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
20221513.tiff
Cor4vaci- Pik (o(3(n ( 1 l [) �SI'k{W C t)t N l l& ,l—' t t )N IRA(' I INCi C t a\ 11' ,N Y flt 1 \ALEN I � WELD REC, I SCREENING ltEENING & CO'NC:RI 1 t�,:{.�C Rl rSf IING CON THIS AGREEMENT' is made and entered into this IA' day of0tA.19 2022, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 11.50 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and J-2 Contracting Company whose address is 105 Coronado Ct. Unit A-101 Fort Collins, CO 80525, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary' to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: I. Introduction. The teens of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2200089". The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Tcrm. The term of this Agreement begins upon the date of the execution of this Agreement GL: Conte -n+ d -9L' 01/ Una ZZ 7/a6/aa 1022 -151S - g6 0 OW by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation tier work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $144,750.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the I.ocal Government Budget Law (C.R S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entited to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary' nature of this confidential information and of the restrictions imposed by this agreement. 1 I. Warranty, Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Renuireme:nt : Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in Force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability' of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor From liabilities that might arise out of the performance of the work under this Contract by the Contractor. its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any' statutes, ordinances, regulation, law or court decree. 'Elie Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. 1 pis of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during tite term o f any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the C'ontractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $ I ,000,000 general aggregate; S1,000,000 Personal Advertising injury $5,000 Medical payment one person Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: Ali subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. I5. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related Io this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received_ 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perforrn any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Duane R. Naibauer. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: J-2 Contracting Company Attn.: President, Chris Leone Address: 105 Coronado Ct. Unit A-101 Fort Collins, CO 80525 E-mail: chrisleone@j2contracting.com Phone:970-392-0694 County: Name: Duane R. Naibauer Position: Weld County road and Bridge Construction Supervisor Address:11 11 [1 Street, Greeley, CO 80632 E-mail: dnaibauer@weldgov.com Phone: 970-400-3786 or 970-381-4802 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County, payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. ft' any teen or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County. Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void, In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with at1 illegal alien who will perform work under this contract, Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(e). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract ter services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall. terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. if Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and nut altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. if Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 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 R, 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. IT.NESS WHEREOF, the parties hereto have signed this Agreement this Qv,� day of , 2022. COIttTR GTOR: _r z caNritA.nriv �p. By: Nam etlACS G6oNE Title: P,Q 'l ger Date 7/9!/20zz WELD C�1 TiQGGIWJ �• "�.�;,A ATTEST: Weld C • u ty Clerk to the BY: BOARD OF COUNTY COMMISSIONERS LD COUNTY, COLORADO Deputy CI t K. James, Chair JUL 2 0 2022 X0-2.2—/573 WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR PROJECT: RECYCLED ASPHALT Screening and Concrete Crushing (With Renewal Options for 2023/2024} el d 1sjerikeetil) 1' - 7174**N...„18, • sien - 7.....-- —.1 %NI t..‘ EN N. we ..- eamispoibeSsellir fa.----e— --%, . iA . s : " I ` ' \ 1) litr frkrte i IA iii. 7 . . ee . : L 1 . 1 , E •,... : J. _ 4 . a CO U NT - I - ‘etior 4 ' ii.? t 1 May 2022 Weld County Public Works Division of Road and Bridge P .O . Box 758 1111 H Street Greeley, Colorado 80632 970-304-6496 B2200089 - 1 - TABLE OF CONTENTS The following checked forms and provisions take precedence over plan drawings and supplement the 2017 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications) which is to be used to administer the construction of this project BIDDING REQUIREMENTS. *All Bidders must submit these forms with their Bid Notice to Bidders 3 Invitation for Bids Instructions to Bidders *Anti -Collusion Affidavit Specifications/Scope of Work/Terms and Conditions *Bid Schedule *Bid Bond Receipt of Addenda *IRS Form W-9 *Statement of qualifications and Subcontractors WELD COUNTY CONTRACT FORMS **Low Bidder must submit these forms prior to Contract Award **Notice of Award _ **Sample Agreement **Performance Bond Notice to Proceed Appendix 3 4-12 13 14-15 16 17-18 19 20 21-24 25 26-35 36-37 38 Project Location Map — -- ------------------ -- -------------- ----------- -----39 40 B2200089 - 2 - ;t . ° .atbs�-? .' kat 0.i !- AAP) • • 4 REQUEST FOR BID % . . se WELD COUNTY, COLORADO g • '�` " 1150 O STREET it : irs ; \ill I *- —mono � ,1 DATE : MAY 13 , 2022 BID NUMBER : B2200089 • DESCRIPTION : RECYCLED ASPHALT SCREENING & t� � ' ' r �• ' CONCRETE CRUSHING DEPARTMENT : PUBLIC WORKS BID OPENING : JUNE 2, 2022 1 . NOTICE TO BIDDERS : The Board of County Commissioners of Weld County, Colorado , by and through its Controller (collectively referred to herein as , " Weld County" ) , wishes to purchase the following : The project in general consists of producing up to 20 , 000 Tons of 3/4 " minus millings and up to 5 , 000 Tons of 3/ " crushed concrete with some screened 1 " to 3 " clean concrete cobble . Weld County will furnish the location and materials to be crushed . The contract is a one - year commitment with the option of renewal for up to two years . RECYLCED ASPHALT SCREENING & CONCRETE CRUSHING Bids will be received for the above stated equipment up to , but not later than : JUNE 2, 2022 at 11 : 00 AM ( MDT ) (Weld County Purchasing Time Clock ). The submitted bids will be read over a Microsoft Teams Conference Call on JUNE 2 , 2022 at 11 : 30 AM . To join , call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Administration Building , St . Vrain Meeting Room , 1150 O Street , Greeley , CO 80631 . Phone Number ( 720) 439-5261 Conference ID : 92650525 PAGES 1 -- 11 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE . NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 1 MAY BE APPLICABLE FOR EVERY PURCHASE , BID SPECIFICS FOLLOW PAGE 11 . 2. INVITATION TO BID : Weld County requests bids for the above -listed merchandise , equipment , and/or services . Said merchandise and/or equipment shall be delivered to the location (s) specified herein Bids shall include any and all charges for freight , delivery, containers , packaging , less all taxes and discounts , and shall , in every way , be the total net price which the bidder will expect the Weld County pay aY if awarded the bid . You can find information concerning this request on the BidNet Direct website at https : //www. bidnetdirect . com/ Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non -profit and governmental entities . Participating entities post their bids , quotes , proposals , addendums , and awards on this one centralized system . B2200089 , 3 Bid Delivery to Weld County 1 . Emailed bids are required . Email bids to bids@weldgov . com ; however, if your bid exceeds 25MB please upload your bid to https : //www. bidnetdirect . com . The maximum file size to upload to BidNet Direct is 500 MB . PDF format is required . Emailed bids must include the following statement on the email : " I hereby waive my right to a sealed bid " . An email confirmation will be sent when we receive your bid/proposal . Please call Purchasing at 970 .400-4223 or 4222 with any questions 3 . INSTRUCTIONS TO BIDDERS : INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature . Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative , followed by the signature and title of the person signing . Bids by corporations must be signed with the legal name of the corporation , followed by the name of the state of the incorporation and by the signature and title of the president , secretary , or other person authorized to bind it in the matter . The name of each person signing shall also be typed or printed below the signature . A bid by a person who affixes to his signature the word " president , " "secretary , " "agent , " or other title without disclosing his principal , may be held to be the bid of the individual signing . When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished . A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid . All bidders shall agree to comply with all of the conditions , requirements , specifications , and/or instructions of this bid as stated or implied herein . All designations and prices shall be fully and clearly set forth . All blank spaces in the bid forms shall be suitably filled in . Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms . The Bid Proposal must be filled out completely. in detail , and signed by the Bidder. Late or unsigned bids shall not be accepted or considered . It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1 , entitled , " Notice to Bidders . " Bids received prior to the time of opening will be kept unopened in a secure place . No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified . Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award . Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded . Bidders are expected to examine the conditions , specifications , and all instructions contained herein , failure to do so will be at the bidders ' risk . In accordance with Section 14-9(3) of the Weld County Home Rule Charter , Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality . It is also understood that Weld County will give preference to suppliers from the State of Colorado , in accordance with C . R . S . § 30- 11 - 110 (when it is accepting bids for the purchase of any books , stationery , records , printing , lithographing or other supplies for any officer of Weld County) . Weld County reserves the right to reject any and all bids , to waive any informality in the bids , to award the bid to multiple vendors , and to accept the bid that , in the opinion of the Board of County Commissioners , is to the best interests of Weld County . The bid (s ) may be awarded to more than one vendor . B2200089 - 4 - In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C R S §8-17 5-102(5)(c) Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement Successful bidder shall not use E- Venfy Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C R S §8-17 5-102(5), by the Colorado Department of Labor and Employment If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees Successful bidder shall deliver to County, a wntten notanzed affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program If Successful bidder fails to comply with any requirement of this provision or of C R S §8-17 5-101 et seq , County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages Except where exempted by federal law and except as provided in C R S § 24-76 5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C R S § 24-76 5-103(4), if such individual applies for public benefits provided under the contract If Successful bidder operates as a sole propnetor, it hereby swears or affirms under penalty of perjury that it (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C R S § 24-76 5- 101, et seq , and (c) shall produce one of the forms of identification required by C R S § 24-76 5-103 pnor to the effective date of the contract 5. GENERAL PROVISIONS A Fund Availability' Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropnated, budgeted and otherwise made available By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year 82200089 - 5 - q-•-..^^wR`, B . Trade Secrets and other Confidential Information : Weld County discourages bidders from submitting confidential information , including trade secrets , that cannot be disclosed to the public . If necessary , confidential information of the bidder shall be transmitted separately from the main bid submittal , clearly denoting in red on the information at the top the word . "CONFIDENTIAL . " However, the successful bidder is advised that as a public entity , Weld County must comply with the provisions of C . R . S . 24-72 -201 , et seq . , the Colorado Open Records Act ( CORA) , with regard to public records , and cannot guarantee the confidentiality of all documents . The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C . R . S . 24-72-204 ( 3) (a ) ( IV) (Trade secrets , privileged information , and confidential commercial , financial , geological , or geophysical data ) . If Weld County receives a CORA request for bid information marked " CONFIDENTIAL " , staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure . Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified . Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential . C . Governmental Immunity : No term or condition of the contract shall be construed or interpreted as a waiver , express or implied , of any of the immunities , rights , benefits , protections or other provisions , of the Colorado Governmental Immunity Act § §24- 10- 101 et seq . , as applicable now or hereafter amended . D . Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee . He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract . Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County . The successful bidder and its employees and agents are not entitled to unemployment insurance or workers ' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees . Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party . The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes ( if applicable ) incurred pursuant to the contract . The successful bidder shall not have authorization , express or implied , to bind Weld County to any agreement , liability or understanding , except as expressly set forth in the contract . The successful bidder shall have the following responsibilities with regard to workers ' compensation and unemployment compensation insurance matters : (a ) provide and keep in force workers ' compensation and unemployment compensation insurance in the amounts required by law , and ( b) provide proof thereof when requested to do so by Weld County . E . Compliance with Law : The successful bidder shall strictly comply with all applicable federal and state laws , rules and regulations in effect or hereafter established , including without limitation , laws applicable to discrimination and unfair employment practices . F . Choice of Law : Colorado law , and rules and regulations established pursuant thereto , shall be applied in the interpretation , execution , and enforcement of the contract . Any provision included or incorporated herein by reference which conflicts with said laws , rules and/or regulations shall be null and void . G . No Third -Party Beneficiary Enforcement : It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement , shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract . It is the B22OOO89 - 6 - express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only H Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder I Disadvantaged Business Enterprises Weld County assures that disadvantaged business enterpnses will be afforded full opportunity to submit bids in response to all invitations and will not be discnminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award J Procurement and Performance. The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement K Term The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities descnbed in the Bid L Termination County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice Furthermore, this Agreement may be terminated at any time without notice upon a matenal breach of the terms of the Agreement M Extension or Modification Any amendments or modifications to this agreement shall be in writing signed by both parties No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder N Subcontractors- The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors 82200089 - 7 - O !Warranty The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests Service Calls in the First One Year Period The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year penod after said goods are first supplied to Weld County Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted 1 Detailed equipment specifications to include the warranty 2 Descriptive literature P Non -Assignment The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior wntten approval of County Any attempts by the successful bidder 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 the successful bidder hereunder Such consent may be granted or denied at the sole and absolute discretion of County Q Interruptions Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions R Non -Exclusive Agreement This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature S Employee Financial Interest/Conflict of Interest — C R S §§24-18-201 et seq and §24-50- 507 The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests Dunng the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authonzes funding to the successful bidder 82200089 - 8 - T Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent junsdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the onginal intent of the parties U Binding Arbitration Prohibited Weld County does not agree to binding arbitration by any extra- judicial body or person Any provision to the contrary in the contract or incorporated herein by reference shall be null and void ✓ 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 W Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code X Taxes* County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County 6 INSURANCE REQUIREMENTS General Requirements Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covenng all operations, goods or services provided pursuant to this request Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and dunng any warranty period The required insurance shall be underwntten by an insurer licensed to do business in Colorado and rated by A M Best Company as "A" VIII or better Each policy shall contain a valid provision or endorsement stating "Should any of the above-descnbed policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested Such wntten notice shall be sent thirty (30) days pnor to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder Successful bidder shall be responsible for the payment of any deductible or self -insured retention County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors The successful bidder shall assess its own risks and if it deems appropnate and/or prudent, maintain higher limits and/or broader coverages The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement Any modification to these requirements must be made in wntmg by Weld County 82200089 - 9 - The successful bidder stipulates that it has met the insurance requirements identified herein The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all matenals and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character ansing out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures, or in its provisions of the matenals required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree This paragraph shall survive expiration or termination hereof It is agreed that the successful bidder will be responsible for pnmary loss investigation, defense and judgment costs where this contract of indemnity applies In consideration of the award of this contract, the successful bidder agrees to waive all nghts of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement Types of Insurance The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covenng all of the successful bidder's employees acting within the course and scope of their employment Policy shall contain a waiver of subrogation against the County This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act , AND when such successful bidder or subcontractor executes the appropnate sole propnetor waiver form Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows $1,000,000 each occurrence, $2,000,000 general aggregate, $2,000,000 products and completed operations aggregate, $1,000,000 Personal Advertising injury Automobile Liability. Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid Proof of Insurance County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion 82200089 - 10 - Additional Insureds For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured Waiver of Subrogation. For all coverages, Successful bidder's insurer shall waive subrogation nghts against County Subcontractors. All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement Those documents are specifically incorporated herein by this reference B2200089 - 11- x The undersigned , by his or her signature , hereby acknowledges and represents that : 1 . The bid proposed herein meets all of the conditions , specifications and special provisions set forth in the request for proposal for Request No . #B2200089 . 2 . The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes . 3 . He or she is authorized to bind the below- named bidder for the amount shown on the accompanying proposal sheets . 4 . The signed bid submitted , all of the documents of the Request for Proposal contained herein ( including , but not limited to , product specifications and scope of services) , and the formal acceptance of the bid by Weld County , together constitutes a contract , with the contract date being the date of formal acceptance of the bid by Weld County . 5 . Weld County reserves the right to reject any and all bids , to waive any informality in the bids , and to accept the bid that , in the opinion of the Board of County Commissioners , is to the best interests of Weld County . The bid ( s ) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY , STATE , ZIPCODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE WELD COUNTY fS EXEMPT FROM COLORADO SALES TAXES . THE CERTIFICATE OF EXEMPTION NUMBER IS #98 -03551 -0000 . YOU DO NOT NEED TO SEND BACK PAGES 1 - 11 . B2200089 - 12 - COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT LiNAT 7 I hereby attest that I am the person responsible within my firm for the final decision as to the pnce(s) and amount of this bid or l 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 arnved at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competttion with any other firm or person who is a bidder or potential prime bidder 2A Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project and will not be so disclosed prior to bid opening 26 Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm 3A No attempt has been made to solicit, cause or induce any him 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 36 No agreement has been promised or solicited for any other him or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementarybid on this project 4 The bid of my firm is made in good faith and not pursuant to any consultation communication agreement or discussion with or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom petdive 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 m connection with this or any other protect in consideration for an agreement or promise by any him 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 thls project 6 My firm has not accepted or been promised any subcontract or agreement regarding the sale of matenals or services to any firm or person, and has not been promised or pald cash or anything of value by any firm or person whether in connection with this or any other project in consideration for my firms submitting any intentionally high noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project 7 I have made a diligent inquiry of all members officers employees and agents of my him 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, consuttatlon, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representatlito made in this aAr:i 8 I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation of the true facts relating to submission of bids for this contract I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE an ra �r umrrrrrmp,nl r�m� , i.,, Trite in1 Cr rfd I. I'3 ml �! >nndn) , and ,li .. 11 ?n UT By - I "" 1 alt Sworn to before me this day of 20 1J l.Jmm s"l rl 2 IIIIa NOTE This document must be signed in ink COOT Form %06 1/02 62200089 - 13 - SPECIFICATIONS AND/OR SCOPE OF WORK. The Colorado Department of Transportation, 2021 Standard Specifications for Road and Bridge Construction, are the guidelines for the construction standards of this project The following general conditions supplement the 2021 Standard Specifications for Road and Bridge Construction Purpose. This project in general consists of producing 20,000 tons of %' minus millings and 5,000 tons of crushed concrete The contractor shall screen off approximately 34% of 1" to 3" clean aggregate and stockpiled separately When computing tonnage of crushed concrete, the 3/" minus shall be scaled on stacker accounting for 66% of total concrete crushed with 34% added for the 1" to 3" clean that is not scaled to make a total of 100% crushed concrete Weld County will furnish the location and materials to be crushed and/or screened The contractor will produce the millings with a screen plant that will be fed by county crews and equipment GENERAL CONDITIONS ARID SCOPE. 1 The County will furnish the matenal to be crushed, location, one (1) track excavator with operator and two (2) loaders with operators 2 Asphalt Millings The contractor will need to furnish a screen plant to screen asphalt millings producing %" material Contractor will also furnish one 70ft stacker with scale for tonnage and power to operate stacker 3 Concrete Material The contractor will need to furnish an impact crusher capable of crushing %" minus material and screening off 1" to 3" clean concrete cobble Contractor will also furnish one 70ft stacker with scale for tonnage and power to operate stacker 4 The full-time on -site support member is to operate and perform all maintenance on contractor owned equipment that will be used The on -site support member line item will not be used during the set up/tear down of equipment and/or when contractor owned equipment breaks down Contractor will supply fuel for contractor equipment and Weld County will supply fuel for Wed County equipment 5 Weld County will select the bidder based on the lowest cost to the County, 6 Payment shall be made according to the bid pnces per ton of material produced as determined by certified scale on the stacker Contractor shall supply documentation of last certification of scale on stacker 82200089 - 14 - 7 . The Contractor shall follow all OSHA AND MSHA regulations . 8 . Weld County Public Works personnel normally work 7 :00am to 3 : 30pm , Monday through Friday . Working after 3 : 30pm and Saturday/Sundays will need approval from Road and Bridge Construction Supervisor Duane Naibauer. Weld County Contacts : Question related to the project and procedures should be directed to : Duane R. Naibauer — Road and Bridge Construction Supervisor Curtis Hall — Deputy Director Weld County Public Works Weld County Public Works ( 970) 400-3786 ( 970 ) 400-3721 dnaibauer@weldgov. com chall@weldgov. com * The successful vendor is required to sign a separate contract ( a sample contract is included as a separate attachment. ) TERMS AND CONDITIONS : This one -year contract is renewable for up to ( 2 ) additional years . Material cost adjustments will be considered at the end of each calendar year that this contract represents . Any price adjustments must be verified by justification of base bid cost increase of materials, labor or other associated items included in the original cost of the material supply . Cost increase must be consistent with regional trends . Weld County will use the ENR Cost Index. The base price per ton may increase from one year to the next by no more than the increase reflected in the Engineering News Record for the cost index for the Crushed Stone/Asphalt Course out of Denver as a measure of reasonableness for justified increase . Price adjustments will not be implemented without final approval from Weld County . Weld County reserves the right to cancel this contract and re- bid the Recycled Asphalt Crushing contract if, in the opinion of the Public Works Director, the cost increase is not justified or consistent with regional trends . BID SUBMITTAL INSTRUCTIONS The following items must be completed and submitted with your bid on or before the bid opening deadline of 11 : 00 AM on JUNE 2, 2022 : 1 ) Completed pages 12 thru 40 of the Bid Specifications . 2) W9 , if applicable * . 3) Any future Addenda must be completed * A current W9 is required for new bidders . If you have previously worked with Weld County , only provide your W9 if there has been a change . Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected . B2200089 - 15 - BID SCHEDULE 2022 Recycled Asphalt/Concrete Crushing Item Number Description Unit Est. Quantity Unit Price Contract Bid 1 Mobilization (East Davis, Kersey Grader Shed, Mead Grader Shed) Each 4 2 Cost per Ton Screening Asphalt Millings Ton 20,000 3 Cost per Ton Crushing & Normal Chamber/Blow Bar Wear (Concrete) Ton Min 5,000 4 On -site Support Member Day 24 5 70 ft stacker with scale and power to operate Day 24 Total * The successful vendor is required to sign a separate contract (a sample contract is included as a separate attachment ) B2200089 -16 - BID BOND PROJECTS Recycled Asphalt/Concrete Crushing KNOW ALL MEN BY THESE PRESENTS, that as Principal, and as Surety, are hereby held and firmly bound unto Weld County, Colorado (hereinafter called the "Owner") in the penal sum of Dollars ($ ), 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 THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid dated , 2022 for the PROJECTS Recycled Asphalt/Concrete Crushing as set out in the accompanying Bid WHEREAS, the Owner has required as a condition for receiving said Bid that the principal deposit with the Owner either a certified check equivalent to not less than five percent (5%) of the amount of said Bid or in lieu thereof furnish a Bid 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 NOW THEREFORE, if the principal shall, within the period specified therefore A On the attached prescribed forms presented to him for signature, enter into a written Contract with the Owner in accordance with his Bid as accepted, and give a Performance Bond with good and sufficient sureties, as may be required upon the forms prescribed by the Owner for the faithful performance and the proper fulfillment of said Contract, or B Withdraw said Bid within the time specified, or C Pay to the Owner the sum determined upon herein as liquidated damages, and not as a penalty, then this obligation shall be void and of no effect, otherwise to remain in full force and effect IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this day of , 2022 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 Address ATTEST By ATTEST By By Surety Address 62200089 - 17 - INSTRUCTIONS The full firm name and residence of each individual party to the bond must be inserted in the first paragraph If the principal is a partnership, the full name of all partners must be inserted in the first paragraph which must recite that they are partners composing the partnership (to be named), and all partners must execute the bond as individuals The state of incorporation of each corporate party to the bond must be inserted in the first paragraph and the bond must be executed under the corporate seal of said party attested by its secretary or other authorized officer Power of Attorney must accompany this bond when signed by other than an officer of either the principal or surety A standard panted bond form may be used in lieu of the foregoing form provided that the security stipulations protecting the Owner are not in any way reduced by use of such standard printed bond form B2200089 -18 - RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents . Addendum No . __._--- -- Date : A_ - --- By : Addendum No. Date : By : Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule . Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed . The undersigned , by his or her signature, hereby acknowledges and represents that : 6 . The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No . 482200089 7 . The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes . 8 . He or she is authorized to bind the below- named bidder for the amount shown on the accompanying proposal sheets. 9 . The signed bid submitted, all of the documents of the Request for Bid contained herein ( including, but not limited to, product specifications and scope of services ), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 10 . Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County . FIRM BY ( Please print ) • BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E -MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES . THE CERTIFICATE OF EXEMPTION NUMBER IS #98 -03551 -0000 . B2200089 - 19 - cx;- Form ' ® (Ae, August 2013) tJe�jtatummonlw rrr��st.y Intstntl Ratemw StrixN Request for Taxpayer Identification Number and Certification GT. Form to the requester Do not send to the IRS Namo (as.shann on you imamo tax return) a Bossiness name/disregarded entity muse if different from above m rn n ( heck appropriate box for federal tax riassrficahon 0 ❑ IndrvtdiralIsola proprietor ❑ C Lorporafiorh ❑ S Corporation ❑ Parinersfup U Trust/estate a ag ❑ Limned Uablltty company Enter the lax classification (C=C corporation S=S corporation P=par lnership) I.Exemption a. ❑ a other (site instructions) P. Exemptions Exempt payee code (if any) (see Instructions) code (if any) frrxn FATCA repotting EAddress (number slmet and aril or ^tutu no ) O Requester s name and addroas (optional) m City state and ZIP code Ust at.catnt nu nber(s) here (ojtttonnat) axpayer en Ica ion Number Enter your TIN in the appropnate box The TIN provided must match the name given on the "Name line I Soclat sooarHy number to avoid backup withholding For individuals this is your social security number (SSN) However for a resident alien sole propnetor or disregarded entity see the Part I mstruchons on page 3 For other enMtes rt rs your employer identification number (EIN) ff you do not have a number see How to get a TIN on page 3 Note If the account is in more than one name see the chart on page 4 for guidelines on whose number to enter J Employer identification number P'a�ttll: Certification I 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 wthholdmg because (a) I am exempt from backup withholding or (b) I have oat been notified by the Internal Rovenua 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 Certdtptlan mstructione You must cross out item 2 above rt you have been notified by the IRS that you are curremly subject to backup wtthholdmg 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 contnbutions to an individual retirement arrangement (IRA) and generally payments other than mterest and dividends you are not required to sign the certification, but you must provide your correct TIN See the instructlans on page 3 Sign I srgnahae of Here l u s person ► Date ► General Instructions Section references are to the Internal Revmue Code unless otherwise noted Ftnnre developments The IRS has seated a page on IRS.gav fa mfamaUexn about Fu vi W-9 at wwTit rs gnvAv9 Irdonnahon at eoUt any future developments affecting Fam W-0 (such as Iegishtion wart. after ore release it) will be ported on (lvit page Purpose of Form A person who is regtnred to Mean information return with the IRS must obtain yrxe wrcr,ct taxpayer Idantificahot numlxy (nM to repot to example income paid to you piAt male le yai m satgemetit t p.tymenl card and Ifenl parry network BrIrannadians coat estate Uan>xe,Uons malgaga inkrtstyou paid arquatwrr or io xiem itt ofslr=d praparry iem=1tahon of debt orcontnbtieons you made to an IRA tl>e I tNm W 0 only d yai aro a IJ S person pndudmg a residrnl aUrxi) to pra+idu your rarest iIN to ttv, r son requ li d {the regirestar) end, when applicable to t t ty that the TIN you are giving is correct (a you are waiting for a number to be issual) 2 Certify that you are not suble, to backup withholding, or 3 Claim dxrxnpirul horn b wltup wdhholdmg d you rue a U S exempt fzryai U applcable, yon ue ako xpilyug ah t as a U S pawn yarr agocabbs share o1 any partnership intone train a ll S trade or business Is not subter t to the wahholdmg tax on foreign partners share of effectively connected intone and 4 Comfy tlmt FATCA uxle(>) entered con this tam �f any) mdlcafing that "e are exempt nom the FATCA repaUng is raxrecY Note It you aro a U S person and a requester gives you a form other than Form W-9 to request your TIN you must use the requester's fomh if d Ls substantially >Imllar to ih�s Form W g Defmrhm of a U S Person For federal tax purposes you are considered U S person dyou are • An individual who is a U S citizen or U S resident alien • A partnership eorpnation company a eaf1 afiah created a organized 'the United States or under the Iavrs of the United States • An estate other than a foreign estate) or • A demeshc trust (as defined in Regulations section 301 7701-7) Special rules for partnerships ParinersMps That conduct a trade a business m the 7,:',, Stales are genrratly requved to pay a v✓ietc, ding tax under Z7.7, 1446 on cry inreign partners share of erecfively ronneded laxahte el'e ne free such buvrxnss Further to certain easeas where a Fam W-9 has not been mcaved the rotas under section 1140 legato a partnership to proaumo that a partner is a twelfth person and pay the section 1446 withholding tax Therefore R you are a U 5 person that is a par gri in a partnership eonduchng a trade ero btainess m the United States provlJr Fomh yJ 0 to the partnershp to establish your U S status and avoid section 1446 withholding on yotr share of partner. uhcrnne Cal No 10231X Form W-9 (Rev 8-7013) 62200089 - 20 - STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT: All questions herein must be answered by all bidders and the information given must be legible, clear in meaning and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submit any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the lowest reliable, responsible and qualified bidder as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. 1. Name of Bidder (Company or Firm): 2. Permanent main office address: Phone Number: Fax Number: 3. Year Company was organized: 4. Number of years this Company has been engaged similar construction: Under what firm, company or trade names has this company been engaged in this type of construction, how long under each name and how long has each company been bonding work? 5. List all projects that the Company has under contract at the present time. Show the contract amount and the anticipated date of completion for each: S S S 6. List all contracts which were not completed by the contracted and completion date. Include the project description and state the number of days beyond the contract completion date. 7. List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. 8. List all contracts within the last 3 years during which or after which the Company filed a protest with the owner. B2200089 - 21 - 9. List all contracts within the last 3 years during which or after which any of the Company's subcontractors or suppliers filed a verified statement of claim with the owner or failed to provide the Company with a lien waiver upon request. 10. Has any owner, as party to any of the Company's contracts within the last 3 years, contacted the Company's bonding company concerning late completion of the project, poor performance on the project, etc., or attempted to have the performance bond invoked? If yes, explain in detail. 11. Describe all contracts that the Company failed to complete. 12. Describe all contracts on which the Company defaulted or from which the Company was terminated. 13. List all or a maximum of three (3) of the most recent projects, similar to the project described in these Contract Documents, which the Company has successfully completed within the last 5 years or are under construction at the present time. List the project name, location, project superintendent, owner's representative and phone number, date completed and contract amount for each project. Project Name: Location: Supt: Owner's Representative: Phone: Completion Date: Contract Amount: B2200089 - 22 - Project Name: Location: Supt: Owner's Representative: Phone: Completion Date: Contract Amount: 14. List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE STATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM 15% OR MORE OF THE WORK. SUBCONTRACTOR WORK DESCRIPTION % OF WORK 15. List the principal members of the company who will be involved with this project, including the superintendent, foreman, project manager, etc. NAME TITLE YRS. PERTINENT EXPERIENCE 16. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. 