE III) 1 day Mon 8/18/2 Tue 8/19/2536 38 ■r4 STEEL SIGNPOST (2X2 INCH TUBING) 1 day Mon 8/18/2 Tue 8/19/2537SS 39 es4 SIGN PANEL (CLASS I) 1 day Tue 8/19/25Wed 8/20/238 40 r; FLASHING PROVIDED) STOP SIGN (MATERIALS 2 days Tue Thu 38 8/19/25 8/21/25 41 el -0 WCR 76 24 days Tue 8/12/25 Mon 9/15/2E24 . . MOBILIZATION EROSION EROSION LOG TYPE 1 (12 INCH) BALES (WEED -FREE) 42 ea4 MOBILIZATION 1 day Tue 8/12/25 Wed 8/13/2524 43 �4 EROSION LOG TYPE 1 (12 INCH) 1 day Tue 8/12/25 Wed 8/13/2542SS r 44 r4 EROSION BALES (WEED -FREE) 1 day Wed 8/13/25Thu 8/14/25 43 ; , FILTREXX CLEARING REMOVAL tia REMOVAL REMOVAL STOCKPILE REMOVAL PERIMETER CONTROL (OR AND GRUBBING TOPSOIL OF TREE (ALL SIZES) OF PIPE OF ASPHALT MAT OF GROUND SIGN EQUAL) 45 or4 FILTREXX PERIMETER CONTROL (OR EQUAL) 1 day Thu 8/14/25 Fri 8/15/25 44 46 or • CLEARING AND GRUBBING 2 days Wed 8/13/25Fri 8/15/25 42 47 �♦ STOCKPILE TOPSOIL 2 days Fri 8/15/25 Tue 8/19/25 46 48 o4 REMOVAL OF TREE (ALL SIZES) 2 days Wed 8/13/25 Fri 8/15/25 46SS 49 ea4 REMOVAL OF PIPE 2 days Fri 8/15/25 Tue 8/19/25 48 50 ir4 REMOVAL OF ASPHALT MAT 1 day Fri 8/15/25 Mon 8/18/2549SS 51 Er4 REMOVAL OF GROUND SIGN 1 day Fri 8/15/25 Mon 8/18/2546 52 4 UNCLASSIFIED EXCAVATION (CIP) 4 days Tue 8/19/25 Mon 8/25/2547,50 t EMBANKMENT UNCLASSIFIED EXCAVATION (CIP) UNSUITABLE MATERIAL (CONTINGENCY) MATERIAL (CIP) 53 4 UNSUITABLE MATERIAL (CONTINGENCY) 1 day Mon 8/25/25Tue 8/26/25 52 54 iiri EMBANKMENT MATERIAL (CIP) 2 days Tue 8/19/25 Thu 8/21/25 52SS 55 Iffir4 18 INCH REINFORCED CONCRETE PIPE (CIP) 1 day Tue 8/19/25 Wed 8/20/2552SS i8 .." INCH REINFORCED CONCRETE PIPE (CIP) 56 iir4 18 INCH REINFORCED CONCRETE PIPE END 1 day Wed Thu 8/21/25 55 47; 18 15 INCH REINFORCED CONCRETE INCH CORRUGATE STEEL PIPE 18 INCH CORRUGATED STEEL 7 24 INCH CORRUGATED STEEL PIPE END SECTION PIPE PIPE SECTION 8/20/25 57 ea 4 15 INCH CORRUGATE STEEL PIPE 1 day Wed 8/20/25Thu 8/21/25 56SS 58 ea i 18 INCH CORRUGATED STEEL PIPE 1 day Thu 8/21/25 Fri 8/22/25 57 59 ea4 24 INCH CORRUGATED STEEL PIPE 1 day Fri 8/22/25 Mon 8/25/2558 Np- 115 c7 tri_ ir 18 24 7 INCH EQUIVALENT CORRUGATED INCH EQUIVALENT INCH EQUIVALENT STRUCTURE BACKFILL RIPRAP (9 INCH) GEOGRID PAVEMENT STEEL PIPE ARCH CORRUGATED STEEL PIPE ARCH CORRUGATED STEEL PIPE ARCH (FLOWFILL) (COUNTY MIX) REINFORCEMENT 60 �4 15 INCH EQUIVALENT CORRUGATED STEEL PIPE 1 day ARCH Mon 8/25/25 Tue 8/26/25 59 61 sr4. 18 INCH EQUIVALENT CORRUGATED STEEL PIPE 1 day Tue ARCH 8/26/25 Wed 60 8/27/25 62 or -I 24 INCH EQUIVALENT CORRUGATED STEEL PIPE 1 day Tue ARCH 8/26/25 Wed 61SS 8/27/25 i 63 �♦ STRUCTURE BACKFILL (FLOWFILL) MIX) (COUNTY 1 day Wed 8/27/25 Thu 8/28/25 62 b'4 r4 RIPRAP (9 INCH) 1 day Thu 8/28/25 Fri 8/29/25 63 65 ea4 GEOGRID PAVEMENT REINFORCEMENT 6 days Thu 8/21/25 Fri 8/29/25 54 WCR 72 and 76 2 c�uEV c3 ID 66 67 68 or 69 70 sr 71 rr 72 or 73 ■rte 74 ` 75 [16 ! or,, 77-1 78 �♦ 79 80 81 82 83 84 • - K it •-� 1 Task Mode AAA♦1AA Task Name AGGREGATE BASE COURSE (CLASS 6) HOT MIX ASPHALT (GRADE S) (100) (PG 64-22) HOT MIX ASPHALT (GRADE SX) (100) (PG 64-28) EPDXY PAVEMENT MARKING TOPSOIL SPREAD RESET MAILBOX STRUCTURE RESET MARKER RESET SURVEY MONUMENT (TYPE 4) RESET GROUND SIGN ADJUST VALVE BOX SEEDING (NATIVE) SEEDING (NATIVE) (HYDRAULIC) MULCHING (WEED -FREE HAY WITH TACKIFIER) Duration 6 days 4 days 2 days 1 day 2 days 1 day 1 day 1 day 1 day 1 day 2 days 2 days 2 days GUARDRAIL TYPE 3 (31 INCH MIDWEST SYSTEM) 1 day END ACHORAGE (NON -FLARED) DELINEATOR (DRIVEABLE) (TYPE III) SIGN PANEL (CLASS I) STEEL SIGNPOST (2X2 INCH TUBING) FLASHING STOP SIGN (MATERIALS PROVIDED) 1 day 1 day 1 day 1 day 2 days Start Finish Predecessors Thu 8/21/25 Fri 8/29/25 65SS Fri 8/29/25 Thu 9/4/25 66 Thu 9/4/25 Mon 9/8/25 67 Mon 9/8/25 Tue 9/9/25 68 Mon 9/8/25 Wed 9/10/2568 Mon 9/8/25 Tue 9/9/25 70SS Tue 9/9/25 Wed 9/10/2571 Wed 9/10/25Thu 9/11/25 72 Thu 9/11/25 Fri 9/12/25 73 Fri 9/12/25 Mon 9/15/2574 Wed 9/10/25 Fri 9/12/25 67,70 Wed 9/10/25 Fri 9/12/25 76SS Wed Fri 9/12/25 77SS 9/10/25 Wed 9/10/25Thu 9/11/25 70 Thu 9/11/25 Fri 9/12/25 79 Thu 9/11/25 Fri 9/12/25 80SS Thu 9/11/25 Fri 9/12/25 81SS Thu 9/11/25 Fri 9/12/25 82SS Thu 9/11/25 Mon 9/15/2583SS CCINNELL • August 202S 9 14 19 1 24 ( 29 3 8 13 1 September 2025 I October 2025 28 2 7 l 12 I 17 22 I 27 1 2 7 12 AGGREGATE BASE COURSE (CLASS 6) Erns HOT MIX ASPHALT (GRADE S) (100) (PG 64-22) yOT MIX ASPHALT (GRADE SX) (100) (PG 64 EPDXY PAVEMENT MARKING TOPSOIL SPREAD RESET MAILBOX STRUCTURE Z RESET MARKER 4" RESET SURVEY MONUMENT (TYPE 4) �' RESET GROUND SIGN ADJUST VALVE BOX SEEDING (NATIVE) SEEDING (NATIVE) (HYDRAULIC) MULCHING (WEED -FREE HAY WITH TAC [iw GUARDRAIL TYPE 3 (31 INCH MIDWEST S 7 END ACHORAGE (NON -FLARED) tLINEATOR (DRIVEABLE) (TYPE III) GN PANEL (CLASS I) EEL SIGNPOST (2X2 INCH TUBING) FLASHING STOP SIGN (MATERIALS P WCR 72 and 76 3 Connell has no pending or outstanding judgements, claims or suits. JUDGEMENTS, CLAIMS, SUITS LIQUIDATED DAMAGE Connell Resources was assessed liquidated damages on a project completed in 2021. Owner: Carter Lake Filter Plant Project: 7 Million