Loading...
HomeMy WebLinkAbout20210152.tiffvac- ti 5 7Z BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Weld County 2022 Material Hauling Contract, Extension/Renewal DEPARTMENT: Public Works DATE: January 11, 2022 PERSON REQUESTING: Jeff York, Supervisor, Trucking and Mining / Curtis Hall, Deputy Director Brief description of the problemlissue: Weld County's current Material Hauling Contract was awarded January 5, 2021. The Board has the option of renewing the agreement from February 17, 2022 to December 31, 2022 as allowed in the contract. 4X Industrial, LLC. has the contract for Weld County. This will be the First extension/renewal on a three-year contract with two renewal options, document No. 2021-0512. The contract allows for a yearly bid adjustment based on the current CPI, which is a 6.5% increase from 2021 to 2022. 4X Industrial, LLC. requests are within the amount allowed for the yearly bid adjustment per the contract. 4X Industrial LLC. will supply the hauling needs for Weld County at the hourly rate as shown on the 2022 bid schedule not to exceed $1,450,000.00. The budgeted amount for 2022 contract year is $1,450,000.00. Weld County Public Works Department has been satisfied with 4X Industrial, LLC. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1) The Board may agree to Extend/Renewal. as recommended. 2) The Board may decide not Extend/Renew the contract. Recommendation: Weld County Public Works recommends extending/renewing the contract for one year as provided by the contract. Approve Recommendation Perry L. Buck Mike Freeman, Pro -Tern Scott K. James, Chair Steve Moreno __________ Lori Saine Schedule Work Session Other/Comments: zuzi-�i5Z CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND 4X INDUSTRIAL, LLC This Agreement Extension/Renewal ("Renewal"), made and entered into __ ftj. day of JANUARY . 2022. by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and 4X Industrial. LLC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") Identified by the Weld County Clerk to the Board of County Commissioners as document No. 2021-0152. approved on February 1Z02 . WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: 1. The Original Agreement ends on December 31, 2021. 2. The parties agree to extend the Original Agreement for the first additional one year period, which will begin February 17, 2022. and will end on December 31. 2022. 3. The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: a. Price increase for hourly material hauling and spreading 4. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: 4X INDUSTRIAL, LLC Pri e am Sig ature BOARD O COUNTY COMMISSIONERS WELD C NTY, OLORADO Scott K James, Chair JMI 1 c 2022 Bid Schedule 2022 Material Hauling Contract Item fP Item Description Unit Unit Price Per Hour Per Truck t Hauling and Spreading of material with belly dumps HR $84.93 2 Hauling — Side Dump HR $90.53 3 Hauling — End Dump HR $90.53 4 Hauling — tandem axle dump truck HR $76.68 SIGNATURES: Dated this 5TH day of JANUARY 2022 FIRM NAME: 4X INtIUSTRIAL LLC TITLE: CFO BIDDER'S LEGAL STATE OF INCORPORATION. SOLO ADO ADDRESS: 2419 1ST AVENUE. GREELEY, CO 80631 TELEPHONE NO: (970) 352-1790 FAX NO: (430) 558-5850 E-mail JOHNWARRENtcZ24XINDUSTRIAL.COM BID NO # B180062 Page 1 New Contract Request €ntity Information EntityName* Entity 1D* ❑ New Entity? 4 X INDUSTRIAL LLC 00043334 Contract Name * Contract ID Parent Contract. ID 2022 WELD COUNTY MATERISL HAULING CONTRACT 5522 4460 Contract Status Contract Lead* Requires Board Approval CTS REVIEW JYORK YES Contract Lead Email Department Project jyorkLmco.weld.co.us Contract Description 2022 MATERIAL HAULING CONTRACT WITH 4 X INDUSTRIAL LLC RENEWAL Contract Description 2 Contract Type Department Requested BOCC Aqenda Due Date RENEWAL PUBLIC WORKS Date* 01 /15/2022 01/19/2022 Amount* Department Email $1,450,000.00 CM- Will a work session with BOCC be required?* PublicWorks@weldgou.corn NO Renewable * YES Department Head Email Does Contract require Purchasing Dept. to be included? CM-PublicW'orks- Automatic Renewal DeptHeadCo- eldgov.co Grant County Attorney GENERAL COUNTY ATTORNEY EMAIL ICA Count/ Attorney Email CM- COUNTYATFORNEY@WELDG OV,COt if this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date * 12/01/2022 02/17/2023 Termination ice Period C€►mmitted Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone i PurchasIng Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver JAY MCDONALD CHERYL PAITELLI DH Approved Date Finance Approved Date 01,/1412022 01/17/2022 Final Approval BOCC Approved Tyler Ref # AC01 1922 EOCC Signed Date ROCC Agenda Date 01!19/2022 Originator JYORK [ifleTiI T11T{ Lecjai Counsel KARIN MCDOUCAL [egal Counsel Approved Date 01/17/2022 � tq+r at C t BOARD OF COUNTY COMMISSIONERS PASS AROUND REVIEW PASS -AROUND TITLE: Material Hauling Contract B2100040 DEPARTMENT: Public Works PERSON REQUESTING: Jeff York zD # G19 (oO DATE: February/09/2021 Brief description of the problem/issue: Public Works has the need for contract trucks, including tractors, belly dump trailers, side dumps, end dumps and tandem dump trucks, with drivers, to supplement in hauling and spreading materials to and from multiple scheduled and unscheduled locations within Weld County. Materials include gravel, dirt, recycled asphalt, hot mix asphalt, and any other materials needed to be used in the maintenance and construction of county roads and projects as needed. The budget for 2021 is $1,450,000. 4X Industrial, LLC, submitted the successful bid. The term of agreement is for the period of one year from the date of the agreement; generally February to December or until approved funds are exhausted, with up to two (2) one-year renewals. The start -date each year will be determined by Weld County and coordinated with the successful contractor. What options exist for the Board? (include consequences, Impacts, costs, etc. of options): • Approve the Contract and allow it to be place on the next available consent agenda • Deny the Contract and have staff rebid this work. Recommendation: Public Works Staff recommends approving this Contract and place it or the next available consent agenda for approval. Approve Schedule Recommendation Work Session Perry L. Buck Mike Freeman Scott K. James, Pro -Tern Steve Moreno, Chair Lori Saine 0_Pr)5W-ir- 01D /1 ? () 9c7_/1 7/c,_/ Other/Comments: 0peal-0(5D EG0°7 WELD COUNTY AGREEMENT FOR MATERIALS OR EQUIPMENT BETWEEN WELD COUNTY & 4X INDUSTRIAL LLC THIS AGREEMENT is made and entered into this 11 +day of FEBRUARY , 2021, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as 'County," and, who whose address is 800 8e Ave, Suite 300, Greeley, CO 80631, hereinafter referred to as "Contractor". WHEREAS, the Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County'), wishes to purchase the following: Material Hauling Services WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials, and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms reeked 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. 82100040". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Project described in Exhibit A which is attached hereto and Incorporated herein by reference. Contractor shall coordinate with, the Weld County Director of Public Works or other designated supervisory personnel, (the "Manager"), to perform the services described on attached Exhibits A and B. Contractor shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence, and judgment provided by highly competent Contractors performing services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. The material and/or equipment shall be delivered to the location(s) specified herein. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibit A. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. x.21 d/52_ 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 andfor 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. T. General Specifications, conditions, and Information. Design: Unless otherwise specified, any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shall be of superior quality and suitable to the use for which it is intended. The technical design shall be in line with the best practice in the industry and the materials and workmanship entering into the construction shall be of the kinds and qualities which will ensure long life, dependability, and low cost of maintaining and repairing. 8. Compensation/Contract Amount. Upon Contractors 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 $1,450.000.00. 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 the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses Incurred by Contractor under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth In Exhibit B. Contactor acknowledges that any work it performs or materials or equipment it supplies beyond that specifically authorized by County is performed at Contractors risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges, or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was Improper because the material, service or equipment for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 9. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees, and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Unemployment insurance benefits will be available to Contractor and its employees and agents only if such coverage is made available by Contractor or a third party. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contractor shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law (and as set forth in Exhibit A provide proof thereof when requested to do so by County. 10. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 11. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced In connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 12. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 13. Acceptance of Services Not a Waiver. Upon completion of the work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the materials, equipment, or service completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 14. Public Contracts for Services. C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E - Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5- 102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract If a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 at 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 slate 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 G.R.S. § 24-76.5-103 prior to the effective date of the contract. 15. Insurance and Indemnification. General Reouiraments: Contractors must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as'A"Vlll or better. Each policy shall contain a valid provision or endorsement stating that the County will be notified of any reduction, loss, or modification to coverage. Such notice shall be sent to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contractor. Contractor shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contractor stipulates that it has met the insurance requirements Identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contractor In Its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It Is agreed that the Contractor will be responsible for primary loss investigation, defense, and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County Its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to Immediately terminate this Agreement. Types of Insurance: The Contractor shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 products and completed operations aggregate; 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 tnsurance: County reserves the right to require the Contractor to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor's insurer shall name "Weld County, Colorado, its elected officials, and Its employees" as an additional insured. Waiver of Subrooation: For all coverages, Contractor's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers, or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contractor. Contractor shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. 16. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 17. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers, and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 18. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 19. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works. or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: 4x INDUSTRIAL LLC Attn.: JOHN L. WARREN, CHIEF FINANCIAL OFFICER Address: 800 8TH AVE., STE 300 Address: GREELEY. CO 80631 E-mail: JOHNWARREN@4XINDUSTRIAL.COM Phone: (707) 845-3239 Countv: Name: Jeff York Position: Trucking Division Supervisor Address: PO Box 758 Address: Greeley, CO 80631 E-mail: jyork@weldgov.com Phone: 970-400-3722 20. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 21. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 22. Entire Agreement/Modifications. This Agreement Including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 23. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 24. Employee Financial Interest/Conflict of Interest — C.R.S. §§24.18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contractor's services and Contractor shall not employ any person having such known interests. During the term of this Agreement, Contractor shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Compliance with Davis -Bacon Wage Rates. N/A for this project 31. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 33. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state - issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this I day of FEBRUARY .2021. CONTRACTOR: 4X NDUS U,C By: Name: in 1 WARREN Title: CHIFF FINANCIAL OFFICER WELD COUNTY: �! ATTESTS Weld Obunfv Qierk totlle Boar BY: Deputy 1861 Date 2.2-2021 BOARD OF COUNTY COMMISSIONERS WELD COUNTY. COLORADO FEB 1 7 2021 WELD COUNTY CONTRACT BID DOCUMENTS AND .1,El • i [,J1 Is 1 11 ■ 1. ! • .1. December 16, 2020 for Weld County Public Works Trucking & Materials 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-304-6496 Instruction to Bidders............................................................................. 4-8 Insurance Requirements....................................................................... 9-10 Contract Specifications and Scope of Work ..............................................11-14 11-14 BidSchedule..................................................................................... 15 Receiptof Addenda.............................................................................. 16 Statement of Qualifications and Subcontractors ........................................17-19 17-19 Anti -Collusion Affidavit......................................................................... 20 W9................................................................................................. 21 Agreement................................................................................. 22 BID NO # 2100040 Page 2 REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: December 16, 2020 BID NUMBER: B2100040 DESCRIPTION: 2021 Material Hauling DEPARTMENT: Public Works MANDATORY PRE -BID CONFERENCE DATE: December 23, 2020, (9 am) BID OPENING DATE: January 7, 2021 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: A mandatory pre -bid conference will be held on December 23. 2020 at 9 a.m. via a remote inference call. The conference call information will be provided on or about December 21.2020 via an addendum which will be posted to BidNet Direct Bids for the above stated merchandise, equipment, and/or services will be received at the Office of the Weld County Purchasing Dept. Thursday, January 7, 2021 at 10:00 a.m. (Weld County Purchasing Time Clock). 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non- profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: Emailed bids are required. Bids shall be emailed to: bids(M-weldgov.com. 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. Bids shall be in PDF format and shall be less than 25MB in size. Please call Purchasing at 970-336-7225 if you have any questions. BID NO # 2100040 Page 3 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, 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/Purchasing Director 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/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGALALIENS 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 BID NO # 2100040 Page 4 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 -Verify 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 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 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 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. 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 appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will withhold any information which is clearly marked CONFIDENTIAL and submitted separately. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. BID NO # 2100040 Page 5 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 express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. BID NO # 2100040 Page 6 L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 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 period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assignor transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the BID NO # 2100040 Page 7 successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial InterestlConflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 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. BID NO#2100040 2100040 Page 8 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director 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 premiumsfor which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. BID NO # 2100040 Page 9 Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed underan insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non- owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID NO # 2100040 Page 10 Weld County, Colorado, desires to contract for the use of private tractors, belly dump trailers, side dumps, end dumps and tandem dump trucks with drivers, as needed, to haul and spread material to and from multiple scheduled and unscheduled locations within Weld County. The majority of hours needed for the contract will consist of tractor/belly dump hours. Bidders who cannot provide other types of equipment will not be excluded. All bidders are encouraged to detail their fleets and capabilities to the fullest extent. Scope of Work: Hauling will consist of gravel, dirt, recycled asphalt, hot mix asphalt, and any other material used in the maintenance and construction of county roads that are normally transported in belly dump trailers. Trucks will not be required to haul anything greater than 4" minus. Weld County will arrange for the loading of all trucks. Contract trucks may haul with County trucks and material delivered to job sites will be windrowed or spread on the go as per instructions from Weld County personnel. Trucks and Trailers: A minimum of thirteen (13) trucks with drivers will be supplied for use at all times during the contract term by the contractor. Truck and trailer combinations shall be minimum of five (5) axles, single belly dumps with a minimum 20 cubic yard capacity and capable of legally hauling not less than a 28 -ton payload. All belly dump trailers must have outside hand operated dump controls on the driver's side of the trailer. All tractors and trailers must have overhead clearance of 11 ft.,6 in. to pass under asphalt silos. All trailers must be capable of maintaining a predetermined gate opening while dumping on the go. Any loaded trucks that leaves a loading site while working for Weld County, must be tarped. Every truck must have a CB radio, phone to provide for communication with Weld County personnel at all times for direction in the field. Cost of all maintenance, repairs, fuel, insurance and labor to operate the trucks shall be borne by thecontractor. Extra Trucks: Should Weld County require additional trucks and trailers for a special project or for additional short-term hauling needs, the Contractor shall supply up to three (3) additional trucks and trailers with drivers at the terms and conditions provided for herein. This may or may not shorten the number of days of the contract. Contract Term: The contract term is for one year; February to December or until approved funds are exhausted, with up to two (2) one-year renewals. The start -date each year will be determined by Weld County and coordinated with the successful contractor. The final schedule and the number of days worked each year will be determined by Weld County in the "Notice to Proceed". Scope of Work: Hauling will consist of gravel, dirt, recycled asphalt, hot mix asphalt, rip rap, debris and any other material used in the maintenance and construction of County roads and bridges that are normally hauled in the listed trailers or trucks. End dump trailers and side dump trailers may be required to haul rip rap and concrete debris. Tandem axle dump trucks will not be required to haul anything greater than 4" minus. Tandem dump trucks must have a chip bar to connect to chipping machine if used in chipping operations. Weld County will arrange for the loading of all trucks. Contracted trucks may or may not haul with County trucks and material delivered will be dumped as per instructions from Weld County personnel. Trucks and Trailers: Truck and trailer combinations must be not less than five (5) axle units (single steering, tandem drive, and tandem trailer). Dump trucks must be at least three (3) axle units (single steering and tandem drive). Any loaded trucks that leaves a loading site while working for Weld County, must be tarped. Every truck must have a c.b. radio, phone to provide for communication with Weld County personnel at all times for direction in the field. Cost of all maintenance, repairs, fuel, insurance and labor to operate the trucks shall be borne by thecontractor. BID NO # 2100040 Page 11 Contract Term: The contract term is for one year with up to two (2) one-year renewals. All work is on an as needed basis and may be for short term or long-term projects. There is no implied or guaranteed number of days or hours per year. When hauling needs are anticipated by Weld County, notice will be given to contractor as per the requirements provided for herein. Hours of Operation: Unless special arrangements are made with the Weld County Public Works Department, work should be done only during regular and commonly accessed working hours. No work shall be done at night, holidays, or Sundays, unless written authorization is given by the Public Works Department. Occasionally, hauling cannot be done due to inclement weather and are Non -paid days. Weeks that contain a Weld County holiday will have fewer scheduled hours and the holidays are Non - paid days. Trucks are expected to be at the loading site and ready to load each day at the time designated by Weld County. Parking and staging of vehicles may be allowed on County property or in designated County pits. Drivers are afforded a non -paid 30 -minute lunch period. Safety Conditions: All drivers will be expected to follow all posted speed limits, including those posted at gravel pit and work site locations, and comply with state tarping and weigh station requirements. The County will administer mine safety training in accordance with C.F.R. 30 Part 46 and must get signed release statements from all drivers before any driver or contractor employee can enter a Weld County owned or operated surface mine. ANY PERSON WHO ENTERS AN ACTIVE SURFACE MINE OWNED OR OPERATED BY WELD COUNTY MUST RECEIVE THE SAFETY TRAINING AND SIGN THE RELEASE STATEMENT. Special Conditions: Contractor will correspond in a timely manner to all residents with complaints about the Contractor's work received by Weld County and will provide to Weld County written proof of such correspondence of this compliance within 72 hours of its completion. Terms/ Conditions and Annual Renewal: All contractors will be required to sign Weld County's Agreement for Services. The Agreement shall commence February 1 and continue in force until December 31. At the option of the County, the Agreement may be extended for up to two (2) additional one-year periods. Increases in the cost may be negotiated for subsequent renewal of the second and third additional one-year periods. The base price per hour may increase from one year to the next by no more than the Projected Increase of the Denver -Aurora -Lakewood Consumer Price Index, All Items, All Urban Consumers or its successor index(https://www.colorado.aov/pacifictdolafnflation-denver-aurora-lakewood-consumer-orice-index.) Weld County shall pay for the use of all trucks and drivers on a per hour basis. For each truck and driver, payable time will begin when a truck reports to the designated location at the designated time and ends at the point of origin or similar distance. Appropriate documentation of the hours each truck and driver is in use shall be the responsibility of the contractor. Invoices will be submitted for payment by Tuesday afternoon of each week for the prior week and in the format designated by the Public Works department. Weld County will make every effort to resolve All invoice disputes identified within two calendar weeks. There will be one thirty -minute lunch break per day. No over time is authorized without written consent of the project manager. There will be no adjustments made for weather or unforeseen circumstances. Fueling time, down time for any reason including any type of repairs, and travel back to staging areas are not billable hours. Submit invoices to Weld County Public Works, PO Box 758, Greeley, CO 80632. ATTN: Mona Weidenkeller. BID NO # 2100040 Page 12 Contractor shall coordinate haul routes with the project manager. The equipment and associated loads shall be in accordance with all Federal, State, and Local regulations. Contractor shall designate a representative authorized to coordinate all drivers and trucks for the project and provide to the project manager a 24 -hour phone number for said representative. It is the contractor's responsibility to maintain quality control of all equipment and personnel used for the project. This shall include but is not limited to, insuring trucks are road worthy and are operating more than 95% of the available hours each week, drivers follow all regulatory signage, drivers follow all FMCSA regulations, and drivers are courteous to the citizens. Weld County reserves the right to have any driver and/or truck removed from the project due to poor performance, the contractor will be given 72 hours to replace a driver and/or truck removed by the project manager to meet the minimum truck availability of the contract. The county's project manager must be provided 24 -hour notice of any driver and/or truck replaced at the sole discretion of the contractor, the contractor shall provide all the same information provided for drivers and trucks identified in their bid below. Weld County reserves the right, upon failure of contractor to provide the minimum trucks and drivers for more than 90% of the available hours in a week, to terminate the contract. If Weld County is forced to hire another company due to contractors' failure under this contract, Contractor may be required to pay the additional costs the county accrues in order to fulfill the work outlined in the contract. Questions related to the project and procedures should be directed to the project manager: Jeff York Weld County Public Works 970.400.3722 [vork _ eldgov.com BID NO # 2100040 Bidder shall provide the following items with their bid: 1. Truck and driver information to include the following: a. Contractors and any subcontractors U.S. DOT Number. b. List all the drivers, trucks, and belly dump trailers, tandem dump truck used on the project. c. CDL-IS MVR for all drivers identified. d. Year, make, model, and mileage of all trucks and belly dump trailers identified. e. Out of service violations issued to the contractor or any of its subcontractors within the last 18 months for any of the drivers and/or trucks identified for the project. 