82200089 - 23 - The undersigned hereby swears and affirms that the information contained herein is complete and true and further, hereby authorizes and requests any person, company, firm or corporation to furnish any information requested by the County of Weld in verification of the recitals comprising this Statement of Qualifications and Subcontractors. Dated this day of , 2022. Bidder: Company By: Signature Name: Title: NOTARY County of ) ) ss. State of ) (Please Type) being duly sworn, deposes and says that he is of, (Title) and that the answers to the foregoing questions (Company Name) and all statements therein contained are true and correct. Subscribed and sworn before me this day of, 2022. (SEAL) Commission Expires Notary Public B2200089 _24 - NOTICE OF AWARD PROJECT: Recycled Asphalt Crushing To: Project Description: The project in general consists of producing 20,000 tons of 3/" minus millings. Weld County will furnish the location and materials to be crushed. The contract is a one year commitment with the option of renewal for up to two additional years. This project is not subject to Federal or State contract requirements. The Owner has considered the Bid submitted by you for the above described Work in response to its Invitation for Bids and Instructions to Bidders. You are hereby notified that your Bid has been accepted in the amount of $ or as shown in the Bid Schedule. You are required by the Instructions to Bidders to execute the Agreement and furnish the required Performance Bond, Payment Bond and Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your bid as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this day of , 2022. Weld County, Colorado, Owner By: Duane R. Naibauer, Road and Bridge Construction Supervisor ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by (Contractor) Dated this day of , 2022. By: Title: Controller B2200089 - 25 - SAMPLE 10.20.15 WELD COUNTY AGREEMENT FOR MATERIALS BETWEEN WELD COUNTY & THIS AGREEMENT is made and entered into this _ day of , 202] by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and , [an individual], [a limited liability partnership] [a limited liability company] [a corporation], who whose address is , hereinafter referred to as "Contractor". WHEREAS, insert a brief summary of the materials or equipment needed and services to be provided WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits_ and each of which forms an integral part of this Agreement. Exhibits and are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits and__, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit _ consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B ". The RFP contains all of the specific requirements of County. Exhibit _ consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit_ which is attached hereto and incorporated herein by reference. Contractor shall coordinate with, the Weld County Director of Public Works or other designated supervisory personnel, (the "Manager"), to perform the services described on attached Exhibits and . Contractor shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits` and within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. The material and/or equipment shall be delivered to the location(s) specified herein. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in 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. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 82200089 - 26 - 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. 6. Definitions "Standard:" When the word "standard" is used in the specification to describe an item of equipment or its assembly, it shall be construed to mean that item or assembly so described shall be the latest regular product of the manufacturer thereof, identified by a model or other designation, without the modification or omission of any of its usual parts or the substitution of others therefore, except as hereafter specified, details, capacities and ratings, conforming in every respect to the said manufacturer's catalog or other printed matter describing the item or assembly. Standard subassemblies, accessories, fittings, and finishes shall be construed to be those which are regularly furnished as part of the principle unit or assembly and included in the selling price thereof. "Reputable Manufacturer:" A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior to the date set for opening of bids and who can demonstrate to the satisfaction of Weld County that said manufacturer has successfully installed equipment of the type proposed to be furnished in at least three (3) instances and the performance of such equipment has been satisfactory. Manufacturers having been engaged in the business of manufacturing said equipment for a period of one (1) year prior to the date affixed for opening bids shall, prima facie, be deemed to have been engaged in such business a reasonable length of time. "Or Equal:" The specific equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's equipment of comparable quality, design, and efficiency. 7. General Specifications, conditions, and information. Design: Unless otherwise specified, any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shall be of superior quality and suitable to the use for which it is intended. The technical design shall be in line with the best practice in the industry and the materials and workmanship entering into the construction shall be of the B2200089 - 27 - kinds and qualities which will ensure long life, dependability, and low cost of maintaining and repairing. 8. Compensation/Contract Amount. Upon Contractor's successful completion of the delivery or installation of the material or equipment and County's acceptance of the same, County agrees to pay an amount no greater than $ which is the bid set forth in Exhibit _ Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contractor under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit . Contactor acknowledges that any work it performs or materials or equipment it supplies beyond that specifically authorized by County is performed at Contractor's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the material, service or equipment for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 9. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Unemployment insurance benefits will be available to Contractor and its employees and agents only if such coverage is made available by Contractor or a third party. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contractor shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law (and as set forth in Exhibit provide proof thereof when requested to do so by County. 10. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by 82200089 - 28 - Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 11. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 12. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24- 72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 13. Warranty. The Contractor warrants that materials, equipment, and services covered under this Agreement will meet the standards governing such materials, equipment, and services and the provisions of this Agreement. The Contractor further represents and warrants that all materials, equipment, and services shall be performed and delivered by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all materials, equipment, and services will conform to applicable specifications. In addition to the foregoing warranties, The Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which the Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the materials or equipment. The Contractor warrants that the goods to be supplied pursuant to this bid are fit and sufficient for the purpose intended; and the goods are merchantable, of good quality, and free from defects, whether patent or latent, in material or workmanship; and the goods sold to Weld County, pursuant to this bid, conform to the minimum Weld County specifications as established herein The Contractor shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. All warranties made by the Contractor, together with service warranties' and guarantees shall run to Weld County and its successors and assigns. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: detailed equipment specifications to include the warranty and descriptive literature. Service Calls in the First One Year Period: The Contractor shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. 14. Acceptance of Services Not a Waiver. Upon completion of the work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the materials, equipment, or service completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 15. Public Contracts for Services. C.R.S. §8-17.5-101. B2200089 - 29 - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5- 102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 16. Insurance and Indemnification. General Requirements: Contractors must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods orservices provided pursuantto this request. Contractors shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement statingthatiheCountywillbenotifledofanyredudtion,loss,ormodificationtocoverage. Such noticeshallbesentto the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contractor. Contractor shall be responsible forthe payment of any deductible or self -insured retention. County reserves the right to require Contractor to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its B2200089 - 30 - own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contractor in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Tvpes of Insurance: The Contractor shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 products and completed operations aggregate; Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor's insurer shall name County as an additional insured. 82200089 - 31 - Waiver of Subrogation: For all coverages, Contractor's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor. Contractor shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. Contractors 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 (including asbestos) that may arise from the operations of the Contractor described in the Contractor's scope of services. 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. The policy shall be endorsed to include the following as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional 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". Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 1,000,000 17. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 18. 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. 19. 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. 20. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (S) days following delivery to the United States Postal Service, postage prepaid addressed to a 82200089 - 32 - party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Attn.: President, Address: Address: E-mail: Facsimile: With copy to: Name: Position: Address: Address: E-mail: Facsimile: County: Name: Position: Address: Address: E-mail: Facsimile: 21. 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. 22. 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. 23. 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. 24. 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. 25. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contractor's services and Contractor shall not employ any person having such known 82200089 - 33 - interests. During the term of this Agreement, Contractor shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 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. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 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. Compliance with Davis -Bacon Wage Rates. Contractor understands and agrees that, if required by the provisions of Exhibit the work shall be in compliance with the Davis- Bacon Wage Rates. (If compliance with this statute is required by County under this Agreement, a copy of the information is contained in Exhibit _, County's Request for Proposal, and is a part this Agreement.) 32. Attorneys 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. 33. 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. B2200089 - 34 - 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 and , is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of , 2022 CONTRACTOR By Name Title Date WELD COUNTY ATTEST BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board BY Chair APPROVED AS TO FUNDING APPROVED AS TO SUBSTANCE WELD COUNTY, COLORADO Deputy Clerk to the Board Controller Elected Official or Department Head APPROVED AS TO FORM Controller County Attorney 82200089 - 35 - ....en, � � � � �_-�.�, ,,d,... PERFORMANCE BOND PROJECT: Recycled Asphalt Crushing KNOW ALL MEN BY THE PRESENTS; that ( Name of Contractor) (Address of Contractor) _ , hereinafter called Contractor, and a (Corporation, Partnership, or Individual ) ( Name of Surety ) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado ( Name of Owner) P . O . Box 758, 1111 H Street, GreeleylColorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars, ( $ ), in lawful money of the United States of America, 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 Contractor entered into a certain Contract with the Owner, dated the day of , 2022, a copy of which is hereto attached and made a part hereof for the construction of: PROJECT: Recycled Asphalt Crushing as described in the Invitation for Bids, Bid No . B2200089 NOW THEREFORE, if the Contractor shall well, truly and faithfully perform its duties, all of the undertakings, covenants, terms, conditions, and agreements of said contract during the original 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 force and effect. 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 of the Specifications accompanying the same shall in any way 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. 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 . B2200089 - 36 - PERFORMANCE BOND PROJECT Recycled Asphalt Crushing IN WITNESS WHEREOF, this instrument is executed in two (2) counterparts, each one of which shall be deemed an original, this day of , 2022 Contractor By (Contractor) Secretary (SEAL) (Witness as to Contractor) (Address) (Address) ATTEST (Surety) Secretary (SEAL) By Witness as to Surety Attorney -in -Fact (Address) (Address) 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 (Circular 570 as amended) and be authorized to transact business in the State where the Project is located B2200089 37 NOTICE TO PROCEED Recycled Asphalt Crushing To : _ Date : PROJECT: Recycled Asphalt Crushing as described in the Invitation for Bids, Bid No. B2200084. You are hereby notified to commence Work in accordance with the Agreement dated . The date of completion of all Work is therefore Weld County, Colorado, Owner By Duane R. Naibauer, Road and Bridge Construction Supervisor ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by : (Contractor) Dated this day of , 2022 . By Title B2200089 38 II II • & US Q HIND L o . . C T`I i di k : he_ TI ••Is- • • •_ • i • ; t .. SYAV + i 1 • • ! +LZ� E1uhIS4 OaDril • r _ 1 ' fi 1; ; . ♦ ♦ ♦ I ■I• ea' 1 • • ♦ • ♦ • ♦ • ♦♦ `U "„. gy• p` \`•. • i'•' �+r : r I., •• .. • . • q • .•• ..• or . a • • ea a. . . . . - • . — . . a a . . • _ • f • • I, J ii I a p�p1LS smca , ' • r• an WOt 54 ,g-' . I • (CC>'- •( 4 ..-- • . - e "sqY fr 5 • • 4bF F. El ... • MM It F . — t.41. 0, :,. «• ig! _41 .' .tai 81.: ..0..., r.wmoi. rar.k • r* f • , • e f AI N Weld County POI �•. +ate r • MI SIMI Miles . _.._ 0 01 0 2 0.4 0.6 0.8 • MI bk 1111H si. � � • �y r Greeley, CO 80631 ' r 1 1�ch =0 wiles r�' 97Q �(14�497 • t V s ! t F . ' . Legend ' E-41 p3vls sae hrflhwav l� i; •tC4 IIIIIf .nlSP'; GI 30P.f Shed (:ravPJ ion we id County tAau,l,uled P.'veil Rudd Rfuraupal Paved �L 1 a • I N.@IO C4ur4y dAnmWRlet1 'if;lvllPg3tl Municipal Ii[aVeM t4y �. _► , - :Ia+relJ toad maintenance i•• I 1, B2200089 39 43 Y' East Davis Yard Kersey Grader Shed Site 23782 CR60.5 23636 CR54 .�*WrWrit) ( :t )tircii- r. -' C =� 1� G MEAD its; 'r. . ,f• ., t •. 1 MEAD r ,: s 1 -- - ---,- - g t►'4 4,4 I .r it al Lai" .y.....-s,e , . ..-++.....-- .i.. -wirk • . Paola IWO Cry IlafaAted Rag Pas MS I 'V.71fti1lM Roads Adrai USN il . ill. 1' .mays P!altr•maiseassaishassaamaimembif•-• - r f %rMO�y . • T sAlIC #A 11 I t • laI t i _,.., i _ 1: 1Q127 Ik to. , MS f Ai ?$ Q *3 a t Win Cass"II romp s a is grsaai da1L SS trio reflonlliall in fl a tz 'sloe n.m sin carts+N rpm le&ten istellutaellyssutilr Sliallt W$_IS 1100„Vietasaao+Amithisy 44 * aim%at Seas flit O Will Gamy:1/ms MI5 INV 5 cii 10 BE reen Pat PIIMMGA1113 O Mead Grader Shed Site 5698 CR34 B2200089 40 Rose Everett From: Carol Shima < carol@j2contracting .com > Sent: Wednesday, June 1 , 2022 6: 54 PM To: bids Cc: Chris Leone Subject ' I Hereby Waive My Right To A Sealed Bid " Attachments: 2022 BID SPECS - RECYCLED ASPHALT SCREENING AND CONCRETE CRUSHING Submittal. pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Please see the attached submittal for #B2200089 Recycled Asphalt Screening & Concrete Crushing . Tfianyou, Carol S hima ylciministrator caro (a?j2contracttng. cvm T ft 4 J - 2 Contracting Co. '� 105 Coronado Ct. Unit A, 101 -� GI Fort Collins, CO 60525 Phone : 970 - 392 -0694 o Fax :p 970 - 392 -0695 A 1 The undersigned, by his or her signature, hereby acknowledges and represents that: 1 . The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No . #B2200089. 2 . The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes . 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal sheets . 4. The signed bid submitted , all of the documents of the Request for Proposal contained herein (including , but not limited to, product specifications and scope of services) , and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5 . Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County . The bid(s) may be awarded to more than one vendor. FIRM J-2 Contracting Co , BUSINESS 105 Coronado Ct. Unit A- 101 ADDRESS CITY, STATE, ZIPCODE Fort Collins , CO 80525 TELEPHONE NO 970-392-0694 FAX 970-392-0695 TAX ID # 84- 1346070 PRINTED NAME AND TITLE Chris Leone , President SIGNATURE y:7 _�Act -eaE-MAIL chrisleone@j2contracting . com DATE 6/1 /2022 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98 -03551 -0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 11 . B2200089 - 12 - s COLORADO DEPARTMENT OF TRANSPORTATION NRtUtOt MO B2200089 . ANTI-COLLUSION AFFIDAVIT if.i.:.,rrW Weld County , Colorado n' I hereby attest that I an the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if plot, (let I have written authorization. enclosed herewith, from that person to make the statements set out below on ifs or her behalf are on behalf of my Ilan I further attest that: 1 . the pnce(s) and amount of this bid have been arrived at independently, without consultation, communication or agrtaemrant for thy purpose or with the effect of restricting competition with any other turn or person who is a bidder or potential pririe Dream 2A Neither the price(s) nor the amount of this bid nave been disclosed to any other firm or person who is a bidder or potenllat prime bidder on this project, and will not be so niscloeed prior to bid opening. 28. Neither the prices nor the amount of the bid of any niner firm or person who is a bidder or potential prime bidder on this project nave been disclosed to me or my firm. 3A. No attempt has veen made to solicit. cause or ircluce any firm or person who Is a bidder or potential prime bidder to retrain from bidding an this project, Or to submit a bid higher tan the bid of this trrm, or any intentionally nigh or none carnpetdive WO or other totnn of complementary bite. 38. 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 male to good faith and not pursuant to any consultation, communication, ag'eernont or discussion with, or inducement or solicitation by or trom any firm or person to submit any intentionally nigh, noncom- petitive or other form of complementary bixi. S. My firm nos not offered or entered !ato a sut:c antroct or agreement regarding the purchase of sae of materials ar 3QIVtCOS from arty firm or person, or otterea, promised or paid cash or anything at value to any firm or person, whether In connection with this ur any other preied, in can siderauon for an agreement or promise by any firm or person to retrain from bidding or to submt any Intentionally high, noncompetitive or other roan of complementary bid or agreeing or promising to no so on (tits project 6. My turn nes not eccepled u been promised any subcontract or ,agreornont regarding the sate at materials or services to any term rx person, and has not been promised or paid casts or anything of value by any firm or parson, whether in connection with this or any other project, in consideration for my firm's unwilling any intentionally high, noncompetitive or other form of complementary bid, or agreeing or prnrnrsmg to do so, on this protect 7. i cutoff made a diligent ,nqulry of alt members, officers, employees, and agents of my firm wtln responslbates rotating to the preparation, approval or submission tai coy terns irk! on this project and have oeen advised by each of them that rte or she has not participated in any communication consultation, discussion, awuement 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 cortract. I DECLARE LNOCf PENALTY or PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THA I fit S to IEMENTS MEN i S MADE ON THIS DOCUMENT ARE Time AND COMPLETE TO THE BEST OF MY KNOWLEDGE. ._-- - •.;nPa%!s"i min Srr'cvx v 11±nr [vie J-2 Contracting Co M/ 1 /2022 ' /t President n.ir nIrerwrx ram t•tr(rowan./ -,mne j){9 e rni ',Arrte ) 0di• On r Sworn lc before rue this / AL day of. S kwc_ 20 e a_ L.L.: . , __... cc , . . - ,) . . . ._ _.. . ,. . . . . . ... . . •• • . CAROL L SNIMfA ; �... NOTARY PUBLIC ! Q QO . 