Gallon Water Storage Tank Description: The liquidated damages were for late completion of a new 7 MG water storage tank. During construction of the tank, the interior roof coating system, applied by a 2nd tier subcontractor, was determined to be defective and was removed and replaced. This coating rework caused the completion of the project to be delayed. The project is complete and the tank is in use. WCR 72 AND 76 PAVING PROJECTS PAGE 11 REOUIRED FORMS ,r. _ y X16. %'tr v."44 e% l IS,Nis ila �. ••••-t. .v r • w" ♦T. t ..t.,.. to _r r • . . ATTACHMENT 1 WCR 72 AND 76 PAVING PROJECTS Schedule E - Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your Proposal on or before the opening deadline of May 16, 2025, at 1:00 PM: 1) Contractor's Proposal - Outlined in Schedule D. Under Separate Cover. 2) Schedule E: Proposal Response Form. 3) Attachment 1: All Bidders Required Forms. 4) Any issued Addenda must be completed/acknowledged. Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete, non -responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your Proposal, it may be disqualified. System for Award Management (SAM) Database Proposers must be registered in the System for Award Management (SAM) database. In space below, provide the company's Dun & Bradstreet (DUNS) number. Weld County will use the SAM database to verify the company's registration and status. DUNS/U E I #: -004776001. Fees - Proposal Schedule Provide unit costs and total cost for this project in the Proposal Schedule spaces below: NOTE: The following are items of work to be completed by Weld County: 1. Materials Quality Acceptance (QA) and Independent Assurance (IA) Testing. 2. Construction Inspection. Solicitation #B2500020 Page 15 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Connell Resources, Inc. as Principal, hereinafter called the Principal, a Corporation [corporation, partnership, or individual] duly authorized by law to do business in the State of Colorado, and Travelers Casualty and Surety Company of America [Surety Company Name], a corporation duly authorized to do surety business under the laws of the State of Colorado as Surety, hereinafter called the Surety, are hereby held and firmly bound unto Weld County, Colorado as Obligee in the penal sum of Five Percent j5%) of Total Amount Bid Dollars ($ 5% ), lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly to these presents. WHEREAS, the Principal has submitted a Proposal dated May 16th 2025 for the WCR 72 AND 76 PAVING PROJECT, and if selected as the Contractor on this Project, the Principal and Surety are firmly bound and jointly and severally liable to the Owner in the penal sum described above. WHEREAS. the Owner has required as a condition for receiving said Proposal that the principal deposit with the Owner either a certified check equivalent to not less than five percent (5°/0) of the amount of said Proposal or in lieu thereof furnish a Proposal Bond for said amount conditioned such that in the event of failure to execute the proposed Contract for such construction if the Contract is to be awarded to him, that said sum be paid immediately to the Owner as liquidated damages and not as a penalty for the principal's failure to perform. The above obligation is void if the principal enters the Contract within sixty (60) days of selection of the principal, negotiates any final terms and conditions in good faith, and has furnished all required documents for issuance of the Notice to Proceed, unless time is extended by Weld County. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this 16th day of May ,2025 the name and corporate seal of each corporate party being hereto affixed, and these presents duly signed by its undersigned representative pursuant to authority of its governing board. Principal: Connell Resour s, Inc. Signature Title: William S. Anderson, Vice President ATTES noraG4 viw By: Jennifer Lindblad, Assistant Secretary J Ian P ♦�%W O O/ ,%‘‘ ate8Otia 44)17 94,°44). \Is � • et .. t.- . -Z. . O' %%. to O f �oc�RP Surety Travelers Casualty and Surety Company of America Signature: Title: Christina L. Townsend, Attorney -in -Fact ATTEST: LOA e LibiefU • By: _K'Anne E. Vogel, Witness to Surety TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company Farmington Casualty Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, St. Paul Fire and Marine Insurance Company, and Farmington Casualty Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Donna L. Adams, Ashley K. Anderson, Barbara J. Arnold, Timothy J. Blanchard, Lynn Christine Bosman, Mary Ann Eurich, Vickie Golobic, Andrew P Walters, Nikki M. Mosbrucker, Terri L. Reese, Robert Charles Torrez, Christina L. Townsend, K'Anne E Vogel, Nicole Lee McGuire, and Jennifer J. Walker of Denver, Colorado, their true and lawful Attomey-in-Fact to sign,execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law, including the following bond: Surety Bond No.: OR Project Description: WCR 72 and 76 Paving Project Principal: Connell Resources, Inc. Obligee: Weld County IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut City of Hartford ss. On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer By: IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June.. 2026 obert L. Raney. enior Vice President nna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED; that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer. any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned. Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 16th day of May 2025 . ►,,,,,, ���•s 1►N� S ��7 r�..,�_ . •- 4 . L 4. ti .:/� i •. V'� tir • J'�:' • .9 =• - HAFiT OPD, •. - CONN Es V - :p - - ten • - Q• 1. J'�Se `'• .•.4's aro)� eevlebe' in E. Hughes, Assis ant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney -in -Fact and the details of the bond to which this Power of Attorney is attached. Form -9 (Rev. March 2024) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Go to www.irs.gov/FormW9 for instructions and the latest information. Give form to the requester. Do not send to the IRS. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below. ai a. O a m coy a c c O cn c c.) Q. C! 1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/disregarded entity's name on line 2.) Connell Resources, Inc. 2 Business name/disregarded entity name, if different from above. 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor • C corporation r,/ S corporation Partnership II Trust/estate LLC. Enter the tax classification (C = C corporation. S - S corporation, P = Partnership) Note: Check the "LLC" box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate box for the tax classification of its owner. Other (see instructions) 3b If on line 3a you checked "Partnership" or "Trust/estate," or checked "LLC" and entered "P" as its tax classification. and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check this box if you have any foreign partners, owners, or beneficiaries. See instructions . . 5 Address (number, street, and apt. or suite no.). See instructions. 7785 Highland Meadows Pkwy. Suite 100 6 City, state, and ZIP code Fort Collins CO 80528 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code of any) N/A Exemption from Foreign Account Tax Compliance Act (FATCA) reporting code (if any) NiA (Applies to accounts maintained �. Requester's name and adaressYroptioKal)""� '" 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1 See also What Name and Number To Give the Requester for guidelines on whose number to enter. Part II Social security number or Employer identification number 8 4 0(58 8 Certification 5 14 1 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 item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid. acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and dividends. you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person i /I Date May 16 2025 General Instructions Section references are to the internal Revenue Code unless otherwise noted Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. What's New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise. it should check the "LLC" box and enter its appropriate tax classification. New line 3b has been added to this form. A flow -through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow -through entity in which it has an ownership interest. This change IS intended to provide a flow -through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231X Form W-9 (Rev. 3-2024) • TITLE 49, CFR, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION (To be signed by authorized signatory of Bidder) The undersigned, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency Has not been suspended, debarred, voluntanly excluded, or determined ineligible by any federal agency within the past 3 years Does not have a proposed debarment pending © Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any manner involving fraud or official misconduct within the past 3 years Has not within the past 3 years had one or more public transactions (federal, state, or local) terminated for cause or default If there are any exceptions to this certification, insert the exceptions in the following space Exceptions will not necessarily result in denial of Award but will be considered in determining bidder responsibility For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action Note Providing false information may result �in criminal secu n or administrative sanctions Date May 16 2025 . Signature William S Anderson, Vice President Title COLORADO TRANSPORTATION ANTI -COLLUSION DEPARTMENT OF DROJECT SFT-14 No AFFIDAVIT LOCATIONS WCR72 33 to 35 & WCR76, 29 to 31. hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not. that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication, or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause. or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive, or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncompetitive or other form of complementary bid. 5 My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project. in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, cr agreeing or promising to do so, on this project. 