2. Company philosophy regarding accidents and failure of drivers to follow Federal, State and Local regulations. 3. Bid Schedule (page 15). 4. Signature page (page 15). 5. Receipt of addenda, if required (page 16). 6. Statement of Qualifications (pages 17-19). 7. Anti -collusion affidavit (page 20). 8. W-9 (page21). Failure to provide any of the information above will result in the bid being declared unresponsive and the bid will not be accepted. Bids will be evaluated on the following criteria: 1. Proposed pricing. 2. Past experience and performance with similar contracts. 3. Assessed ability to complete contract. 4. Safety record. 5. Organizational approach to safety. BID NO#2100040 2100040 2021 Material Hauling Contract Item # Item Description Unit Unit Price Per Hour Per Truck 1 Hauling and Spreading of material — Tractor & Bell Dum HR 2 Hauling — Side Dump HR 3 Hauling — End Dump HR 4 Hauling — Tandem Axle Dump Truck HR **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. 82100040 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 the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of WeldCounty. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES (CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000) BID NO# 2100040 Page 15 RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed. SIGNATURES: Dated this day of , 2021. FIRM NAME: BY: TITLE: BIDDER'S LEGAL SIGNATURE: STATE OF INCORPORATION: ADDRESS: TELEPHONE NO: FAX NO: ATTEST: BID NO# 2100040 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. Name of Bidder (Company or Firm): 2. Permanent main office address: Phone Number: Fax Number: 3. Year Company was organized: 4. Number of years this Company has been engaged in similar projects as outlined in this bid: _ 5. Under what firm, company, or trade names has this company been engaged in this type of business, howlong under each name, and how long has each company been bonding work? 6. List all projects that the Company has under contract at the present time. Show the contract amount and the anticipated date of completion for each: 7. List all contracts which were not completed by the contracted and completion date. Include the project description and state the number of days beyond the contract completion date. 8. List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. BID NO # 2100040 Page 17 9. Describe all contracts that the Company failed to complete. 10. Describe all contracts on which the Company defaulted or from which the Company was terminated. 11. List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE STATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM (FIFTEEN PERCENT) 15% OR MORE OF THE WORK. SUBCONTRACTOR WORK DESCRIPTION % OF WORK 12. List the principal members of the company who will be involved with this project. YRS PERTINENT NAME TITLE EXPERIENCE 13. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. BID NO # 2100040 Page 18 The undersigned hereby swears and affirms that the information contained herein is complete and true and further, hereby authorizes and requests any person, company, firm or corporation to furnish any information requested by the County of Weld in verification of the recitals comprising this Statement of Qualifications and Subcontractors. Dated this day of , 20 Bidder: (Company) By: (Signature) Name: (Please Type) Title: NOTARY County of ) ss. State of Being duly sworn, deposes and says that he is Of ,and (Title) (Company Name) That the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this day of 2021. (SEAL) BID NO # 2100040 Page 19 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO ANTI -COLLUSION AFFIDAVIT LOCATION I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who Is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any Intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any Intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firnn's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Cenlredor's a nn or company name By Date TAe 2nd ecnvaolor's in oroompeny name (II jalnl venure) By Owe Tolle Sworn to before me this day of, 20 Notary P,EI,c My commiselon expires NOTE: This document must be signed In Ink. BID NO # 2100040 f't"fe 1tlf Request for Taxpayer Give Foim to the (1isv, Aultust 2013) requester. Do not fhy.tifnwni nlnlr. itrxvlYy Identification Number and Certification send to the IRS. fnknsiril Rrnr l h; SC vhN: your Ellisilteb5 nameMisregalded entity name, it diflerenl from abrn+e rn (;Iiw:k MI)j,rt1SRinI. box Its ledlai(1 I,x rdas.m1wnllnnl Exemptions (see r10.tik OGltil>): H ]ii,liv,ih 181ltink' INi]IM II is i 1 S: c.nlpt#altan r 1 .S CorpixNlitxl n Pa,Iiorslup LI frlltl35tate a o Exempt payer: code (it any) r I Liniiled IinLilit c ail I Eeler the tax daysdiarhal C C cif lminxl, y ' pa T {-- - Ix S_S Cal Ix aIu.*i (i- Rlllet5hl M p p' p) Exemption Irani AIGAtcpahng a code (it ally) r:)tln.;i (wtasr luroliunfw:it+-)►-.- -_ ~. Addresms : (luber, ,,(cu,,t, apt. ix Sin no J negwaur's flaunt and address (optrsniaf) t it V. NfHIii and TIP code In Lc:t acgnunt la Enter your TIN in the appropriate box, The TIN provided must match the name given on the "Name" fineSocial oeauriity number to avoid backup withholding. For individuals, this is your social security number (SON). However, for a ( resident alien, sole proprietor, or disregarded entity, see the Part I instructions ors page 3. For other - )!_ entities, it is your employeridentification number (EfN). If you do not have a number, see How to get a TIN an page 3,. Note, It the account is in more than one name, sae the chart on page 4 for guidelines on whose j Employer identification number number to enter I `I l I IT� 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 withhciding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a tailure to report all Interest or dividends, or (c} the IRS has notified me that I am no longer subject to backup withholding, and 3 I am a U.S. citizen or other U.S. person (defined below). and 4 The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions, You must cross out Item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt. contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification. but you must provide your correct TIN, See the instructions on oaae 3. "U'' Signature of Here U.S. person General Instructions $r,C11tN1 I eIeltI)i s alit In Ihr. (ldrlllal ri5Ynitte Code tuilesS oIh, twice nolnd. Future dovefopmonts, Tito IRS bus axealyd it page. nn Ing.gov Its mkxnolilx) about Fuel W-9, at ivv/iy,lrN, lylixJ, ktkuniabot atuud airy lulurt develuisinenis ith.:hnrl F. and W 9 (steel az I.up:lotion Lalrn-Wl anal tvc bit ia io if) will In) in x:Itwi cat Ilxit page. Purpose of Form A pnsoo who is p cgtned to life an intoinraitaetkin with the iHS must Wan your correct taxpayer Identllicanwi numt)es (I IN) to tepa1, for example. Income pad to you, pay Ilt:nts mall; lovoll In Still tinted of paynieni call and it Id party rfewaxk itII1S:U:I ii li, real l=':IiiLe Ii ansrxallxl5, rn(N(11i1(Iie iillel i):r't you paid, iilx)IliUhlwl lx abmtlixuncut nl .lecxaoil ixoperly, rs+errllahim nl dobi, of cadfibllhone; yaI Into It an IRA Use Fain W 9 oily if you we a U.S. placer (including a f wside nl alien), to pt ,,w(L) ytut carnet TIN to [ha peraun requcatii tit it title roque ltei) and. 1• lit, n apphCNUle, lo: 1. Get lily that the I IN You ate giving is coned (oi you are witting la a nunbei In be ISguetf), P r;nl Iffy that yin ale nul :siblurt kr b.i ki4 wi11t1 irm, is 3. Clam exennptio n hen backup vaihhotdmg it you are a U.S. exempt payee. It • It xr •i+ it tl'1 " II f Ili • llos t Date Y wflidbrading tax on (aeigll pa1I11FJS shnie tit nfeaivnly IxNlnerted n ,:01n0, and 4, Corldy that I Al GA code(s) entered on this tam (0 any) indicafmg that you are exempt Iran (tie IA ICA reporting, is Corect. Note. 11 you ale a U,S, poison and a ioqucstcr gives you a lam other limn Corm W 9 to request your I IN, you must use the rcqueste's lam d it is subsfanl(aiiy sir In Ihi, Font W-9, Definition of a U,S. person. Eon Icdcitd tax pulpo — s, you are c,xVldc+lod a IJ.S. pmson it you are: • An ntdividiwl who i- ti U.S, tdlieen w U,S. residual alien, • A pW II ee;hp, Cot FNfcelio 1, txl )pill y, a .cis(E idtrnl clo.alud a IxganIJcd NI OH' Lulled Slake: a telder file laves of the United Slates, • An eeiate (nihei than a foreign ..state). is • Adomestic trust (as donned fit Hcgulalienssc'cltofr39L77bt 7). Special rules for partnerships. Part torships (hat (Ailduut a (jade ix Ixr.5iva,s i i Iho LInded Stales ate geneially requited to fray a wi(hlioiding tax Under section 14413 al any foreign partncis' slaw of ellccbvclyy co nnacicd tanta og4e?i7ma bom such busilEMS, Fur ftirr, in cei loin rav(xr white, a bun r W -A flaN oul fi r.I lea:wveil, the nitric total nus,liel 14413 t rahlan A pal ship to pnnamno Ilan a patinas is n kxergn peislx1, and pay tin ecliai 1446 wilhlwldmy lax, Theerekxe, it yei are a Ll S, perset trial is a panne. in a pstlnerahip Ixxtducl ng a trade tx btaifwss fn Ore United States, piovidc I am W 9 to the parinetstip taestabllsh your U.S. status and avtei section 1446 wllhhddlnf on yeti share of parhnership incalrne. app ice l t., yt are a Nn car •i yin 4) 1.+ lib a .. , Itre , ye . N x.a 1, . wee n itnv pef inaahip IIIixmle Ran a (IS. hallo e Imt:aix;.^ii is not stthjna Io Ihe. Cal. No. 1023 IX Frxnr VY-9 (Aev.II-291.3). fa ti ' Il14 1 age SAMPLE WELD COUNTY AGREEMENT FOR MATERIALS OR EQUIPMENT BETWEEN WELD COUNTY & THIS AGREEMENT is made and entered into this _ day of , 2021, 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 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. B2100040". 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 coordinate with, the Weld County Director of Public Works or other designated supervisory personnel, (the "Manager"), to perform the services described on attached Exhibits A and B. Contractor shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. The material and/or equipment shall be delivered to the location(s) specified herein. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibit A. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. In its sole discretion, the County, by the Director of the Department of Public Works or BID NO # 2100040 Page 22 his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination. 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 shalt 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 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 B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contractor under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs or materials or equipment it supplies beyond that specifically authorized by County is performed at Contractor's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the material, service or equipment for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 9. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Unemployment insurance benefits will be available to Contractor and its employees and agents only if such coverage is made available by Contractor or a third party. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in BID NO # 2100040 Page 24 this Agreement. Contractor shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law (and as set forth in Exhibit A provide proof thereof when requested to do so by County. 10. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 11. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible 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 BID NO# 2100040 Page 25 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. 