8T TL ol< g NOTARY YIC3z0O0L4O4a0e717 NOTE: This document must by nod in ink. .1 MY COMM - • ° . . . . ti - . . ' . i;%- _ I .,..... •_i ot . 4.tt .cons €1D2 B2200089 - 13 - SPECIFICATIONS AND/OR SCOPE OF WORK : The Colorado Department of Transportation, 2021 Standard Specifications for Road and Bridge Construction, are the guidelines for the construction standards of this project. The following general conditions supplement the 2021 Standard Specifications for Road and Bridge Construction . Purpose : This project in general consists of producing 20,000 tons of %' minus millings and 5,000 tons of crushed concrete . The contractor shall screen off approximately 34% of 1 " to 3 " clean aggregate and stockpiled separately . When computing tonnage of crushed concrete, the %" minus shall be scaled on stacker accounting for 66 % of total concrete crushed with 34% added for the 1 " to 3 " clean that is not scaled to make a total of 100 % crushed concrete . Weld County will furnish the location and materials to be crushed and /or screened . The contractor will produce the millings with a screen plant that will be fed by county crews and equipment. GENERAL CONDITIONS AND SCOPE : 1 , The County will furnish the material to be crushed, location , one ( 1 ) track excavator with operator and two ( 2) loaders with operators. 2 . Asphalt Millings : The contractor will need to furnish a screen plant to screen asphalt millings producing 3/" material . Contractor will also furnish one 70ft stacker with scale for tonnage and power to operate stacker. 3 Concrete Material : The contractor will need to furnish an impact crusher capable of crushing %" minus material and screening off 1" to 3" clean concrete cobble. Contractor will also furnish one 70ft stacker with scale for tonnage and power to operate stacker. 4 . The full -time on -site support member is to operate and perform all maintenance on contractor owned equipment that will be used . The on-site support member line item will not be used during the set up/tear down of equipment and/or when contractor owned equipment breaks down . Contractor will supply fuel for contractor equipment and Weld County will supply fuel for Wed County equipment. 5 . Weld County will select the bidder based on the lowest cost to the County, 6. Payment shall be made according to the bid prices per ton of material produced as determined by certified scale on the stacker. Contractor shall supply documentation of last certification of scale on stacker. B2200089 - 14 - 7 . The Contractor shall follow all OSHA AND MSHA regulations . 8 . Weld County Public Works personnel normally work 7 :00am to 3 : 30pm , Monday through Friday. Working after 3 :30pm and Saturday/Sundays will need approval from Road and Bridge Construction Supervisor Duane Naibauer. Weld County Contacts: Question related to the project and procedures should be directed to : Duane R. Naibauer Road and Bridge Construction Supervisor Curtis Hall — Deputy Director Weld County Public Works Weld County Public Works (970) 400-3786 (970) 400- 3721 dnaibauer@weldgov.com chall??weldgov.coru * The successful vendor is required to sign a separate contract (a sample contract is included as a separate attachment. ) TERMS AND CONDITIONS: This one-year contract is renewable for up to (2 ) additional years . Material cost adjustments will be considered at the end of each calendar year that this contract represents . Any price adjustments must be verified by justification of base bid cost increase of materials, labor or other associated items included in the original cost of the material supply . Cost increase must be consistent with regional trends . Weld County will use the ENR Cost Index , The base price per ton may increase from one year to the next by no more than the increase reflected in the Engineering News Record for the cost index for the Crushed Stone/Asphalt Course out of Denver as a measure of reasonableness for justified increase. Price adjustments will not be implemented without final approval from Weld County. Weld County reserves the right to cancel this contract and re-bid the Recycled Asphalt Crushing contract if, in the opinion of the Public Works Director, the cost increase is not justified or consistent with regional trends. BID SUBMITTAL INSTRUCTIONS The following items must be completed and submitted with your bid on or before the bid opening deadline of 11 :00 AM on JUNE 21 2022 : 1 ) Completed pages 12 thru 40 of the Bid Specifications . 2) W9 , if applicable* . 3 ) Any future Addenda must be completed * A current W9 is required for new bidders . If you have previously worked with Weld County , only provide your W9 if there has been a change . Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. B2200089 - 15 • BID SCHEDULE 2022 Recycled Asphalt/Concrete Crushing item i Description Unit Est. Quantity Unit Price Contract Bid Number Mobilization 1 ( East Davis, Kersey Grader Each 4 $2 , 120 . 00 $8 , 480. 00 _-_ Shed, Mead Grader Shed ) 2 Cost per Ton Screening Ton 20,000 $3 . 75 $75 , 000 . 00 Asphalt Millings Cost per Ton Crushing & 3 Normal Chamber/Blow Ton Min . 5,000 $7 . 55 $37 , 750 . 00 Bar_Wear ( Concrete) � - t I i 4 On-site Sup port Member Day 24 $695 . 00 $ 16 , 680 . 00 - - i 70 ft stacker with scale s Day 24 $285 . oo $6, 840 . 00 and power to operate Total : $ 144 , 750 . 00 * The successful vendor is required to sign a separate contract ( a sample contract is included as a separate attachment. ) B2200089 - 16 - r 1 BID BOND PROJECTS: Recycled Asphalt/Concrete Crushing KNOW ALL MEN BY THESE PRESENTS, that J-2 Contracthig ConInc, _ as Principal , * and as Surety, are hereby held and firmly bound unto Weld County, Colorado (hereinafter called the "Owner" ) in the penal sum of Five Percent 1,5%tof Total Bid Amount Dollars - ----» - , 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 . THE CONDITION OF THIS OBLIGATION IS SUCH , that whereas the Principal has submitted the accompanying Bid dated , 2022 for the PROJECTS: Recycled Asphalt/Concrete Crushing as set out in the accompanying Bid . WHEREAS, the Owner has required as a condition for receiving said Bid hat the principal deposit with the Owner either a certified check equivalent to not less than five percent (5%) of the amount of said Bid or in lieu thereof furnish a Bid 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. NOW THEREFORE, if the principal shall, within the period specified therefore : A. On the attached prescribed forms presented to him for signature, enter into a written Contract with the Owner in accordance with his Bid as accepted, and give a Performance Bond with good and sufficient sureties, as may be required upon the forms prescribed by the Owner for the faithful performance and the proper fulfillment of said Cortract, or B. Withdraw said Bid within the time specified , or C. Pay to the Owner the sum determined upon herein as liquidated damages , and not as a penalty, then this obligation shall be void and of no effect, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this 2nd day of June 12022 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 J-2 Contracting Co,, Inc. Address _ 105 Coronado CoartAltifte ATTES ;- / Fort C fins g052S By: kg•Krn Lei okE Pr(fcliSO Surety . Swiss._Re C....Qroorate Solutions America Insurance Corporation A r rich - • - C t Address 12.01) Ma.(nitreetillial. arias Cfv,. MO 64105 By: r iste_t41,"0 Du e R. Huggins, Attorney-in- *Swiss Re Corporate Solutions America Insurance Corporation R2200089 - 17 - SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION F/IC/A NORTH AMERICAN SPECIALTY INSURANCE COMPANY ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION F/K/A WASHINGTON INTERNATIONAL INSURANCECOMPANY ("SRCSPIC") WESTPORT INSURANCE CORPORATION (" WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and W(C, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri , each does hereby make, constitute and appoint: RUSSEL D. LEAR, ROYAL R. LOVF.LL, KELLY T. URWILLF.R, STEVEN J. BLOHM, DUCE R. HUGGINS, KEVIN BAIRD. and SHAROI.YN MAE NOLDE LOPEZ JOINTLY or SEVERALLY Its true and lawful Attorneys)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of'each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($ 50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and MC by written consent of its Executive Committee dated July l 8, 20t l . "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." .,.,,..w.q.,, ,... .a...,., ,,.,E•,ctt u riows., ' of "' A' I.-. /or Siu r v h tie400,114% •�,�' t� ,,,:is ., f{,off .Yes ,I4 -.;�:. r 1'.7$ 4� By it i C ' �• '•�Ai 's, *� '��� �� •••;% '' Ert11 .isa.ecse. S.aic, Vlte President of SRCSAIC & S.nlur Vice President i �? SEAL ' t. s sit :� . S EAL • of SRCSPIC & Staler Vice t•reeident of 1�VtC Ar : X ; Ala...J1 sd '. i973 /4J 1 ;►' :�•� '•..,$•���•*.„�'�,r / BY lit Sa,.�4 ," •••••••• 6040- .• 1• Gerald J.eroweki, Vice Praldcut ot3RCSAIC& Vice President of SFICSPIC ~• ,.....»•,•A' & Vitt Perfidies of WIC IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signets by their authorized officers this 24TH day of APRIL 20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Mil Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook Westport Insurance Corporation On this 29TH day of APRIL 20 22 before me a Notary. Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerold lammwski , Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, personally known to mc, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the Y slacd_ufthcir respective companies. • YawIN • .*in L .18A MIIC ' + L Sill ' N. {�.qw,..e•,• 11/ ii ate. if 91) Yssntin A. Ptitc4. Notary I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRC. PIC• and WIC, do hereby certify that the above and foregoing is a true and correct copy of s Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in (lilt force and effect. IN WITNESS WHEREOF. I have set my hand and affixed the seals of the Companies this .41:34 _ day of hi.44 . ≥U_?2 . Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC and WIC. 6 b, i., I , RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents , None Addendum No. N/A Date : 6/01 /22 By: Chris Leone Addendum No. NSA Date : 6/01 /22 By: Chris Leone Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed . The undersigned, by his or her signature, hereby acknowledges and represents that: 6, The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. #B2200089 7 . The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 8. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal sheets. 9. The signed bid submitted, all of the documents of the Request for Bid contained herein ( including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of tie bid by Weld County. 10. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. FIRM J-2 Contracting Co . BY Chris Leone ( Please print) BUSINESS 105 Coronado Ct. Unit A- 101 ADDRESS DATE 6/1 /2022 CITY, STATE, ZIP CODE _ Fort Collins, CO 80525 TELEPHONE NO 970-392-0694 FAX 970-392-0695 TAX ID # 84- 1346070 <c'.. .. chrisleone@j2contracting . com SIGNATURE E -MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551 -0000. B2200089 - 19 - ell, Request for Taxpayer Give Form to the Fo(Rev. October 2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Ntame (as shown on your income tax retain) Name is required on this line; do not leave this tine blank 112 Contracting Co. Inc 2�Busiress name/disregarded entity name, if different from above `ri 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1 . Check only one of the j 4 Exempt on (codes apply only to cu I following seven boxes. certain entities, not individuals; see chi 1 instructions on page 3): g 11 Individual/so'e proprietor or i C Corporation S Corporation ( Partnership n Tr ,stiestate. single-member LLC Exempt payee code (if any) a K o = 4► 'v fj Limited liability company, Enter the tax classification ,C -C corporation. S-S corporation, Partnership) ► o 4 Note: Check the appropriate box in the line above for the tax classification of he singie-member owner, Do not check Exemption from FATCA reporting c c LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LAC ►s rode (if any) 'c - . another LLC that is not disregarded from the owner for U S. federal tax purposes. Otherwise, a single-merncer LLC that ..... CL .2 i is disregarded from the owner should check the appropriate box for the tax classification of its owner. I • (Apories to Abernints mnrnta;rad outsell?. rha tf 5.) ._ -.^. •Other (see instructions) ► _ q) 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) to 105 Coronado Ct. Unit A- 101 •6 City, state, and ZIP code Fort Collins, CO 80525 .-...- .. 7 list account numter(s) here (optional) • rt I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid T_Social security number t backup withholding. For individuals, this is generally your social security number (SSN). However, for a ._..7 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 __. . a 77N, later. or Note: If the account is it more than one name, see the instructions for line 1 . Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. i 8 1 41 1 3 4 6 0 7 0 P . II Certification _ Under penalties of perjury, I certify that: 1 . The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholdirg, 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 ail interest or dividends, or (c) the :RS 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 rotified 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, acquisitior or abandonment of securea 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 signature of Here U.s. person ► Czytel Date ► 1 /01 /22 General Instructions • Form 1099-DIV (dividends, including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise • Form 1099-MISC (various types of income, prizes, awards, or gross noted. proceeds) Future developments. For the latest information about developments • Form 1099-8 (stock or mutual fund sales and certain other related to Form W-9 and its instructions, such as legislation enacted transactions by brokers) after they were published, go to www.irs.gov/FormW9. • Form 1099-S (proceeds from real estate transactions) Purpose of Form • Form 1099-K (merchant card and third party network transactions) An individual or entity (Form W-9 requester) who is required to file an • Form 1098 (home mortgage interest), 1098- E (student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T (tuition) identification number (TIN) which may be your social security number • Form 1099-C (canceled debt) (SSN), individual taxpayer identification number (ITIN) , adoption • Form 1099-A (acquisition or abandonment of secured property) taxpayer identification number (ATIN), or employer dentification number (EIN), to report on an informatior return the amount paid to you, or other Use Form W-9 only if you are a U .S . person (including a resident amount reportable on an informatior return . Examples of information alien), to provide your correct TIN returns include, but are not limited to , the following. If you do not return Form W-9 to the requester with a TIN, you might • Form 1099-INT (interest earned or paid) be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) l t s E STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT: 6/1/2022 All questions herein must be answered by all bidders and the information given must be legible, clear in meaning and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submit any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the lowest reliable, responsible and qualified bidder as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. 1. Name of Bidder (Company or Firm): J-2 Contracting Co. 2. permanent main office address: 105 Coronado Ct. Unit A-101, Fort Collins, CO 80525 Phone Number: 970-392-0694 Fax Number: 970-392-0695 3. Year Company was organized. 1994 4. Number of years this Company has been engaged similar construction: 26 Under what firm, company or trade names has this company been engaged in this type of construction, how long under each name and how long has each company been bonding work? 26 yrS J-2 Contracting Co. 26 yrs 5. List all projects that the Company has under contract at the present time. Show the contract amount and the anticipated date of completion for each: DPG Pit Sales S $7M annually Ongoing Hunt Water Pit Sales $5M annually Ongoing 5 6. List all contracts which were not completed by the contracted and completion date. Include the project description and state the number of days beyond the contract completion date. None 7. List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. None 8. List all contracts within the last 3 years during which or after which the Company filed a protest with the owner. 82200089 - 21- Project Name: Location: Su pt: Owner's Representative: Phone: Completion Date: Contract Amount: 14. List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE STATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM 15% OR MORE OF THE WORK. SUBCONTRACTOR None WORK DESCRIPTION % OF WORK 15. List the principal members of the company who will be involved with this project, including the superintendent, foreman, project manager, etc. NAME Mike Sturdy Chris Leone YRS. PERTINENT TITLE EXPERIENCE Superintendant 15 President 20 16. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. None 82200089 -23- The undersigned hereby swears and affirms that the information contained herein is complete and true and further, hereby authorizes and requests any person, company, firm or corporation to furnish any information requested by the County of Weld in verification of the recitals comprising this Statement of Qualifications and Subcontractors. Dated this 1St day of June , 2022 Bidder: J-2 Contracting Co. Company By: Signature Name: Chris Leone ride: President NOTARY County of _4 ftr,,sy./` ) ss. State of /4fth ) arts one deposes and says that he is -T '�ere-die-44 (Please Type) being duly sworn, of, + G 9�rt! ?I t ./. ifile--and that the answers to the foregoing questions �mpany Name) and all statements therein contained are true and correct. Subscribed and sworn before me this 82200089 -2a- Entity Information Entity Name* J2 CONTRACTING Entity ID" X00003232 ❑ New Entity? Contract Name* Contract ID RECYCLED ASPHALT SCREENING AND CONCRETE CRUSHING 6136 Contract Status CTB REVIEW Contract Lead* DNAIBAUER Contract Lead Email dnaibauergco.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Description* SCREEN RECYCLED ASPHALT MILLINGS INTO BASE AND CRUSH CONCRETE INTO EASE COBBLE Contract Description 2 Contract Type* AGREEMENT Amount. S125,000.00 Renewable" YES Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks.17 ,veldgov.com Department Head Email CM-PublicWorks- DeptHea&, eldgov.com County Attorney KARIN MCDOUGAL County Attorney Email KMCDOUGAL �CO.WELD.CO. US Requested BOCC Agenda Date* 07 20;2022 Due Date 07 10 2022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previa', 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 Review Date* 03 15 2023 Renewal Date" 06721/2023 Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 07: 15 2022 Approval Process Department Head Finance Approver Legal Counsel JAY MCDONALD CONSENT CONSENT DH Approved Date Finance Approved Date Legal Counsel Approved Date 07 1512022 07'15:2022 07 15 2©22 Final Approval BOCC Approved Tyler Ref # AG 072022 BOCC Signed Date BOCC Agenda Date 07; 2012022 Originator DNAICAUER MEMORANDUM TO: Board of Commissioners DATE: June 6, 2022 FROM: Jay McDonald, Director of Public Works SUBJECT: 2022 Recycled Asphalt Screening & Concrete Crushing Bid, B2200089 The Public Works Department recommends the bid for Recycled Asphalt Screening and Concrete Crushing be awarded to the low bidder, J-2 Contracting. The bid from J-2 Contracting is $144,750.00 and we do not anticipate expending more than the 2022 budgeted amount of $125,000.00. The vendor is aware of this and understands we will only expend up to the budgeted amount. This is a one-year contract with the possibility of two, one-year extensions. If you have any questions, please call me at extension 3761. �a Ow/ ZO ZOZZ-1513 E6 00 0 WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters[a�weldgov.com E-mail: reverett@weldgov.com Phone: 970) 400-4223, 4222 Fax: (970) 336-7226 DATE OF BID: JUNE 2, 2022 REQUEST FOR: RECYCLED ASPHALT CRUSHING DEPARTMENT: PUBLIC WORKS BID NO: #62200089 PRESENT DATE: JUNE 6, 2022 APPROVAL DATE: JUNE 20, 2022 VENDOR J-2 CONTRACTING COMPANY, INC 105 CORONADO CT, UNIT A-101 FORT COLLINS, CO 80525 MERAKI CONSTRUCTION 5576 PINON DR ELIZABETH CO 80107 PUBLIC WORKS IS REVIEWING THE BIDS. TOTAL BASE BID $144,750.00 $267,239.24 2022-1513 0,9 / l l�
Hello