7. I have made a diligent inquiry of all members, officers. employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement. collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation. of the true facts relating to submission of bids for this contract. DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS. THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. contractor's firm or company name lifirett I Date Connell Resources, Inc. TS* William S Ande son, Vice President 05/16/25 2nd contractor's firm or company name (If joint venttae.) By L.,a';, Title Sworn tb before me this r 16th day of, May , 20 25 - 1 Notary L I Public N D B L A D _ rotary kitils-77- /I\ `,,, j'rt,._ ,, 'v.y comansian expires �, j _ t State of Colorado ,1-� - �, �G NotaE v D # 2 tte i My Commission Expires 02-21-2026 Addendum #1 Bid Request Number B2500020 Construction Services for WCR 72 and 76 Paving Project Revision to Schedule F — Insurance The following sentence contained in Section 2 — Commercial General Liability Insurance shall be deleted: "Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance". Revision to Schedule G — Weld County Contract The following sentence contained in Section 13 — Insurance shall be deleted: "Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance". Bidders Questions and County Answers Question #1: Do the Federal Buy America Requirements apply to this project? Answer #1: No, this project is exempt because it does not have any Federal -Aid or CDOT funding. Question #2: Can the County provide bidders with the Geotechnical Report for this project? Answer#2: Yes, the Geotechnical Report has been posted on Bid Net. Question #3: To what depth is moisture and density control required on bases of cuts and fills? Answer #3: Plans Sheet 4 — Earthwork Notes specifies that bases of cuts and fills require moisture and density control to a depth of 8 inches. This work is to be considered subsidiary to the Excavation and Embankment pay items. Question #4: Will the Contractor be required to import R-40 minimum embankment material for the project? Answer #4: No. Plans Sheet 9 — Tabulation of Earthwork Quantities shows an anticipated quantity of Unclassified Excavation to be significantly greater than the anticipated quantity of Embankment Material. The Geotechnical Report has deemed the on -site excavated materials (not including topsoil) to be suitable for embankment construction. Question #5: Is the flashing stop sign (materials provided) bid item asolar-powered device or is it to be hard -wired into an Xcel Energy electrical source? Answer ##5: The flashing stop sign will be a solar -powered device. Addendum Acknowledgement ***A signed copy must be submitted with your proposal. Company Name: Connell Resoyrces, Inc. Signature: -Iris OL— Name: William S Anderson Title. Vice President May 7, 2025 May 16, 2025 Date of Signature Addendum #2 - Bid Request Number B2500020 Construction Services for WCR 72 and 76 Paving Project Revision to Plans Plans Sheets 93 — 102 (Roadway Cut and Fill) have been revised to show elevations associated with the topographic grade contours. A pdf-type file will be provided to all bidders and shall replace the original Plans Sheets 93 — 102. Bidders Questions and County Answers Question #1: What is the minimum percentage of the work required to be performed by the Prime Contractor? Answer #1: The Prime Contractor is required to perform a minimum of 30% of the total contract amount of the work. Question #2: Can the Contractor utilize Ground Engineering to perform the quality control (QC) materials testing? Answer#2: No, Ground Engineering is the Weld County on -call materials testing firm and we will use them for the quality acceptance (QA) testing on this project. Therefore, we will want the Contractor to utilize a company other than Ground Engineering to perform the quality control (QC) testing on this project. Question #3: Is the CDHPE Stormwater Permit provided by the County or is this something the Contractor is responsible for? Answer #3: The Contractor is responsible for obtaining the CDHPE Stormwater Permit and meeting all the responsibilities and requirements of the Permit during construction. After the Contractor has received a Notice of Final Acceptance, the Permit will be transferred to Weld County, and we will be responsible for closing out the permit. Addendum Acknowledgement mA signed copy must be submitted with your proposal. Com an Name: Connell ResoutFes, Inc. P Y Signature: Name: William S Anderson .