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 BID NO # 2100040 Page 26 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 or services provided pursuant to this request. Contractors shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating that the County will be notified ofany reduction, loss, or modification to coverage. Such notice shall be sent to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contractor. Contractor shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance 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 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 workerscompensation 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 BID NO # 2100040 Page 27 County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contractor shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 products and completed operations aggregate; 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. Proofof Insurance: County reserves the right to require the Contractor to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor's insurer shall name Weld County, Colorado, its elected officials, and its employees as an additional insured. Waiver of Subrogation: For all coverages, Contractor's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contractor. Contractor shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. Contractors Pollution Liability: N/A BID NO # 2100040 Page 28 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 (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: Attn.: President, Address: Address: E-mail: Facsimile: With copy to: Name: Position: Address: Address: E-mail: Facsimile: BID NO # 2100040 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 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 BID NO # 2100040 Page 30 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. N/A 32. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 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. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. {Rest of Page Left Intentionally Blank} BID NO # 2100040 IN WITNESS WHEREOF, the parties hereto have signed this Agreement this .2021. CONTRACTOR: By: _ Name: Title: WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BID NO # 2100040 Date BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO XXXXXXXXX, Chair day of /��c •c 1 1 Bid Request No. B2100040, 2021 Material Hauling Contract Weld County, Colorado The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: A. Mandatory Pre -Bid Conference Call Information. The mandatory pre -bid conference call will be held via a Teams meeting. The meeting information is outlined below. •h • i ' 1 61 6iIt .11..I pji l/ B2100040 — MATERIAL HAULING CONTRACT PUBLIC WORKS DEPARTMENT Please note the following The Microsoft Teams conference ID for the bid opening for above referenced bid is highlighted below: Phone number: +1 72039-5261 Phone Conference ID: 5439C7931# January 7, 2021 @1:30 PM Please call Purchasing with any questions@ 970-400-4223 or 4222. Thanks! ***We need signed copy on file. Please submit with your bid. Thank you!*** Addendum received by: VENDOR CITY AND STATE =1 ADDENDUM#3 B2100040 - MATERIAL HAULING CONTRACT PUBLIC WORKS DEPARTMENT Please note the following Comments, as well as questions and answers from the mandatory pre -bid meeting December 23, 2020 at 9:00 am. Comment that all bidders present on the mandatory pre -bid meeting conference shall be required to send an email to Jeff York stating their attendance of the meeting and the phone number used to attend. Notification shall be sent to JYORKt Weldgov.com by end of business on December 23, 2020. Question 1: Has the fuel surcharge been removed for this contract with regard to previous contracts? Answer: Yes, it has been removed. Follow up: Will there be any concessions to the contract if fuel prices were to rise for example to $3.50/gallon? Answer: No concessions will be made, bids should be made accordingly. Question 2: Are we to bid all equipment specified in the contract, even if it is equipment outside of bidder's normal fleet? Answer: Yes, bidders should bid all types of equipment listed in contract. Bidders who cannot bid all types of equipment will not be excluded. Recommendation that bidders look at current Weld County equipment for chip bar set up, on tandem trucks that they plan to use. Question 3: What are the pay terms of the contract? Answer: Payment processing is weekly, payment may be received 10-14 business days from date of submittal. Comments that material stockpile locations and delivery locations vary throughout all of Weld County. Most often materials are being taken to locations that are in need of repair, therefore road conditions could be poor. Question 4: Where should bids be submitted to? Answer: Email all bids to bidsc weldgov.com per Rose Everett Question 5: What are the normal hours of operation? Answer: Weld County operates on a Monday through Friday 7:00 am to 3:30 pm schedule. From approximately April through September Weld County will operate on either a Monday through Thursday or Tuesday through Friday 6:00 am to 4:30 pm schedule. Question 6: Can truck and driver information be changed and or updated after bid submittal? Answer: Yes, driver and equipment updates and changes are ok, Weld County asks to be notified of changes when they are made and shall meet contract requirements. Question 7: Can questions be submitted by bidder after the mandatory pre -bid meeting on December 23, 2020? Answer: Questions can be submitted following this meeting. All questions must be submitted prior to 10:00 am on January 4, 2021 at which point no further questions will be accepted. Any questions shall be submitted to Weld County Purchasing. Please call Purchasing with any questions@ 970-400-4223 or 4222. Thanks! ***We need signed copy on file. Please submit with your bid. Thank you!*** Addendum received by: VENDOR ADDRESS CITY AND STATE BY EMAIL December 23, 2020 Rose Everett From: John Warren <johnwarren@4xindustr,aicorn> Sent: Wednesday, January 6, 2021 5:55 PM To: bids Cc: Carlos Koons; Phill Osler; Nate Owens Subject: 2021 Material Hauling Contract - Bid #B2100040 Attachments: 2021 Material Hauling Contract Bid No B2100040.pdf Follow Up Flag; Follow up Flag Status: Flagged To Weld County Public Works Dept.: I hereby waive my right to a sealed bid. 4X Industrial, LLC is pleased to offer the attached bid proposal in response to your request for bids for the 2021 Material Hauling Contract — #B2100040. DOT Numbers: Primary - 4X Industrial, LLC —1844315 Subcontractors: Mundt Energy - 2327148 1888 Industrial Services, LLC -1996860 Be sure to contact us with any questions you may have or any additional information you need. Thank youl Best, John L. Warren, CFO 4X Industrial, LLC 800 8'h Ave., Suite 300 Greeley, CO 80631 Mobile: (707) 845-3239 THIS EMAIL IS CONFIDENTIAL: The information contained In this small or any attachment hereto is conridential. It may also be privileged. If you are not the intended recipient, please notify the sender by return email and immediately delete this email. 2021 Material Hauling Contract Item S Item Description Unit Unit Price Par Hour Per Truck 1 Hauling and Spreading of material — Tractor & Belly Dump HR ? 1 S 2 Hauling — Side Dump HR ?5 .°.v 3 Hauling — End Dump HR i $ •,=— 4 Hauling — Tandem Axis Dump Truck HR �' 7 ALL BIDDERS SHALL PROVIDE A W-0 WITH THE SUBMISSION OF THEIR BID" The undersigned, by his or her signature, hereby acknowledges and represanbs that 1. The bid proposed herein meets all of the conditions, specifications end special provisions set forth in the request for proposal for Request No. 82100040 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 thesocompen ying proposal sheets. 4. 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 CountyCommissloners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the beat interests of W ldCounty. FIRM 4X INDUSTRIAL. LLC BUSINESS ADDRESS 800 8TH AVE. STE 300 CITY. STATE, ZIP CODE GREELEY, CO 80631 TELEPHONE NO (970) 352-1790 FAX 430 558-5850 TAX ID *26-3587905 PRINTED SIGNATURE E-MAIL JO WELD COUNTY 1S EXEMPT FROM COLORADO SALES TAXES (CERTIFICATE OF EXEMPTION NUMBER IS 098-03561-0000) BID NO 4 2100040 Page 15 RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. 1 Date: 12-21- 2020 By: JOHN WARREN Addendum No. 2- Date: 12-23- 2020 By: JOHN WARREN Addendum No. Date: By: Bidder agrees to perform all Work described In the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed. SIGNATURES: Dated this 8TH day of JANUARY , 2021. FIRM NAME: 4X INDUSTRIAL, LLC BY: JOHN L. WARREN BIDDER'S LEGAL SIGNATURE: STATE OF INCORPORATION: CO ORADO ADDRESS: 800 8TH AVE, STE 300, GREELEY, CO 80831 TELEPHONE NO: (97Q) 352-1790 FAX NO: (430) 558-5850 ATTEST: A ',T)'�$-"' BID NO # 2100040 peg. is STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT: 1 -6-2021 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 oppoitunity 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. AN 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 andlor irregularities and to reject any or all bids. 1. Name of Bidder (Company or Firm): 4X INDUSTRIAL_ LLC 2. Permanent main office address: 800 8TH AVE. STE 300. GREELEY.CO 80631 Phone Number: (9701352-1790 Fax Number: (430 558-§850 3. Year Company was organized: 2008 4. Number of years this Company has been engaged in similar projects as outlined in this bid: 13 5. Under what firm, company, or trade names has this company been engaged in this type of business, howlong under each name, and how long has each company been bonding work? WELLS TRUCKING, LLC, 2008 - 2017, 9 YEARS, NO BONDING 4X INDUSTRIAL, LLC, 2017 - PRESENT, 3.5 YEARS, ONE YEAR BONDING WORK 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: SEE ATTACHMENT A 3 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 List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. NONE BID NO # 2100040 Page 17 9. Describe all contracts that the Company felled to complete. NONE 10. Describe all contracts on which the Company defaulted or from which the Company was terminated. NONE 11. List all of the subcontractors the Company Intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE STATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM (FIFTEEN PERCENT) 15% OR MORE OF THE WORK. SUBCONTRACTOR WORK DESCRIPTION % OF WORK MUNDT ENERGY HAULING SERVICES <10% 1888 INDUSTRIAL SERVICES HAULING SERVICES < 10% 12. List the principal members of the company who will be involved with this project. YRS PERTINENT NAME TITLE EXPERIENCE JOSHUA B_ WELLS JAEMBER 15 13. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. SEE ATTACHMENT B BID NO # 2100040 Pop 18 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- In day of 'EW X19, :X 20 , _ Bidder: (C pany)- ' By: (Signature) Name: (Please Type) Title: NOTARY County of State of C+o l OtiAel o ) as' r\ Wa v}-( ,i1. -_- he is (Title) duly sworn, deposes and says that of IX It l4 L.t,c-t I % ( i I. (_ - , and (Company Name) That the answers to the foregoing questions and all state s therein contained are true and correct. Subscribed and sworn before me this l,r' day of 1GLYW4 ►1 2021. {j (SEAL) JADE SHUFLIN NOTARY PUBLIC STATE OF COLORADO _tt l • L' s. NOTARY ID 20204028026 MY COMMISSION EXPIRES JULY 29,2024 BID NO # 2100040 pp� tg 4X Industrial, LLC EXHIBIT A — PROJECTS UNDER CCONTRACT IMMItf 11fldf1tl0 A I C OMNM 91d11R Nbs BORd1di lartaa tndOr 1YIrt Aram" ch"S.O1dln Cp1M1AAould •M pr sM 1W1 1M f1 1M .A�1 CO•Qwl AR NB IN WC►2 YW251T 6112344 WI2SdS 9Aw 3 VdlblrySlbBolts924 G30Mn Sib 14113./2 G1dde.Sb StUp 1319 N N N N 10/3holo IIVIt/SOo 11/3q/2o3o WJNROM 7J11./2011 V1V1021 llryloll V30f3021 Atilt N1AR Milo AgNA u,7LL10 R3fAt0A0 13BAMM AIO24444 µ751A0 N2S O 771.110.00 N1.3441q 100 CO.0M1 RN RR RR TAO TAO no TAO 3 912-4101110 CRMNReadwry$t,N9dt VddNR Sob Bdlc 1660 Aww SA Btdp 179 (4 AwIw SA B1dp1A.6 N 7 N N VIS/3021 1A/V2020 1/S/3021 3/5/1001 B/1/M21 VIS/2031 4)1/5011 A/5/ML Awwdld Aankd Awwdld AwtAld 2,7171.71.44 R5224** 7p,3MOO 33344470 1.721AODD 701.!30.10 120.10044 VNp 4"M40303A/ td93i6.1/ •LMU" ._.___ wwayamscoAl1AAC3i07AA 2 d{E #4 Rt3ltill9 4X Industrial, LLC EXHIBIT 0- LITIGATION A&D Welding Litigation — 4X Industrial, LLC (the "Company") purchased A&D Welding on January 1, 2018. The Company is currently involved in litigation with Seller for various breaches of contract pursuant to the transaction (structured as a stock purchase agreement). In 2019, the case was dismissed without prejudice in Mesa County, CO, and subsequently reified in Weld County, Co. Russell Marine Litigation — In September 2019, Russell Marine, LLC filed a lawsuit alleging, among other things, theft of "trade secrets" against two former employees. 4X Industrial, LLC (the "Company" and the employees' subsequent employer) was also named in the lawsuit, but based upon Interviews and initial case due diligence assesses Its liabilities and exposure in the matter at zero dollars. 4X Industrial, LLC has done nothing to benefit from the use of its competitors "trade secrets," and argues that no trade secrets exist, and seeks to be removed from the case. 4X Industrial, LLC will continue to vigorously defend itself In the warrantless litigation. COLORADO DEPARTMENT OF TRANWORTATION „rr•. wn,n ANTI -COLLUSION AFFIDAVIT WCM,ON WEL4 COONTY I hereby ales that I em to person responsible within my firm for (he final decision as to the price(s) and amount of this bid or, If not, that I have written authortratton, enclosed herewith, Rom that person to make the statements set out below on his or her Degas and on behalf of my (Inn. I further attest that: 1. The price(s) and amount ci this bid have been arrived at Independently. without consutation. eonanunicatlon or agreement for this purpose or with the ahead of regdding compsttion with any other firm or person who is a bidder or polenuel prime bidder. 2A. Nether the price(s) nor IM amount of thin bid have been dieclosed to any titian firm or person who Is a bidder or potential prime bidder on this propel, and wit not be so disclosed prior to bI I opening. 2B. Nigher the picas nor the amount china bbd of any other firm or person wile's a bidder or potential prime bidder on this project have been disclosed to me or my firm, 3A. No attempt has been made to solicit, cause or Induce any firm or person who is a bidder or potential pram bidder to refrain from bidding on this propel, or to submit a bid higher than the bid of tills firm, or any tdsMbnal f high or nom competitive bbd or other font of cr mpl rrentary bid. 3B. No agresmsnt has been promised or solicited for any other firm or person who is a bidder or potentul prune bidder on this project to submit an interdlonally high noncompattve or other form of conlism nfary bid an this project. 4. The bid of my firm is made In good faith and not pursuant to any oonsuhslon, communication, agreement or discussion with, or Inducement or solicitation by or from any firm or person to submit any Intantonaly high, noncom- potitve or other form of ooriWlsnrenfaly bid. S. My firm has not offered or entered into a subcontract or agreement regarding the purchase or eels of nrterrak or sarvbes from any firm or person, or altered, promised or pad cash or anything of value to any firm or person, whether in connection with tub or any other project, in consideration loran agfaemeat or promise by any tkm or person to refrain from bidding or to submit any intent+omtly high, noncompetNke a/ otter formal oo VIIImefhtary bid or agreeing or promising (ode soon gala project. 6. My firm has not accepted or boa► promised any aubcontraci or agreement regarding the sale of materials or services to any firm at parson, and has not been promsed or paid cash or anything of value by any firm or person, whether in connection with this or any other propel, In OoneMeratba for my firma submitting any Yhtmntlonaly high. noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. 1 have made a diligent Inquiry of as members, officers, employee.. and agents of my firm with reeponalWfiliea relating to the preparagon, approval or submission of my firm's bid on tutu project and have been advised by each of them that he or she has not partdpded In any communication, consultation, discussion, agreement, colarelon. or other conduct inconsistent win any of the etaemente and represectetons made In this altdavt. 8, b understand and my rum undereleas filet any misstatement In this elf (devil is and shall be tested as a fraudulent concealment from the Colorado Department of Transportation, 01 11* true facto 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, oranw4wo 4X INDUSTRIAL, LLC CFO Iii Sworn to before me this LQ' " day of, J I1V Lt`s t j 20 2 t!`c.. '` 1.4,4k 9. JADE SHLJFLIN cfm.Nx ,. ro NOTARY P B C OF COLORADO NOTE: This doouVnertt must be Npned In Ink. .M .F m. 1'6-2021 MY COMMISSION EXPIRES J(LY 29, jN BID NO A 2100040 P59620 ram WI Regusst for Taxpayer eM Fatali tv om 0 an dtMYttaw idantlilcatton Number and Certifcatlon wglrlafer.oend a �y X wttwtgrtUsprdidrtlpYKta mt%d rl�anabov. old*eAwuv 11khmlwIsardogca..+w.rx _ - Eswnalw,.a••awatol a . r tMnnhnW.ottppatnea n Caalpwa.on nsCapmert n vrkntrao oT si.n.N LatiNd tabtigregat►.ay EM'. dwra. dawtiaMim C a.pwslwr. &•sarprWIr. P�prnrMW)r S E, a- a Alan tcA.ip iv �a•� .,.� tidnr pw eabuakm.)► Addna(nmhit.NMlgd•Aawrto.w) c IIspjtt'nn•MdWbw.cW''O r�lv..tti rdTFoeitr M $ /r •at4itNtttrtn.sedl P.peamM W ryour Tt iintheappmpdal.box. TM TINptn(d.dmaMmatdlMwnam.glwnondt.'Nmo'llia. [�irib%�iau rMiir a avodb.dalowldihddtg.FbrW M6akftftyotrsadieewitytatmber(88M,Howw.,tots raddlntfor.PodsOMM16e..mdve d.d.'iU .aedi. Pitt IladmUorwonpge8.iarodw I - .ntftI MnyoW •mployrrtdondkedw,ram"M(s6N) ttyou donot ttows rNmbo.e.uHowtopN• TIN an pga'1 Not.. N His s000tn t tarn mars itNra ant Ia.nN, ant tlw dwf an pegs 4 Par glidrbewe a.l rNteM nrmbw to cml.,. Under pipit s d paa)Iry, l cin y rivet I. The numbw.bown on Hits lam a nw oared haaprya Idwd$cilian ruanbw (art we wdIAap to,. north.' a ba I. u.d a ma t end 2 1.m not anbt.ct a badb,pw1Wtddng bec ugo. 00100 49101X tam 1xd.ap wiltoldna, a (b) I lww no berm nollhd bytes Inalni Rs*w. Banta tR8) that I am abl at tobsduo WNidao(dlg ii e wat.l it. aywo M r pct1 all In1tat or deAdrrd.. d(c) the its halt WMfi.d m.IMt t am no ton6r ub(ed to bKAW wIIMddnQ rood 3 1 an $ US cliken or filar U.S. pr.on (d.diladbalost and 4. TM FATCA cod.(a).nbr.d opthi..aarlt t w )hdwlYap d.t l am tlamlpt from MICA rapddrg w a6rlaat CatMlotmIwttutttlons.YoumastdotsaAARuntaboveryarhawbaennoWladbytheIRdlostyouasclaler yat04yettotladaowhlth.idtp beauin you how f W ad toriot pot ill IMaraat and d triad. an you Its rattan. For iii . 4.1. twaedan. ham 2400 not apply Pa motto.as muaal 0Nd, aopplsdon at abmdormuN otsaea.dpropatty. c.'lo.9.bon old bt. Mtdbuaonsto an MdvMWisWelmat.' inpwdo oft and Oawtolly. WYtnana ollw mMl Wtanat TO., you w not rapuMad to sign t 6cadMloagar, but you must plaid. your cowl tMi, ter. tn. bwsucthontonsson I rJth Nan up.t.er.► • • �11 O.n.itsI Instmotto4s " S CUMtaMMlawalt1•dmWutiRwa.a.CostwW►a4aWtarkd Faattae AawNWu.nt.. Thu liStaaa a.ated. pig,. /lase.. isadoaaaat .boutPagtWe.attwwisa0uM WWI.1aIM+raargtatwaiitsiwaats Mt.' rusn WYMaae•.MprbanlanakOntarataa+aragwibape.l ood Puss. of Farm APatanMnae«parodMMe•nbuamaaaflquneolth taitMmWtdnanyaj naaW taupsy.r taMktgabatattal b.r (wa fteMat,ta.orfi. moe n. pail. rive. t* snl& m4. lop it.ta.IdrnrMdp.ymr. a.d rweotprlIyy Mr*ak anwttrttnr..MfaMYbbMrr:Matp,aoa ssti4rantywptlt.a05111mw altardmwerd dewnad$ altp• sdAw.OPdrb1,a wdaLuk.n fwm.d. rq rr MA 4a.FamWO XywnoAU.s,Pcrw►Mttkatgs.eudaaio is pmrwl•Yar ek"A Y4tellr.pr.arr prtabagil(huwgaaMalrtdwtwt y+plo.aK,.ro: 1. Coy MI dto 11N I M are v.Igla wn.tt (4. you M• wrrg it a mmblr to It. Ward), 2 Cattyfrtwum .iulu wItob aYowiMfdbg.ar J. Cunt .ntapben bulb ea10 wltlaldQwlu yes ka IU.6. x.rttpt PWa Y „PtmWt, ywan sbw ao{t Met Mali R p1rwR par Mratle.dmq or anp.bi Itat4snebat alt&bndenbwbmmbn lsutSgntnlM Cal wrtlir.lAYp Irtmla.lptpratwa dtr•adYrt yosrrr.d iii. ant 4. C4aWdrllAICA a0..({)411M.M1to d.alaran(ua"NoMaa*i Mar you we 4ir.pt foot deIAlt,/tapatag, as mn•d. NMa. sY••ae aUA,pr.pnaW a ro•ppuaaa1lM0�I dsro. you a lwa atW Metlam W P Mrnpqeo.tyw, 1K ywaaNt• w. sa aoewNa a hi.' di SPAWNtiVomt W e Oaaw. id •vi Nrwnraawl ts.ptp.wa,ywWe"W sadaUS laaron svou a. • An n3tMwl.iagr a US. ridart a US. m.Mw.a.w� • Ap•biaatt .ewpr•dun,pwpry aswodecknend•daaa.dt dbit. l•:aal8tal.. a tatalr Vi. 4w of asUriNd$war. • M rtN.Ides dime 11yt•auy, a . Adamwra amt W dsrtw antrptYerr.warnuIJJUl 7) Dp.tPMtt►.kr PaAtw.lowSdarldt.l•brlsaba parstar dtsUeat4d641m.a•gma aprebpnrer toctg*twabn 1MuenaMtaaytpr4ws tfl.mdatboa.MaotrpM. fatoll.wtoentrrn switt.elnw.rtstw,bid ewwwkrb.YamWdiMtWIt..1raawad. u na.st.n4ga4a.mttpaagar•4p.aw rop+.nrutNditipubi. Sc k«wPRIM rrrPoo#wsraMkt,lit a.d*rt+•ddnutu.tn«.ta .dlruaIa.e IAs. prwt dart. s prtnw 6t. .ttnwtsl��pp naWud.tga asdi abtakrwtt atw l.td.d Bunts, pOMalam W Obit. priwrdap isnel*Hshvaa US. tale and ryraa sadist 1446u Os) onyW slrfa d pdnwow aateM No.ltMp1X Ina Rs..ME.W) 8ID NO # 2100040 Page 21 i hey i��3-� a.'Ra i - r rl�� F: i 1 r t � � "� L�Y 'i � N Pi L� F� � !#«»«a»?w © e 2 »4m, Tear -t »« w< :# 4< « 4 v « *i«« - «zv » x«,,r. :w. .»+ tk 3 «t »! : . cra a Phone number! +1 720:.39 1 Phone Con feren :f January 7 2 21 1«0 PM . . . . - ###?2<2t Addendumr 2»V v» ~\1 f«««I.2` ..,500867 ;:28M ::. PETIRBkT• .T�$ ?R.UC9 , +: 7Xpwai4k5EQ293409.:. YST9p i - }llAB BAQ WEA".GYYJ. ::.. - lit, :. SDIP808 2814 PETERBILT 339HAULTRUCK 1XPWO49XTCD252356 15 TenTruckiUa l3,803i+:d47vtYGVW 1T2,1 Z914 Z pFBAB.'� .. L ,:. p2S2 St 1'3T61YY & ` CGt S lAiW.GW4 " A ik9795 W 0 2OL4 PEYEK9I_ 388 HAVL TRUCK ...m.. 3%Fi'dAY49X6E8�,'[§235) Y$TdeTevCB;U 2.0p$.iAB Onrth4N y15 t�. 3 - 2034 s, T '.: J68HR t U ` ' S Sh$2dD2 i5 564812 2018 PEFERBILT XPWb87Y4E0262354 SS.TceF§TAtleki Up 11,48$tndCW4e6%W 65Ait •,:: ___ 2034 '.�PERR911i.T + , ", 386HAV _1%P441}.4 t8ED 59 25 TeR'T SU.,, EM GViY'z� , 313.346 509819 24tp 6 p lhMlT., r 189T44UtTRUCK IK P?44R7J6A33175 1STtKcTrutkiU 4nQGV4r!$5fY,Yl 11461* 508820 217_ 1S _ PBT $IL 394HAtttTllt1CK 1KPX049A4)D4 SY76 25 ten truck t 37:VIOtin4cntQw 17 329 91 2637 RkTEMR.T '' ;. F3NUL 4ACK $KPXM9%91i3265dsd. $176RTYUC ffi�lr b GWl :� 154961 309922 26P7 PETERBfIT 369 HAUl7RUCK 3XA%Di9KYJD469467 IsronrnKtau�t 34:CI81 and Owt GVW 158,877 91: d4?7 PEER &tT lx k „ ; 2$81tTLItT(tlit74' .• U2X049XV04654U 7 .,�....=rte..,,„. f5 Ybtl7N4k t flQQ SW :GiR11' " Y44Sii V73E8 :dam& ;DETE l T g97 t*u nmwxigonson... 810NT CKi'UP•• ND Ar,.. 37%9 5d6OW 2 ,';iih HQ' !.. 548891 2408 <bt$ µ 2812 TBAIUCINQ -TRAItKBiG t TRACKING ElLYDUMP m'' 49M " . BELLY DUMP 1TK5CA0218W871878 1[RSBDISE3C5`dQrI63 TRAILER•DUMP -.�� TR41LKDURP MIA U/A { 549091 LTP.Do4021CW61S394 TRAILEROUF P NM 5491m42413 "rRA16KfNG n9EIA.YDU6ffi ,.,y..ri; 3YK T09 TRAILERaGU1P NJa 569865 1814 TRAILKING BELLY DUMP 1TK8Wp2$EWp33ST2 TRAILER BUMP Hit, .£48999 _w 2014 _.:_}^IWL)aNG..,w et DuM tTK a6#1 ipAR.BR•OUAfiP .•._.-.�_•'.. .vewe.rt11YW4MiRTIWXIMFIW N/A S49dX17 2014 Y 'tRANAING I SELtY SUMP .,. r..,.«..,. ITK864624EW633i6O TRAU*4UMP - N/A 5/&$68 ( 2638 —.—.vie.-m.m. ...... ,., .• TRA,..,....,K„i1 LNG m LLY DUMP µ 1TKp04 l 12$291 vru».w......,.+mrrNw .TXJUt ADUMP .ovYxuwu..rrrwr A SA '+9 2015 _ TRACKING - ULLY DUMP liKUW81I F1'Jt7ow TRMLENJUMP N/A 5696$6 : 2035 Mdi .... BELLY DUMP - TTK004026D4Y078213 TRAR:EB•DUMP urn 5484TT 2018 . AMM4 wYW..q.wy.✓✓M'..... T�;ILKING BEU.Y DUMP M ��TTKLK1T028GVJ678214 TRAIEFAVDUMP NIA DRIVERS DL Gooch Duane CDL Kroh Henry CDL Miracle James CDL Calderwood Todd COL Brunner David CDL Childers Thomas CDL Brant Steven CDL Hall Michael CDL Renz Ramon CDL Sybrandts Troy CDC Note - MVRs have been requested and are in -process. - To be provided as soon as available. - Delays associated with COVID-19. .1.1111 4X INDUSTRIAL Safety Management System I Doc No: DRIVING Initial Issue Date .° 07/24/2018 f Revision Date: Initial Version DRIVING SAFETY Revision No. 0 Next Review Date: 07/2412019 Preparation; Safety Mgt Authority: Josh Wells Issuing Dept: Safety Page: Page 1o14 4 Purpose This program Is written to be In compliance with local regulatory requirements and provide directives to managers, supervisors, and employees about their responsibilities In the operations and management of 4X INDUSTRIAL vehicle safety. Key Responsibilities 4X INDUSTRIAL Safety Manager • The designated Safety Manager Is responsible for developing and maintaining the program and related procedures. These procedures are kept in the designated safety manager's office. She Manager • Responsible for the implementation and maintenance of the program for their site and ensuring all assets are made available for compliance with the plan. Employees • All shall be familiar with this procedure and the local workplace vehicle safety program. • Follow all requirements, report unsafe conditions, and follow all posted requirements. • Only authorized employees will drive a motor vehicle in the course and scope of work or operate a 4X INDUSTRIAL owned vehicle. • The driver of a 4X INDUSTRIAL vehicle will have a valid and current license to operate the vehicle. Drivers will be appropriately assessed, licensed and trained to operate the vehicle they have been authorized to operate. • Authorized drivers are not allowed to operate a motor vehicle while under the influence of alcohol, Illegal drugs, certain medications, prescription or over -the counter medications that might impair their driving skills. Vehicle and Transportation Related Driving Safety • No passengers shall be on trucks used to deliver goods. • Backing Is prohibited whenever practicable. Where backing is required, drivers, when parking, should make every effort to park the vehicle in a manner that allows the first move when leaving the parking space to be forward. • Drivers must have either a reversing alarm, use a spotter or walk around the truck/trailer prior to backing. • Passenger compartments are to be free from loose objects that might endanger passengers in the event of an incident. Any vehicle with non -segregated storage shall be equipped with a cargo net or equivalent to separate the storage area. • Vehicles (light vehicles, heavy vehicles and trailers) may not be modified without the endorsement of the manufacturer. • Signs, stickers or labels are to be fitted in such a manner that they do not obstruct the driver's vision or impede the driver's use of any controls, Uncontrolled copy If printed Printed on: 24July 2018 O 4X INDUSTRIAL Valid on day of printlng only. Doc No: DRIVING_ 4X INDUSTRIAL Initial Issue Date 07/24/2018 Safety Management System Revision Date: Initial version DRIVING SAFETY Revision No. o Next Review Date: 07/24/2019 Preparation: Safety Mgr Authority: Josh Wells Issuing UepV Safety Page: Page 2 of 4 f eoa ' of Traffic Vi 1„g lonx aced Vnlwfri nr. ��fa +s - Authorized drivers will report any collision or traffic violation white driving on 4X INDUSTRIAL duties to the appropriate personnel. Q Driver Beltgyiors%ft ctic„ • Authorized drivers will follow 4X INDUSTRIAL Safe Driver Behaviors/Practices. • Obey all federal and local driving laws or regulations as well as requirements of clients; • Immediately report