- Title: Vice President May 7, 2025 May 16 2025 Date of Signature Fees -- Cost Adjustments Proposers have the option to accept Fuel and/or Asphalt Cement Cost Adjustments in accordance with CDOT Section 109 for Fuel and Asphalt Cement Cost Adjustments. To accept either of these standard special provisions, the Proposer must fill in an "X" next to the "YES" below. No Fuel or Asphalt Cement Cost Adjustments will be made due to fuel or asphalt cement cost changes for Proposers who answer "NC. If neither line is marked, the Department will assume the Proposer has answered "NO". After the Proposals are submitted, Proposer will not be given any other opportunity to accept or reject the Fuel and/or Asphalt Cement Cost adjustments. Fuel Cost Adjustment YES, I choose to accept Fuel Cost Adjustments for this project. X NO, I choose NOT to accept Fuel Cost Adjustments for this project. Asphalt Cost Adjustment YES, I choose to accept Asphalt Cement Cost Adjustments for this project. X NO, I choose NOT to accept Asphalt Cement Cost Adjustments for this project. Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal herein meets all the conditions, specifications and special provisions set forth in the Request for Proposal B2500020. 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 Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F — Insurance and Bonds Requirements. 6. Acknowledgment of Schedule G — Weld County Contract Example. . By submitting a responsive proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Solicitation #B2500020 Page 19 Item Entry Company Name: Connell Resources, Inc. Address: 7785 Fort Collins, Highland CO Meadows 80528 Pkwy. Suite 100 Phone 970-223-3151 Email: lindblad@.connellresources.com 84-0588541 _ FEIN/Federal Tax ID #: CONTRACTOR:• B Y : l� ,Y�--- Name: William S Anderson Title: Vice President Bills:411o2S Date of Signature: Solicitation #B2500020 Page 20 CONNECL Item No. Item Description Unit Proposal Quantity Unit Price ($) Total Price ($) 106-00001 PROCESS CONTROL TESTING (203, 206, 304, 306, 603) DAY 30 $ 2,280.00 $ 68,400.00 201-00000 CLEARING AND GRUBBING LS 1 $ 16,500.00 $ 16,500.00 202-00010 REMOVAL OF TREE (ALL SIZES) EACH 8 $ 1,390.00 $ 11,120.00 202-00035 REMOVAL OF PIPE LF 581 $ 13.50 $ 7,843.50 202-00220 REMOVAL OF ASPHALT MAT SY 819 $ 9.25 $ 7,575.75 202-00810 REMOVAL OF GROUND SIGN EACH 1 $ 557.00 $ 557.00 203-00010 UNCLASSIFIED EXCAVATION ;CIP) CY 9120 $ 18.50 $ 168,720.00 203-00050 UNSUITABLE MATERIAL (CONTINGENCY) CY 100 $ 130.00 $ 13,000.00 203-00060 EMBANKMENT MATERIAL (CIP) 2373 $ 5.70 $ 13,526.10 203-01100 PROOF ROLLING ,CY HOUR 20 $ 110.00 $ 2,200.00 203-01597 UTILITY POTHOLING HOUR 10 $ 500.00 $ 5,000.00 203-01622 SWEEPING (WITH PICK-UP BROOM; HOUR 10 $ 178.00 $ 1,780.00 206-00065 STRUCTURE BACKFILL ;FLOWFILL) (COUNTY MIX) CY 20 $ 270.00 $ 5,400.00 207-00205 TOPSOIL SPREAD CY 2391 $ 4.85 $ 11,596.35 207-00210 STOCKPILE TOPSOIL CY 2888 $ 4.00 $ 11,552.00 208-00002 EROSION LOG TYPE 1 (12 INCH) LF 1180 $ 6.50 $ 7,670.00 208-00011 EROSION BALES (WEED -FREE) EACH 17 $ 59.30 $ 1,008.10 208-00045 CONCRETE WASHOUT STRUCTURE EACH 1 $ 3,000.00 $ 3,000.00 208-00070 VEHICLE TRACKING PAD EACH 4 $ 4,150.00 $ 16,600.00 208-02020 FILTREXX PERIMETER CONTROL (OR EQUAL; LF 1123 $ 4.45 $ 4,997.35 210-00010 RESET MAILBOX STRUCTURE EACH 10 $ 550.00 $ 5,500.00 210-00060 RESET MARKER EACH 2 $ 195.00 $ 390.00 210-00064 RESET SURVEY MONUMENT (TYPE 4) i EACH 2 $ 3,200.00 $ 6,400.00 210-00810 RESET GROUND SIGN EACH 7 $ 195.00 $ 1,365.00 Form Revision 12-2024 Solicitation #B2500020 Page 16 Item No Item Descnption Unit Proposal Quantity Unit Price ($) Total Pnce ($) 210-04050 ADJUST VALVE BOX EACH 4 $ 425 00 $ 1,700 00 212-00006 SEEDING (NATIVE) ACRE 4 2 $ 890 00 $ 3,738 00 212-00007 SEEDING (NATIVE) (HYDRAULIC) ACRE 0 2 $ 1,360 00 $ 272 00 213-00002 MULCHING (WEED -FREE HAY WITH TACKIFIER) ACRE 4 4 $ 1,160 00 $ 5,104 00 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 14957 $ 35 00 $ 523,495 00 403-33841 HOT MIX ASPHALT (GRADE S) (100) (PG 64-22) TON 5404 $ 95 30 $ 515,001 20 403-34851 HOT MIX ASPHALT (GRADE SX) (100) (PG 64-28) TON 1788 $ 112 00 $ 200,256 00 403-40000 HOT MIX ASPHALT SAFETY EDGE LF 21382 $ 0 55 $ 11,760 10 420-00520 GEOGRID PAVEMENT REINFORCEMENT SY 39662 $ 5 30 $ 210,208 60 506-00209 RIPRAP (9 INCH) CY 9 $ 280 00 $ 2,520 00 507-00100 CONCRETE SLOPE PAVING (REINFORCED) CY 29 $ 2,170 00 $ 62,930 00 603-01185 18 INCH REINFORCED CONCRETE PIPE (CIP) LF 48 $ 96 60 $ 4,636 80 603-05018 18 INCH REINFORCED CONCRETE PIPE END SECTION EACH 2 $ 1,070 00 $ 2,140 00 603-10150 15 INCH CORRUGATE STEEL PIPE LF 267 $ 114 00 $ 30,438 00 603-10180 18 INCH CORRUGATED STEEL PIPE LF 131 $ 125 00 $ 16,375 00 603-10240 24 INCH CORRUGATED STEEL PIPE LF 80 $ 144 00 $ 11,520 00 603-15015 15 INCH EQUIVALENT CORRUGATED STEEL PIPE ARCH LF 57 $ 117 00 $ 6,669 00 603-15018 18 INCH EQUIVALENT CORRUGATED STEEL PIPE ARCH LF 55 $ 126 00 $ 6,930 00 603-15024 24 INCH EQUIVALENT CORRUGATED STEEL PIPE ARCH LF 108 $ 146 00 $ 15,768 00 606-00302 GUARDRAIL TYPE 3 (31 INCH MIDWEST SYSTEM) LF 175 $ 61 50 $ 10,762 50 606-02003 END ACHORAGE (NON -FLARED) - EACH 4 $ 5,320 00 $ 21,280 00 612-00113 ' DELINEATOR (DRIVEABLE) (TYPE III) EACH 7 $ 156 00 $ 1,092 00 614-00011 SIGN PANEL (CLASS I) SF 52 $ 15 40 $ 800 80 614-00216 STEEL SIGNPOST (2X2 INCH TUBING) LF 90 $ 16 70 $ 1,503 00 614-00XXX FLASHING STOP SIGN (MATERIALS PROVIDED) EACH 1 $ 390 00 $ 390 00 620-00020 SANITARY FACILITY EACH 2 $ 900 00 $ 1,800 00 Solicitation #B2500020 Page 17 CIINNELL Item No. Item Description Unit Proposal Quantity Unit Price ($) Total Price ($) 625-00000 CONSTRUCTION SURVEYING LS 1 $ 32,500.00 $ 32,500.00 626-00000 MOBILIZATION LS 1 $ 66,000.00 $ 66,000.00 627-00005 EPDXY PAVEMENT MARKING GAL 166 $ 250.00 $ 41,500.00 630-00000 FLAGGING HOUR 120 $ 48.00 $ 5,760.00 630-00002 TRAFFIC CONTROL SUPERVISOR DAY 10 $ 1,000.00 $ 10,000.00 630-00007 TRAFFIC CONTROL INSPECTION DAY 50 $ 156.00 $ 7,800.00 630-10122 PORTABLE VARIABLE MESSAGE SIGN PANEL DAY 28 $ 78.00 $ 2,184.00 630-80336 BARRICADE (TYPE 3 M -B) (TEMPORARY) EACH 8 $ 167.00 $ 1,336.00 630-80341 CONSTRUCTION TRAFFIC SIGN (PANEL SIZE A) EACH 28 $ 33.40 $ 935.20 630-80342 CONSTRUCTION TRAFFIC SIGN (PANEL SIZE B) EACH 4 $ 100.00 $ 400.00 700-70010 F/A MINOR CONTRACT REVISIONS FA 1 $ 230,000.00 $ 230,000.00 700-70016 F/A FUEL COST ADJUSTMENT i FA 1 $ 5,000.00 $ 5,000.00 700-70019 F/A ASPHALT CEMENT COST ADJUSTMENT FA 1 $ 10,000.00 $ 10,000.00 700-70380 F/A EROSION CONTROL FA 1 $ 10,000.00 $ 10,000.00 Amount Total Proposal ($) $ 2,484,206.35 Table Note: Include all Force Account (F/A) items and amounts in the total Proposal amount. TOTAL PROPOSAL (WRITTEN WORDS): Solicitation #B2500020 Two Million Four Hundred Eighty Four Thousand Two Hundred Six Dollars and Thirty Five Cents Page 18 Q Hue 6/2/2025 Board of Weld County Commissioners 1150 O Street Greeley, CO 80631 RE: Connell Resources, Inc. Bond No.: 108261575 Project: WCR 72 and 76 Paving Project, B2500020 To Whom It May Concern: HUB International Colorado 2000 S. Colorado Blvd., Tower II, Suite 150 Denver, CO 80222 Toll Free: (888) 795-0300 hubinternational.com As the contract for this project has not yet been dated, this letter is to inform you that you have the authority to insert the Contract Date on the above mentioned bond and Power of Attorney. Please remember the signed and sealed date indicated on the bonds cannot be prior to the contract date. The date must be on or after the contract date. The date on the Power of Attorney must also match the signed and sealed date of the bond. Feel free to contact me directly should you have any questions. Respectfully, Christina L. Townsend AVP, Surety Account Executive HUB International Colorado Office: 719-884-0723 Mobile: 719-258-0421 Toll -free: 800-748-2400 Fax: 866-290-9290 christina.townsend@hubinternational.com PERFORMANCE BOND Bond # 108261575 KNOW ALL MEN BY THESE PRESENTS That Connell Resources, Inc (Name of Contractor) 7785 Highland Meadows Parkway, Suite 100, Fort Collins, CO 80528 (Address of Contractor) ,Corporation , hereinafter called Pnncipal, (Corporation Partnership or Individual) and Travelers Casualty and Surety Company of America (Name of Surety) One Tower Square, Hartford, CT 06183 (Address of Surety) Hereinafter called Surety, are jointly and severally held and firmly bound unto Board of Weld County Commissioners (Name of Owner) 1150 O Street, Greeley, CO 80631 (Address of Owner) hereinafter called OWNER, in the penal sum of Two Million Four Hundred Eighty-four Thousand Two Hundred Six And 35/100 DOLLARS, ($2,484,206 35 ) in lawful money of the United States, for the payment of which sum well and and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents THE CONDITION OF THIS OBLIGATION is such that whereas, the Pnncipal entered into a certain contract with the OWNER, dated the day of , a copy of which is hereto attached and made a part hereof for the construction of WCR 72 and 76 Paving Project, B2500020 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract dunng the onginal term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void, otherwise to remain in full force and effect Page 1 of 2 XDP PROVIDED. FURTHER. that the said Surety for value received hereby stipulates and agrees that no change. extension of time. alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change. extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. Additionally, the Surety agrees to be bound by and fully comply with all of the provisions of the Contract that is the subject of this BOND. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF. this instrument is executed in of which shall be deemed an original. this ATTEST: J� Jennif t‘t‘ gon c � �••••••,, rY ) -fit. ._ � (SEAS• ItSecretary �e�C r to "lob Aar "YA TO) alr•—• • • 4110 • *. .