any restriction or change to their driving privileges to the supervisor, • Driver and all passengers must wear seatbelts. Seatbelts shall be worn by all occupants at all times whenever a vehicle is In motion. • Defensive drivers continually assess conditions and hazards and remain prepared for any challenge that may approach them. • When speaking with a passenger, always keep your eyes on the road. • Both hands on the wheel. • Use of cell phones, hands -free cell phones, manipulating radios or other equipment which may cause distraction while driving any vehicle Is prohibited. Vehicle must be safely parked prior to using a cell phone or 2 -way radio, • Drivers shall not exceed the posted speed limit. • Drivers shall maintain a safe distance between other vehicles. • Slow down around construction, large vehicles, wildlife, fog, rain, snow, or anything else that adds a hazard to your driving; • Alcohol or illegal drugs are not allowed to be in a 4X INDUSTRIAL, client or leased vehicle at any time; QLrX9 be nreoared b fore teayi {: • Perform 360 walk around — report new damage. • Check windshield for cracks that could interfere with vision. • Inspect for vehicle damage and immediately report any damage to the supervisor if not previously observed. • Make sure dirt or snow is removed from lights on all sides of the vehicle. • Brush or clean off snow or Ice on all windows to ensure complete vision. • Check fuel level to be certain the destination can be reached. • Check to ensure the license plates and Inspection tag on vehicle are current. • Ensure that there is a first aid kit and inspected fire extinguisher in the 4X INDUSTRIAL vehicle. • Ensure driver Is rested and alert for driving. • Employees are not to perform repairs or maintenance other than routine fluid additions. Vehicle Requirements • Vehicles shall be maintained In safe working order. • Vehicles are of the correct size and designed for intended use. The vehicle shall be fit for the purpose. • Tires, including spares if full size, are to be of same type, profile and tread pattern, except when the vehicle or tire Manufacturer recommends a different type for certain axles, • Tire type and pattern is to be recommended by the vehicle or tire manufacturer for use on the vehicle In the area of operation. Uncontrolled copy if printed printed on: 24 lu 2018 Valid on day of printing only 4X INDUSTRIAL Doc No: DRIVING 4X INDUSTRIAL tnitial issue Date 07/24J2016 Safety Management System Revision Date: Initial Version DRIVING SAFETY .Revision No. 0 Next Review Date: 07/24/2019 Preparation: Safety Mgr Autharlry: Josh Wells Issui Dept: Safety Page: page 3 ei 4 • Vehicles are to be fitted with a spare wheel and changing equipment to safely change a wheel, or a suitable alternative, • All seats are to be fitted with headrests a All light duty vehicles (Including buses) are to be equipped with an adjustable left, right and central rear view mirrors • Loads shall be secured and within the manufacturer and legal limits and shall not exceed the manufacturer's specifications and legal limits for the vehicle, • All vehicles are to be equipped with a multipurpose fire extinguisher with a capacity of at least 0.9 kg/2 lb. The fire extinguisher shall be securely mounted on a bracket and located so that It is easily accessible In an emergency without becoming a hazard In case of an incident, All light vehicles shall be equipped with a securely stowed first aid kit, * All drivers of light vehicles shall carry a high visibility jacket for use In case of emergency stops. • All light duty vehicles carry a minimum of one collapsible hazard warning triangle. • Rollover protection will be installed in any vehicle to address high risk environments, The rollover protection engineered will conform to recognized regulatory standard and industry preferred practices. • All light equipment vehicles shall be outfitted with two red high -intensity lights located as high, as far apart, and as far back as practical, wired to the headlight switch, but also with an override switch, if permitted by local regulations. Transportation If workers are required to travel in a worker transportation vehicle 4X INDUSTRIAL must ensure that reasonable measures are taken to evaluate road, weather and traffic conditions to ensure the safe transit of the workers. The operator of a worker transportation vehicle must ensure that the worker transportation vehicle has been inspected by a qualified person before first use on a work shift. Seated workers must wear seat belts while being transported in a vehicle equipped with seat belts. A worker must not ride in a vehicle in a standing position, unless protected from being thrown off balance. A worker must not ride in a vehicle with any part of the body outside the vehicle unless essential to the work process and then only if the worker is adequately restrained. Materials, goods, tools or equipment carried in a portion or compartment of a vehicle in which workers are riding must be located and secured to prevent injury to the operator or workers. Any enclosed portion or compartment of a vehicle in which workers are transported must have: o effective ventilation, Independent of doors, providing clean air, • adequate lighting and means for heating and cooling, • an effective means of communication between the operator and passengers, and • more than one means of exit, Uncontrolled copy If printed, printed on: 241u1 2038 Valid on day of printing only, y ® 4x INDUSTRIAL 4X INDUSTRIAL Safety Management System Doc No: DRIVING Initial Issue Date 07/24/2018 te Revision Date: initial Version DRIVING SAFETY Revision No. 0 Next Review Date: 07/24/2019 Preparation: Safety Mj Authority: Josh Welts j Issuing Dept; Safety Page: Page 4 of 4 Traffic Control 4X INDUSTRIAL shall develop, in writing, and implement a traffic protection plan for its workers at a worksite If any of them may be exposed to a hazard from vehicular or pedestrian traffic that may endanger the safety of any worker, it shall include the following control measures; • Effective means of traffic control shall be provided whenever the unregulated movement of vehicular traffic constitutes a hazard to workers. • Traffic control shall include barricades and cones as the primary control and, where required, signs, Ragmen or other techniques and devices made necessary by the prevailing circumstances. • Operations or equipment, encroaching on the traveled way, shall be protected by barricades and cones as the primary control and, where required other effective devices. c 4X INDUSTRIAL must train workers in the traffic control safe work procedures. • 4X INDUSTRIAL will ensure that before a worker is designated as a flag person, the worker is trained In the safe work procedures for the safe control of traffic operations and wears the appropriate high visibility outer clothing and/or equipment. • if a worker at a project on a highway may be endangered by vehicular traffic unrelated to the project, the project shall make use of as many measures as necessary to adequately protect the worker. • A worker who is required to set up or remove traffic control measures on a roadway or a shoulder of a roadway shall be a competent worker, shall be equipped with the appropriate high visibility apparel, shall not perform any other work while setting up or removing the measures and shall be given adequate written and oral Instructions In a language that he or she understands, with respect to setting up or removing the measures. ATV Vehicles if a 4X INDUSTRIAL work site utilizes ATV vehicles then the following shall apply: • If the manufacturer has not set limits for operation of the ATV on sloping ground, 5% is the maximum allowable slope unless 4X INDUSTRIAL has developed and Implemented written safe work procedures appropriate for any steeper slope on which the equipment is to be used. • 4X INDUSTRIAL must ensure that each ATV operator Is properly licensed and trained in the safe operation of the vehicle. The training program for an ATV operator must cover o the operator's pre -trap inspection, o use of personal protective apparel, o operating skills according to the ATV manufacturer's instructions, o basic mechanical requirements, and o loading and unloading the vehicle, if this Is ajob requirement. An ATV operator and any passenger on an ATV must wear approved eye and hearing protection as required by local regulatory requirements and the 4X INDUSTRIAL PPE Program. An ATV operator and any passenger on an ATV must wear clothing suitable for the environmental conditions and when necessary to protect against the hazards presented at the worksite, suitable gloves and clothing which covers the ankles and legs and the arms to the wrists and appropriate footwear. 4X INDUSTRIAL requires that approved helmets shall be worn by the operator and passenger. Loading and unloading of an ATV onto or off a carrier vehicle must be done in a safe manner. If ramps are used when loading or unloading an ATV they must be placed at a suitable angle, be sufficiently wide and have a surface finish which provides an adequate grip for the ATV's tires. Uncontrolled copy If Printed, Valid on day of printing only. Printed on: 24 July 2018 47 4X INDUSTRIAL Order Clete: Aug 12, 2020 OcthBd By: Foley 140 Rce Av ord, Cr 06106 LNG MOTOR VEHICLE REPORT c PLICATIQP6ltVF' TION RI RENT CALVIN__. DESSEL IJEDME 6/17/2020 UC r'v COMMERCIAL CFuaNAL ISSUE 4/27/1988 1JCBNUR 10475 E rtES. 6/4/2025 RsCeTFaQD Aug 2017 - Aug 2020 UGENSE STATUS VALID CtASsCa3E 1A CAA SS DESCRIMI CSL COMBINE VEH > 26K WTTRAILER> 10K 1. CORRECTIVE LENSES C UCea 1,DO4JBLETTRIPLE TRAILERS 2 COMBINED TANKS/T No Medical Certificates Found S+�VIOLAM No Events or Violations Found 1. DATE FIRST ISSUED A WY CDL: 2020/06/17 z CLP 2A ISS=2020/03/19 E)Q=2020{0911S LICENSED U E P ST No License Notary Found Ohs t f tft ycx uant to the toF I r i ttla ` O ACC f i�%Yt yar e Cra i h®ren was at g>cd fat'trarsscurcastx tf l y t 1F fd pug Act 1s nsM on t n. S- g ol sal ecewlctths bNar/e cct irxtare Jd.*4d trtorwkat Wfarna&t that ontealatse tha.re�rtbythan ateten yearS. h hat Is act .. to arrests, 6S of ontt�ky, or cases that d m 1 4' Grr dflesboug the neorlfct a wrthenartstebt rrornth ces a xocaxtun, when naattug an ariv You shauldcaersoft c Ith y . atarenyatxas ft*theierat ate toen dt Fx ar vtornattyort F(PA ouTIbnSe as a of 1 sai�w+ r .. r a, .t :i• � k �:.,:.:.:r' YEA•. Z�r4i 0 �e O COMMERCIAL OR$Vr.-R tf DRESSEL BRENT CALVIN «01 SRUSSELL AVE 188 10UGX 134 L.A WY 82833 ws 071=1273 ev'up 05104/2028 M° is 91 x iz 1751b 1s !U L [7 60117/ 02A s 10GOE176418 dFJ • :.. .ti - x+ _ .., , n a y w as _ FOLEY uvH,06 Colorado Motor Vehicle Report ordered for TROY SYBRANOTS on November 1, 2020 AJicant C3etaals ' TROY JASON SYBRANDTS Full Name MIS Ma60le Gender OHLER FARMS RD. KERSEY, CO 80644 Address 942802092 License Number Liven VALID License Status License Classes Class Type COMMERCIAL CLASS A COMMERCIAL VEH ANY WEIGHT, MAY TOW ANOTHER VEHICLE > 10K LB . Class Description Class Code A Valid Class Status 2020-10-30 Issue Date Expiration Date 2024-09-16 DOUBLE TRIPLES Endorsement MOTORCYCLE Endorsement TANK VEHICLE Endorsement Medical Certificates MEDICAL CERTIFICATE Desciption CERTIFIED Status Issue Date 2018-12-14 Expiration Date 2020-12-14 t4OWEXCEPTED INTERSTATE Self Certificate CHIMONAS Examiner Name Examiner MD License # CO46107 Examiner MD License Jurisdiction CO Examiner Speciality AN 9151569 9512 12 79 Examiner MD Registry # (970)810-6810 Examiner Phone Incidents No incidents found. Additional Alerts No additional alerts found Comments info: TOTAL STATE POINTS IS COMPUTED AND MAY NOT REFLECT THE ACTUAL TOTAL POINTS AT THE STATE info: 12 MONTH POINTS: 0 Info: 24 MONTH INTS' 0 Info: TYPE.. ADULT CLASS A LICENSE Info. ISSUE. $?12120'16, EXPIRATION: 9116/2020 InfoSTA r. ' RENEW Info: I"YPE ADULT CI ASS A LICENSE Info: ISSUE: 9!'1612014, Ei PIRATION: 9/16/2018 Info: STATU S, REPLACEMENT info: TYPE. ADULT CLASS A. LICENSE Info: ISSUES ),10;2nf ) E PIRATiON:9/16/2014 Info • STATUS: RENEW Info. TYPE:ADULT CLASS A LICENSE Info ISSUE: 111112106, EXPI TION: 9116/2010 Info. STATUS: RENEW Info: TVPE= ADULT Ct ASS A PElMtT Info. IS$U W' I, EXPIRATION: 10/14/2007 info: STATUS. CO LETEa Info: TYPE: ADULT ti: ULAR LICENSE Info. ISSUE: 911512f 03, E PIRRATION. 9116/2013 Info• STATUS-. UPGOOED Info: TYPECIULREGULAR LICENSE Info: ISSUE, 91151`2f,10 . EXPIRATION: 0,16/2013 info. STATUS. REPLACEMENT info: TYPE: ADULT REGULAR LICENSE Info: ISSUE; 9116/1999. EXPI TION: 9116/2004 Info: STATUS; SURRENDERED Info. TYPE: PROVISIONAL LICENSE info: ISSUE: 5/1411999, EXPIRATION: 1016/1999 Info; TYPE: PROVISIONAL LICENSE In₹o: ISSUE: 911711996, EXPIRATION: 101611999 Info: STATUS: REPLACEMENT Info: TYPE: MINOR LICENSE Info: ISSUE: 10/7/1994, EXPIRATION: 1016/1996 Info: STATUS: RENEW Info: TYPE: MINOR PERMIT Info: ISSUE: 12120/1993, EXPIRATION: 8/20/1994 Info: STATUS: COMPLETED Disclaimer This report is furnished to you pursuant to the Agreement for service between the parties and in compliance with the Fair Credit Reporting Fitt. This report is furnished based upon your certification that you have a permissible purpose to obtain the report. The information contained herein was obtained in good faith from sources deemed reliable, but the completeness or accuracy Is not guaranteed. NOTICE: This Report May Be Limited By Law The Fair Credit Reporting Act puts no limit on the repofting of criminal convictions. However, consumer -reporting agencies are prohibited from reporting non conviction information that antedates the report by more than seven years. Non -conviction information includes, but is not limited to arrests, findings of not guilty, or cases that were dismissed. The Fair Credit Reporting Act also governs the use of consumer reports. The law imposes several obligations including the need for a written authorization from the consumer and a strict notification procedure when making an adverse decision. You should consult with your attorney about the federal and state laws that apply to your business, For additional Information about your FCRA compliance as a user of consumer reports, visit I'ittps'td sftc.g /tips-advic teal ntarlg�sidaricttisng«consrum�ir-repo€ts-^tthatrrrplcsyrses^need�kn«w This is the and of the report for TROY JASON SYS NOTS. 00 � 7'\m$%« «<.� Ofder Date: Feb 28, 2020 By: Fdey 140 Rxy5thc9a Avenue, 4rtford, CT 06106 COLORADO MOTOR VEHICLE REPORT c STEVEN ROYCE BRANT JE DATE 31 15/2019 t €CENT TYPE COMMERCIAL CP!QNAL MSUE UCNUUSPE. 950030100 EQlS 1/512023 RCRTP€SCO: Feb 2017 - Feb 2020 UCENSE STATUS. VAUD CTASS000E A ClASS FW COMBINE VEH > 26K WI RAILER > 10K rTfl i4r.. �. .,...i.. MOTORCYCLE 1 STATUS CERTIFIED ERES: 7/24/2020 SSMNER: MICHELE MUNJOZ u 7494 RELY s1F7ATt a'I: 2571749822 ME$S_____ 1. 12 MONTH POINTS=O, 24 MONTH POINTS=0 yea X71 i 5 ° 1 Ism 7/24/2018 (970)302-2204 STATE CO - COLORADO S WL1v: CHIROPRACTOR UB4SE STORY t. COMMERCIAL ADtLT CLASS A LICENSE 168JE0A1E 1211912014 E�1RA1�Ck4 DATE 1!5(2019 STATUS, IRED (RENEW) 2 PERSONAL ADULT REGULAR LICENSE ISDA1E61212014 aeRA-na' DATE 115(2019 STATUS EWIRED (UPGRADED) Act fle hit M re�cd₹s P �,{ tdtI c f` t yo+ tax r t$ 9r h Wiz n h1c8tGO do*XSctt8a tut LC'& _ # y isf Act tds rah r *MUtus € wtctb 1 L v wer 0 t Uaft by orxe Wn swoflyWLhiumisxkX1O.tAAi tO51S, t` "Ut c case€as `CtAct uisci�pim corwro rc4xlStaw TtXSct Su I cdthcabon P dLwis5 fl mv YouS1CUtbCS5U1t wi OtOhi t (etisUt and stUteisa a�y to y iii " cc , NOOPORT a E Foley Portal Download Blank File Document htk; s./lrortal foleyservices.cofniportalli'Semployeefiles-,b19c2adl-273e-ea11-89c.-9f!80b1abf0b_MVR1-000113571 3/3 7, 2020 r Ordered By: Foley 140 F-tst Av ard, CI 06106 CIRMIR NLJWE DAVID WALTER BRUNNER IS.1E DATES 212412020 UCENSIE 1YF€ COMMERCIAL CRIGNAL IS LE uc 2510 E)ORES 2124/2024 REPORT FEPIKD Apr 2017 - Apr 2020 UCR STA1JS VALID Cuss CORE A POOR COMB1NE VEH > 26K WITRAILER > 10K No Rasthctior Found i. DOUBLE AND TRIPLE TPALERS 2 MOTORCYCLE a. LIQUID BUUQC;ARGO TANK 1 srAnss: CERTIFIED SELF_(- FICATE NOPTED INTERSTATE I rzEss: 7/252020 isajEa 7/252018 EXMNER DONNA FRENOT E (970)302-2204 ucs 2275 STATE CO - COLORADO REcasa 11C't 8357863943 CHIROPRACTOR No Events or Violations Found 1, 12 MONTH POINTS=O; 24 MONTH POINTS=0 ucl8EIIS1ORY.R.__. ... — i COMMERCIAL: ADULT CLASS A LICENSE ISWE DATE. 5131/2016 EMRArCN nAm 2/24/2020 STATUS: EWIRED (RENEW) z COMMERCIAL; ADULT CLASS A LICENSE issue DATE 2/17/2015 EMRATrce DAl 2/24/2019 STATUS EWIRED (REPLACEMENT) unce 7'h € rX1Lfl9 ti nt l*rrratK1 thct 1*dat Ua ctxx1 vctethectden yrn ThctwA b,1 , tzit t, f' cr ca thctw&diSFt&dr sir : Z tr tt a strx s ' ° 4 MWD A - Yes t& W Hh (ad sicte s thttt a�w ycs bss, Fct wi,ctmsin yots Fc rss0 ussrOf 0 REPORT R r. L1tJi1 Dl. 0 = ��,., � �...� COMMERCIAL DRIVER LICENSE I f Np ¢. G E ' C. 80634 s 1a Err r %s'U erits . 02/24/2020 N,T,M, 4d C t PfA r dentifter 4b Exp I 1 RRS rlctror'L 0212412024 NONE y pr tvr°us Type 8 Veticle CId5ifwc rtuurrr { 4�m 6-03" W7•gt 8 a BLU 250 �`v" �.fi'ca Yy *��$d^ ° f: mF�� aa.� C� , �.�.».�.�.,„...,..�: �6*, �:(U^w.ma,n nm*^aa A'4, k ax . v» 3s. smn*r;cnm$ ma •.;a+A4*4 . n aa+ ¢c xa • "+fSk'3 �CJ 4i 4,-,. # P hwz .r b ¢z& anm+.s ° P �EYma 4, 44, 44, ,..,m b F4.,.:.. 44 8.4 a+s * 4 4444*44 444444444 4, 44444444,444444 — fl44S4fl4AwS44t444444444 4*4*4S4d*44**44ees ram &o-. Order Date: Feb 28, 2020 L C:: Ordered By: Foley 140 Firyst Aven *e, F41rard, Ct06106 • • i • . • • zlYA iCaI - � , UGEN TV r COMMERCIAL O-2t(iNAL ISSUE UC NUtvSR 920335926 )RE: 1311112020 REF J 1 Klan Feb 2017 - Feb 2020 UCB=tSE STATUS: VAL>D GAasCWE A CE fro : COMBINE VEH > 26K W/TRAILER > 10K LICE t�ES_FdCll iCORRECTTVE LENSES t. DOUBLE AND TRIPLE TRAILERS 2 LIQUID BULKICARGO TANK i CAL FfC�TES i �-CazfFICA1E NON-E?4EPTED INTERSTATE srnnas: CERTIFIED F RES:8/28/2020 issum 8128/2019 EX'MN8 DONNA FRENDT arse (970)302-2204 uca 2275 STATE: CO - COLORADO REGS1 A11Q'4: 8357863943 a-r-axly: CHIROPRACTOR 1iii& VOLJ0.T1ONS No Evef1ts or Violations Found 12 MONTH POINTS=0: 24 MONTH POINTS=0 EHST No License History Found • 11iF* C rwJ I ..A* S r r.uhere2ort�19Q eorworw t mev -r tu# e t tre e car IsmIha antedatee IPwtpXt by n then seven yoore ttcwtottco rnf onnitkaddae. btAs r teitad to atreate. Fss c ent or cas€e that were dismssed. F:.. 140 Huyshope Avenue. Hartford, CT 06106 Colorado Motor Vehicle Report Orderer! for THOMAS CHILDERS on November 1, 2020 A licant Detail Full Name THOMAS WAYNE CHILDERS Gender Male 6925 SUMNER ST, WELLINGTON, CO 80549 Address License Number 920404636 License Status VALID License Classes Class Type COMMERCIAL CLASS A COMMERCIAL VEH ANY WEIGHT. MAY TOW ANOTHER VEHICLE > 10K LBS. Class Description Class Code A Class Status Valid Issue Date 2017-08-21 Expiration Date 2021-08-21 Endorsement MOTORCYCLE Endorsement TANK VEHICLE Medical Certificates Desciption Status Issue Date Expiration Date Self Certificate Examiner Name Examiner MD License # Examiner MD License Jurisdiction Examiner Speciality Examiner MD Registry # Examiner Phone Inc€dents No incidents found, Additional Alerts No additional alerts found MEDICAL CERTIFICATE CERTIFIED 2019-04-27 2021-04-27 NON -EXCEPTED INTERSTATE ELVA SAINT 5968 CO AN 2813347581 (970)221-5811 Comments Info: TOTAL STATE POINTS IS COMPUTED AND MAY NOT REFLECT THE ACTUAL Info: 12 MONTH POINTS: 0 Info: 24 MONTH POINTS: 0 Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 812212013, EXPIRATION: 8/21/2017 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 812012009, EXPIRATION: 812112013 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 312512005, EXPIRATION: 812112009 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 8/27/2001, EXPIRATION: 8/2112005 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE info: ISSUE: 4/10)1997, €XPIRATION: 8/2112001 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 12112/1991, EXPIRATION: 8/21/1996 Info: STATUS: REPLACEMENT TOTAL POINTS AT THE STATE Disclaimer This report is furnished to you pursuant to the Agreement for service between the parties and in compliance with the Fair Credit Reporting report is furnished based upon your certification that you have a permissible purpose to obtain the report. The Information contained here obtained in good faith from sources deemed reliable, but the completeness or accuracy is not guaranteed. NOTICE: This Report May Be Limited By Law Ta,n Co'.- (- r d P nnrtnn Art nuts nn limit on the reporting of criminal convictions. However, consumer -reporting agencies are prohibited non conviction information that antedates the report by more than seven y a rs. Nonconv1cttofl Information Includes, but Is not limited to arrests, findings of not guilty, or cases that were dismissed, The Peer Credit Reporrinp Act also pave ms the use of consumer reports. The law imposes several obligations including the, need for a written autftori anon from the consumer and a strict notification, procedure when mating an adverse decision, You should consult with your attorney about the federal and state laws that apply to your business; For additional info'matiion about your FCRA compliance as a user of consumer reports, visit hUJIc4)ov/(ips4tCtVlCsfbUslneSscefltem1Pid8nCe u ingconsumer-reportsWttat employ ers-rt know This Is the end of the report for THOMAS WAThOMA3 WAYNElt. , COMMERCIAL DRIVER LICENSE 1 CHILD 2 THOM WAYNE .SUMPR WELLINGTON, CO 8054e �miss ' 9 3 E 2O S DO Previous Type 9 vehkls CWe@*tiO bJ?43 16 Mot 5-08" 113 Eyes 17Wgt SRO 21O lb ERs oBf y.`� n a ad12a 61846 , ." 8 �rm��an� }me rr i m o ac O ' o _* Cl_e� Bann as Jasm p 0w O4 fit+ t a. - n. umm;w ec�= ,A laaem�+a;�+ Ifom stir mse� w� C're' •aFa 5+eq.a. stn e8 w'q a �.A/ k2 'nxM12 .'yph Y'. 0da:. kzt '4hARW a �.sy' ffia ai�v "' 140 Huyshope Avenue, Hartford, CT 06106 Co'orado Motor Vehicle RepoVehce Report Ordered for DUANE GOOCH on November 1, 2020 Applicant Details Full Name DUANE WINCHESTER GOOCH Gender Male Address 306 3RD AVE, BRIGGSDALE, CO 80611 License Number 920852415 License Status VALID License Classes Class Type COMMERCIAL CLASS A COMMERCIAL VEH ANY WEIGHT. MAY TOW ANOTHER VEHICLE > 10K LBS. Class Description Class Code A Class Status Valid Issue Date 2020-06-18 Expiration Date 2024-05-01 Endorsement TANK VEHICLE Medical Certificates Desciption Status Issue Date Expiration Date Self Certificate Examiner Name Examiner MD License # Examiner MD License Jurisdiction Examiner Speciality Examiner MD Registry # Examiner Phone Incidents No incidents found. Additional Alerts Na additional alerts found. Comments MEDICAL CERTIFICATE CERTIFIED 2020-06-04 2022-06-04 NON -EXCEPTED INTERSTATE JEFFREY BAKER 35303 CO MD 6598362311 (970)221-5811 Info: TOTAL STATE POINTS IS COMPUTED AND MAY NOT Info: 12 MONTH POINTS: 0 Info: 24 MONTH POINTS: 0 Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 4/18/2016, EXPIRATION: 613012020 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 4/26/2012. EXPIRATION: 5/1/2016 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 4/21/2008, EXPIRATION: 5/1/2012 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE info: ISSUE: 4127/2004, EXPIRATION: 5/1/2008 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 4/27/2000, EXPIRATION: 5/1/2004 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 1213/1997, EXPIRATION: 5/1/2000 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 4/1211996, EXPIRATION: 5/1/2000 Info: STATUS; REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 3/31/1992, EXPIRATION: 5/1/1996 Info: STATUS: REPLACEMENT Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 5/2/1968, EXPIRATION: 5/1/1992 Info: STATUS: REPLACEMENT REFLECT THE ACTUAL TOTAL POINTS AT THE STATE Disclaimer -rs wThis report is furnished to you pursuant to the Agreement for service between the parties and in ori. The th the Fair Credit Reporting Art. This report is furnished based upon your certification that you have a permissible purpose to obtain the report. information contained herein was obtained in good faith from sources deemed reliable, but the completeness or accuracy is not guaranteed. NOTICE: This Report May Be Limited By Law The Farr Credit Reporting Act puts no limit on the reporting of criminal convictions. However, consumer -reporting agencies are prohibited from reporting non -conviction information that antedates the report by more than seven years. Non -conviction information Includes, but is not limited to arrests, findings of not gu+fly„ or ceases that were dismissed. The Fair Credit Reporting Act also governs the use of consumer reports. The law imposes several obligations including the need for a written authorization from the consumer and a strict notification procedure when making an adverse decision. You should consult with your attorney about the federal and state laws that apply to your business. For additional information about your FCRA compliance as a user of consumer reports, visit hops tlwww.ftc.govltips-advicetbusiness-center€guutance/using-consumer-reports-what-employers-need-know This is the end of the report for DUANE WINCHESTER GOOCH. ' art - r� : �s.*a �:xs•;wm e - �._.._ ay x� th .��, .ert.#. an �, &a@ ti Yim +�_..«aiy �.nkFr�g�inb _ .� '-NWry MiMnMNYi4NW 4i .. �. �.G'GV pea w Date: Feb 28, 2020 Ordered By: Foley 14(H-1iythcp Averse, t€ord, CT 06101 DRal tJAMES FRANKLJN MIRACtE sSJEDATE: 4/1712018 1 f(I€NSE 1YF COMMERCL6L CRMKM L S&1E M3ER 921585: 12/1/2022 10D Feb 2017 - Feb UC ENF STATUS VALiD CLASSCCDE A aAJs )FS(DJFTCN COMBINEVEH > 26K ILER > 10K No FstuicLiore Found 1 DOUBLE AND TRiPLE TRAILERS 2 MO1ORCYCUE 3 LIQUID BUU<JCARGO TANK ,";ir1(11a CER11FIED S11eCA1E NONSCEPTED INTERSTATE raES 6/24/2020 ism, 312412019 c NE KENNETH ( (970) 1 u 17137 srATE CO-COt- X reasiRSc 3592531952 sr wen MEDICAL No Ents or Violations Found 1 12 MONTH POI =0; 24 MONTH POI =0 t ME : ADULT CLASS A LICENSE ISSUE DATE; 11/29/2016 TDFW1CD DATE 1211/2020 STATUS EWIRED (RENEW) 04SCLMM Act This report Is ftsrhad based upon yo r c iaIk t you have a pwnisse wpcee to thai the report The itcmetkxi =v wrrtwrX;cl harekr was ttaied In good faith fransarrces deemed r bit the carpiebs or accuracy Is rat guar d. hCT10E This deport May tb limited By Loa The Far fkr;dtt Fa�v1kig Act puts no knit on the retr of cnrrir conv . i-beaver, cc urr reporting erpas eraed Iran reportir iucotwkrilcc InfcrmiAi thit antedates the report by no than seven yaws, ccnvlclton Infcrrratkr Inctodea, but is not Iml rd to erreats, firdv cd not guilty, or cases that were de . The Fair Qe t lx1irsj Act also governs the use of consurrer repass. The law rrposes several thgabcns Irckong the need for a written aulhatttlkxt frnntte ca airrer and a strict ndificatlon prc cerine when rraidrt0 an adverse dedsk You sln*i caiit with your attorney about the federal and state lees ttrat apply to your b siness, Faracktiorat Irdarration about your FAA caianceas a user of caretrrer- reports, visit tiww rim I Order Date: Feb 28, 2020 Ordered 144D ha�yst Aw , e�rtfcrd, CT(iFi1(�i By: Foley COLORADO MOTOR VEHICLE REPORT [iiii T9ON t ORNIAI t DRIVER HENRY KURTZ KROH IS9JE DATE 319/2016 UCENSE TYPE COMMERCIAL ORIGINAL ISSUE UCENSE M_I&SI R 951721110 F R S: 3/14/2020 'r IOD: Feb 2017 - Feb 2020 LICENSE STATUS VALJD CLASS 01 1€ A CLASS D CRIPTION, COMBINE VEH > 26K W(IRAILER > 10K ₹ LI OtNS I CORRECTIVE LENSES No Endorsements Found STATUS: CERTIFIED SE].F•CcJ 11FICATE NON-E?d PTED INTERSTATE REs 6'18/2020 Iss ao:6/1&12019 Dt4M t: KENNETH OLDS ra iE (970)330-9061 uc 17137 STATE: CO - COLORADO RE'ISTRA1icN: 3592531952 SPECIALTY: MEDICAL DOCTOR EVBITS VIOLATIONSiiIT-IIIII] No Events or Violations Found 1. 