� so a• i O •. • //,CORAnn • • •2 tnep aS tb Principal • 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 ATTEST: ont 1 ,moo Va.) V (Address) Witness as to Surety K'A n ne Vogel, Witness as to Surety 2000 S Colorado Blvd., Tower Its Suite 150 (Address) 1 day of (number) • counterparts. each one By Principal o n M. Warren, President 7785 Highland Meadows Parkway, Suite 100 (Address) Fort Collins CO 80528 Travelers Casualty and Surety Company of America By Surety Attorney -in -Fact Christina L. Townsend, Attorney -in -Fact One Tower Square Denver, CO 80222 Hartford, CT 06183 (Address) CO �= 'A% . — Es Q : HART:ORD, •z -< "'. COKN. '. ,_,;Ssi NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (arcular 570 as amended) and be authorized to transact business in the State where the PROJECT is located. (Accompany this bond with Attorney -in -fact's authority from the Surety to execute bond, certified to include the date of the bond.) Page 2of2 PAYMENT BOND Bond # 108261575 KNOW ALL MEN BY THESE PRESENTS Connell Resources, Inc That (Name of Contractor) 7785 Highland Meadows Parkway, Suite 100, Fort Collins, CO 80528 Corporation (Corporation Partnership or Individual) (Address of Contractor) and , hereinafter called Principal, Travelers Casualty and Surety Company of America (Name of Surety) One Tower Square, Hartford, CT 06183 (Address of Surety) Hereinafter called Surety, are jointly and severally held and firmly bound unto Board of Weld County Commissioners 1150 O Street, Greeley, CO 80631 hereinafter called OWNER, in the penal sum of And 35/100 (Name of Owner) (Address of Owner) Two Million Four Hundred Eighty-four Thousand Two Hundred Six DOLLARS, ($2,484,206 35 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents THE CONDITION OF THIS OBLIGATION is such that whereas, the Pnncipal entered into a certain contract with the OWNER, dated the j day of , a copy of which is hereto attached and made a part hereof for the construction of WCR 72 and 76 Paving Project, B2500020 NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided form such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor performed in such WORK whether by SUBCONTRACTOR or otherwise, then this, obligation shall be void, otherwise to remain in full force and effect Page 1 of 2 XDP PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time. alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change. extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. Additionally, the Surety agrees to be bound by and fully comply with all of the provisions of the Contract that is the subject of this BOND. PROVIDED. FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in 1 counterparts, each one of which shall be deemed an original, this day of ATTEST: r) II trincrl) Secretary )- Jennifer Lin � pfsin ecretary �• f (SEAL) ‘‘`eE,,,/ ,, .., 0 • • 4.9 •'apos? •-. , Z v .. 0 :1 '••.SEAL :�' Witness a4'tcryincipa( • •. 7785 Hialamtl �' Parkway, Suite 100 I / (Address) Fort Collins, CO 80528 ATTEST: 'aanne Witness as to Surety K'Anne E. Vogel, Witness as to Surety (number) Connell esources, Inc. By z PnrC'a '`John M. Warren, President 7785 Highland Meadows Parkway, Suite 100 okddress) Fort Collins, CO 80528 Travelers Casualty and Surety Company of America By Surety Attorney -in -Fact Christina L. Townsend, Attorney -in -Fact 2000 S Colorado Blvd., Tower II, Suite 150 One Tower Square (Address) (Address) `,,,�� ;►I l l lllf/...... .,`.0 PNL' SURE rel% :�, k 0 ` tap, Ts — c HAR`- TORD 'Z c -= 0 eic 7. CONN. -d )1: te 0.1 : --4 e. � . � dd c4�a Denver, CO 80222 Hartford, CT 06183 NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Ci-cular 570 as amended) and be authorized to transact business in the State where the PROJECT is located. (Accompany this bond with Attorney -in -fact's authority from the Surety to execute bond. certified to include the date of the bond.) Page 2 of 2 TRAVELERS] Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company Farmington Casualty Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America. Travelers Casualty and Surety Company, St. Paul Fire and Marine Insurance Company, and Farmington Casualty Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"). and that the Companies do hereby make. constitute and appoint Donna L. Adams, Ashley K. Anderson, Barbara J. Arnold, Timothy J. Blanchard, Lynn Christine Bosman, Mary Ann Eurich, Vickie Golobic, Andrew P Walters, Nikki M. Mosbrucker, Terri L. Reese, Robert Charles Torrez, Christina L. Townsend, K'Anne E Vogel, Nicole Lee McGuire, and Jennifer J. Walker of Denver, Colorado, their true and lawful Attorney -in -Fact to sign,execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons. guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. including the following bond: Surety Bond No.: 108261575 OR Project Description: Principal: Connell Resources, Inc. Obligee: Board of Weld County Commissioners IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April 2021. State of Connecticut City of Hartford ss. By Robert L. Raney enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney. who acknowledged himself to be the Senior Vice President of each of the Companies, and that he. as such. being authorized so to do. executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF. I hereunto set my hand and official seal. My Commission expires the 30th day of June. 2026 rN � • /.vTARY t f* .44„ *, C-NrVFC� .O;c;;"43.,>•, i nna P.t nna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies. which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman. any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer. the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds. recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance. or conditional undertaking. and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company. provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President. the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary: or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is FURTHER RESOLVED. that the signature of each of the following officers: President. any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes. the undersigned, Assistant Secretary of each of the Companies. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies. which remains in full force and effect. Dated this day of lot .i,, le Z. Qr • r 4. .. Le). .• r - c HART7ORD .z = r. • CONN. G� . . ., _ ,j •. . 1.5 a; rte' f 'Kevin E. Hughes, Assis ant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney -in -Fact and the details of the bond to which this Power of Attorney is attached. Contract Form Entity Information Entity Name* Entity ID* CONNELL RESOURCES, INC ;1)00004953 Contract Name* WCR 72 AND 76 PAVING PROJECT Contract Status CTB REVIEW Q New Entity? Contract ID 9537 Contract Lead* MBEDELL Contract Lead Email MBedellgweld.gov Parent Contract ID Requires Board Approval YES Department Project # SFT-1 4 Contract Description* EARTHWORK, DRAINAGE, AND ASPHALT PAVING IMPROVEMENTS FOR TWO MILES OF EXISTING ROADWAY; WCR72 BETWEEN 33 AND 35, AND WCR76 BETWEEN 29 AND 31. Contract Description 2 Contract Type* CONTRACT Amount* 52,484,206.35 Renewable* N O Automatic Renewal N O Grant N o 1GA N O Department PUBLIC WORKS Department Email CM- PublicWorks@weld.gov Department Head Email CM-PublicWorks- DeptHeadgweld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Date* 06/09'2025 Due Date 06'05,'2025 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO N ote: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Review Date* 12 31/2025 Committed Delivery Date Contact Type Contact Email Renewal Date Expiration Date* 12/31 2025 Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head .CURTIS HALL DH Approved Date 06/03 2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 06111 2025 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 06 04 2025 06/ 06 , 2025 Tyler Ref # AG 061125 Originator MBEDELL PUBLIC WORKS DEPARTMENT (970) 400-3750 1 1 1 1 H St., P.O. Box 758 Greeley, CO 80632 May 23, 2025 To: Board of County Commissioners Subject: Award Recommendation for WCR 72 and 76 Paving Project B2500020 As advertised, this solicitation was for WCR 72 and 76 Paving Project. On May 16, 2025, four proposals were submitted for construction services. The proposals were submitted by Connell Resources Inc, Martin Marietta Materials Inc, Asphalt Specialties Company Inc, and Coulson Excavating Company Inc. Five separate Public Works staff reviewed and scored the proposals and the result of the scoring process is attached. The highest scoring proposal submitted by Connell Resources Inc. meets all the proposal requirements. Therefore, the recommendation is to award the contract to Connell Resources Inc., for a total amount of $2,484,206.35. If you have any questions, please contact me. Sincerely, Curtis Hall Director Co/ Z z X25- 38`6 EC-, 003 WCR 72 and 76 Paving RFP Scoring and Ranking Summary Date: 05-23-2025 Technical Technical (250 Total Score Max) Committee Members Reviewer 1 Reviewer 2 Reviewer 3 Reviewer 4 Reviewer 5 w F- Connell 40.50 44.50 40.50 33.00 37.00 195.50 Coulson 33.50 33.00 34.00 26.40 32.50 159.40 U Q � Asphalt Specialties 35.50 30.00 20.00 23.50 25.50 134.50 z Martin Marietta 42.00 42.50 39.75 26.40 35.50 186.15 0 Schedule Members Total Schedule Score (100 Max) Committee Reviewer 1 Reviewer 2 Reviewer 3 Reviewer 4 , Reviewer 5 c Connell 19.67 19.67 19.67 19.67 19.67 , 98.35 Coulson 19.67 19.67 19.67 19.67 19.67 98.35 U Q i- Asphalt Specialties 20.00 20.00 20.00 20.00 20.00 100.00 z 0 Martin Marietta 20.00 20.00 20.00 20.00 20.00 100.00 Cost (150 Total Score Cost Max) Committee Members Reviewer 1 Reviewer 2 Reviewer 3 Reviewer 4 Reviewer 5 ce Connell , 30.00 30.00 30.00 30.00 30.00 150.00 Coulson 28.08 28.08 28.08 28.08 28.08 140.40 U Q t- Asphalt Specialties 25.92 25.92 25.92 25.92 25.92 129.60 z Martin Marietta 24.84 24.84 24.84 24.84 24.84 124.20 0 Total Score (500 RFP Max) Ranking RFP Summary cc � Connell 443.85 1 Coulson 398.15 3 U Q H Asphalt Specialties 364.10 4 z O O Martin Marietta . 410.35 2 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverettCa.weld.00v cgeiserta,weld.gov ttavloraweld.gov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: MAY 15, 2025 REQUEST FOR: WCR 72 & WCR 76 PAVING PROJECT DEPARTMENT: PUBLIC WORKS BID NO: B2500020 PRESENT DATE: MAY 21, 2025 APPROVAL DATE: TBD VENDOR COULSON EXCAVATING COMPANY INC 3609 MADISON AVENUE LOVELAND CO 80537 ASPHALT SPECIALTIES COMPANY INC 345 W. 62N° AVENUE DENVER CO 80216 CONNELL RESOURCES INC 7785 HIGHLAND MEADOWS PKWY, STE 100 FORT COLLINS CO 80528 MARTIN MARIETTA MATERIALS INC 1800 NORTH TAFT HILL ROAD FT. COLLINS CO 80521 THE PUBLIC WORKS IMPARTMENT IS REVIEWING THE PROPOSALS. 2025-1388 s/z ECI00SS
Hello