12 MONTH POINTS=0; 24 MONTH POINTS=0 LI E HSTORY _ R License History Found DISCL41MIER This r� i iS ft fled to you ptvstxv# toUvAorxrsa for ten,ice between the 'tl Act This r is fist used PW s F1 CG'r wUh thT Fawr u y( Wt that have a seta to the retxxt, Tile wit W—Aa xsd henen w; 1 ii qixx bath frt m sen aces deorwd ratiahe, tee rim ctxtpl t pass cc : toy is rist g wised htiY11 E This i aport May Be Limited iy Law The Far (7eckt Rv�atrtj Act puts no fait on the reputing of crinfsia carvlctions. Fihv ever, C X surr� - e sheg agortceeIare profibdisi iron re norm r l corlvi l kitorrrthat aric +des the re rt by more then seven yaws. t bri-convidwn fri txr{Ten ickeies, but is Tic tinned to wrests, firms of fl(* giity, or comes that were demssed. The Far ()eciit Pzthng Act also aons the Lse of c alsu,mr retorts. The law vrpaies several cbis,ettocs incitidin the need fcw a " BD OF REPORT - w dka taus Sgueed k 1 EmneesNm. (pJecse prim ortwej t#ma C Nwzu rlvor°sAddres Msdk Exams s TNwn, Date 970-379- {' 0 Physician Assistani 0 Advanced Pnctice Nurse 0 DO 0 Chiropractor (specify) issuing State Cokdo Driver's lic Number 822t9777 Itsing r) r t Address ' CLPI OL n o. Cot LLL f S a ince: r� } p Code- „ ( j Yes 0 o r#s c M•.. fld is l e oaf ,-, • 4 zaaa as c ao ifs. x when o .ba�asy nate e� pent t steett FOLEY 140 Huyshope Avenue. Hartford, CT 06106 Colorado Motor Vehicle Report Ordered for MICHAEL HALL on November 1, 2020 Applicant Details Full Name MICHAEL ALAN HALL Gender Male Address 3021 W 5TH ST, GREELEY, CO 80634 License Number 950482998 License Status VALID License Classes Class Type COMMERCIAL Class Description CLASS A COMMERCIAL VEH ANY WEIGHT. MAY TOW ANOTHER VEHICLE > 10K LBS. Class Code A Class Status Valid Issue Date 2016-10-19 Expiration Date 2020-11-08 Restriction CORRECTIVE LENSES Restriction NO CLASS A PASSENGER VEHICLE Endorsement MOTORCYCLE Endorsement PASSENGER TRANSPORTATION Endorsement HAZARDOUS MATERIALS Endorsement TANK VEHICLE Medical Certificates Desciption Status Issue Date Expiration Date Self Certificate Restrictions Examiner Name Examiner MD License # Examiner MD License Jurisdiction Examiner Speciality Examiner MD Registry # Examiner Phone Incidents No incidents found. Additional Alerts No additional alerts found. Comments MEDICAL CERTIFICATE CERTIFIED 2019-09-10 2021-09.10 NON -EXCEPTED INTERSTATE CORRECTIVE LENSES SARAH OWENS 994528 Co AN 5635034755 (303)659-9700 Info: TOTAL STATE POINTS IS COMPUTED AND MAY NOT REFLECT THE ACTUAL Info: 12 MONTH POINTS: 0 Info: 24 MONTH POINTS: 0 Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 10118/2016. EXPIRATION: 11/8/2020 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS B PERMIT Info: ISSUE: 5/12/2016, EXPIRATION: 11/8/2016 Info: STATUS: COMPLETED Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 3/912016, EXPIRATION: 1118/2019 Info: STATUS: UPGRADED Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 11/512015, EXPIRATION: 11/8/2019 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 7123/2014, EXPIRATION: 11/8/2015 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 11/1012011, EXPIRATION' 11/8/2015 Info: STATUS: REPLACEMENT info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 3/30/2007, EXPIRATION: 11/8/2011 Info: STATUS: RENEW Info TYPE: ADULT CLASS A PERMIT 001 ic. o,')a,')nn7 CvniDnri,- h,. ')l')',1 TOTAL POINTS AT THE STATE Info: STATUS: COMPLETED Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 1111012001, EXPIRATION: 11/8/2011 Info: STATUS: UPGRADED Info: TYPE ADULT REGULAR LICENSE Info: ISSUE: 6/25/1997, EXPIRATION: 11/8/2001 Info: STATUS: RENEW Info: TYPE: ADULT INSTRUCTION PERMIT Info: ISSUE: 10121/1996, EXPIRATION: 6/21/1997 Into: STATUS: COMPLETED Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 1012111996, EXPIRATION: 11/8/2001 Info: STATUS: REPLACEMENT Info: TYPE: ADULT STATE ID Info: ISSUE: 2/1711995, EXPIRATION: Info: STATUS: RETURNED TO DEPARTMENT Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 8/1311992, EXPIRATION: 11/811993 Info: STATUS: LEGACY NOT VALID Info: TYPE: ADULT STATE ID Info: ISSUE: 4/23/1992. EXPIRATION: Info: STATUS: REPLACEMENT Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 7110/1989, EXPIRATION: 11/811993 Info: STATUS: REPLACEMENT Disclaimer This report is furnished to you pursuant to the Agreement for service between the parties and in compliance with the Fair Credit Reporting Act. This report is furnished based upon your certification that you have a permissible purpose to obtain the report. The Information contained herein was obtained in good faith from sources deemed reliable, but the completeness or accuracy is not guaranteed. NOTICE: This Report May Be Limited By Law The Fair Credit Reporting Act puts no limit on the reporting of criminal convictions. However, consumer -reporting agencies are prohibited from reporting non -conviction information that antedates the report by more than seven years. Non -conviction information includes, but Is not limited to arrests, findings of not guilty, or cases that were dismissed. The Fair Credit Reporting Act also governs the use of consumer reports. "tire law imposes several obligations including the need for a written authonzation from the consumer and a strict notification procedure when making an araverse decision. You should consult with your attorney about the federal and state laws that apply to your business. For additional information about your FCRA compliance as a user of consumer reports, visit httfis'liw .ftc,#)ovttips-ai vicWbustness nterdgpidancelustn consumer-reports-wtiat-employem—need-know This is the end of the report for MICHAEL ALAN HALL. $dam *MI% •• _ v M4 .s:'. 5?.�.,.i. .__.__ . !�, t p;xa _ �` %arc •≥;! i 'v .. $fl I wad- and:t... =P -e R • • ii3 sxs a es s + ffiw, t 1l��we • ...' - • At 9 as • ' INdfflR (qt i,9fRidl 1�J F. .. :. atiP m*s aa� CaRa(� e�od4cac461r:ht*p f - r a a , . -: pl tle ea+ irt'.7LlAAr a ): °"'iha, W,c, ces:a.•a Sa ri®r�IdwIRNIBi9i1meldaM t*ire W)II yUIPI �+ .Y,: #iiwaii�YtiroWs ""'•� .�'• r ;` ., •, ; r V� l�ttlNd�erfii1PS.4 elt9o"ldpadxa4naesrt®OeaMl��w ACcR1J CERTIFICATE OF LIABILITY INSURANCE [ DATE (MMDDIYYYY) 02102/2 21 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(Ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER N Tad Borrett Security Insurance Group, LLC PHONE 970-378 4616 Fnx 970-378 4620 8219 W 20th St, Ste A EMAIL to eauri insurance rou .net Greeley, CO 80634 INSURERS AFFOROINGCOVERAGE NAILS _......__.m.......,,._._.�... .............,. ....e,. -_,.,m.,..,,,,.. _.w...,..__... ..._...v. _.._ e.........—..._.. INSURED_..,._...._.. INSURERS: 4X Industrial, LLC uusuRERc:.I v_t'c SRQ;I It s lr n . 36056___ 800 8th Ave Ste 300 INSURER O: EmlQygr„IIsuraLlC�Qr1flOfH�41_ _� Greeley, CO 80631 tysuRER E: _-Crum dl FS&e&i;llty tnsuranea C�gmR@y_-.a- 4 INSURER F West American Insurance Comoanv 44393 COVERAGES CERTIFICATE NUMBER: 00015137-1886296 REVISION NUMBER: 290 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INTSR TYPE OF INSURANCE POLICY NUMBER ICY EFF POLICY EJtY ... LIMITS________________ __ ... A XCOMMERCIALGENERALLIABILITY Y Y TB2-641-445220-030 03/21/2020 03/21/2021 EACH OCCURRENCE $ 11000,OOO.. CLAIMS-MADELX�OCCUR ..I ( MED EXP (Any one person) $ 1 0,00O Xw .Indep Contractor$ ..__............. I PERSONAL & ADVINJURY T $ 0 000 (" [GEN'L AGGREGATE LIMIT APPLIES PER- GENERAL AGGREGATE $ 00,000 POLICY X LOC JECT `•—.._ __ I PRODUCTS - COMP/OP AGG $ 2000000 OTHER• $ B AUTOMOBILE LIABILITY Y Y AS2-641-445220-020 03/21/2020 ( 03/21/2021 eBrSSdEeO INGLE LIMITµry $ A , _4W.�F000O4_„ ANY AUTO BODILY INJURY (Per person) $ OWNED AUTOS ONLY SCHEDULED ; BODILY INJURY (Per accident) $ AUTOS ! ..e._...._ _—_ �. HIRED 1 NON -OWNED PROPERTY DAMAGE $ _,.._. - AUTOS ONLY AUTOS ONLY (Per accident) Hired PD $ 75000 C X : UMBRELLA LIAB x OCCUR Y Y SF20EXC9304141C 103/2112020 03/21/2021 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS MADE# AGGREGATE $ 5,000 000 CEO RETENTIONS $ COMPENSATION ! Y WC7-641-445220-010 ; 03/21/2020 03/21/2021 X P n TiE. D AND EMPS AND EMPLOYERS' LIABILITY y I N i - ANY PROPRIETOR/PARTNER/EXECUTIVE 4 € - B EACH ACCIDENT $ NIA ---------- ® 1!000,000 OFFICER/MEMBER EXCLUDED? I I (Mandatory in NH) 1 E.L DISEASEEA EMPLOYE $ 1 0001000 If yes, describe under —L DESCRIPTION OF OPERATIONS below E.L. DISEASE- POLICY LIMIT $ 1000000 E Umbrella I SEO-107740 03/21/2020 03/21/2021 5,000,000 F Cargo BMW59567689 03121/2020 03121/2021 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Weld County, Colorado, its elected officials, and its employees" as additional insured parties are included as an Additional Insured on the General Liability policy. Waiver of Subrogation applies on the General Liability policy. Weld County Colorado 1555 N. 17th Ave Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. (5)19RR-2n15 ACARn CORPARATIfN All rinhfe racaruorl ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Printed by TCB on February 02, 2021 at 12:22PM �M MN7$N Policy Period: Frogs OMIM• is u121iaa 12:01 an St nrhnt 7ril, at muted MWgrig Location This Endorsement Changes The Policy. Plena Read k Carefuy. Waiver of I diropNas In consideration of the premium charged, you' agree with 'uV hat Paragraph 10. in OTHERC0NDITI0NSIa deleted In its entirety and replaced by: 10. Subrogallon - If 'WV pay for a lose "W may require 'you'to assign to us"your' right of recovery against others. 'You' must do all that Is necessary to secure 'our rights. We' do not pay for a foes if 'you' Impair this right to recover. 'You'may wsMre your' right to recover from others In writing before a loss occurs. WAIVER 0FSUBR0BAT10N: In the event of any payment under this policy. 'ws•walve 'our' rights of recovery against: Anyone with whom 'you' have conbiotually agreed In selling to obtain such a waiver prior to the loss. To report a slier, adI your Aprnt or 14041a2-oo00 CM 7002 01 01 POLICY NUMBER: TB2-641-445220-030 COCOB&flV fai 101004/0 TFIS Ef+ O EIIIEINT CHANGES TIE POLKV. PLEA= READ IT CAA tX LY. This endorsement modldes Inetrsnce provided under tto foNot h : COMMERCIAL GENERAL LIABILITY COVERAGE PART A. 1er5nn C — anther its Ni bisurad Is intended to include as an additional Insured the person(s) or agiati lon(s) ahoan In the Schedcl., but only with respect to Iiabitly for "bodily Injury. "properly na In or whole or'personal and advertising Injury" canby: 1. Your skis or om ; or Z The acts or omissions of two acting on your bsiteifi In the petfcrrrtenos of your ongoing operations for the additional Insured(s) at the location(s) doagnaMd above. Hr 1. The Insurance aifordsd to such addition orotund only applies to the tdsnt pentdlMed by law. and Z If coverage provided to the additional Insured Is required by a contract or agreement, the insurance atibided to such addltonet insured will not be broader then that which you we required by the oot*actoragreom.ntto provide for such additional barred. ®. With respect to the Insurance afforded to these additional itionel Insurade, the follawk g additional wwhakiris apply: This Insurance does not apply to "bodily Injury" or "property damage" aoounkng sfta : 1. All work, including maierels, penis or aquipnwk Arnlshsd in cotnsctian with such work. on the project (other then service, ntaktisnsarne or to be performed by or on bMt■0 of the additional s Iorition of the covered operations h bowoampletsd or Z That portion of "your work' out of which the Itterstsd use by any parson or oigsida.11an other than enoUtsr ocrttno�tor or suboontEsabr engaged In ps,kinnkq operations for eprincal se a pert opt liar sems project C. With respect to the insurance sllbrded to these Inskr ds. 11w following Is added to lie Cse ■— Lbaft tat It coverage pronided to do additional insured Is requbid by a oortlratak or agreement, the motet we will pay on behalf of the eddIti of insured is the amount of Insurance: 1. Regs*+ed by the contract or egreerr rat; or Z Avsllsble undo the apphdkbM Limits of Insurance slnttert In to te; whichever is toss. This a ndoe+ssartsnt ehaa not inone... the eppiloeble Linu s of Insurance shown hi the Dedwaloi s. t6 dM 1D 041G 0180 Properties, Inc., 2012 Pagela e M______ knurs) Ail pwsorn or orparrlarrtlorw wfllr whom you hive.nMrad A0 boei1e Into a wry oonlroet or opremanf, prbrto an "000urrwxa� or oflerm o provida hmmml 46201100410 0 Inourinorr Servloraa Office. Inc., 2012 p'e�e ief 2 POLICY NUMBER: TB2-641-445220-030 tAL t1W. t.#AelftI�flY ©iittlTi 3 CHANGES POL Y. PLEASE READ IT CAREFILLY. i e 4 •. t ♦ ` This .endorsement modifies Insurance provided under the fotbwlr COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LUABIUTY COVERAGE PART GGaz telrshreh tat Aretdttisrhat iesrearh s} Lacslion Arid All persons or orpon6rations with whom you hove All entered Into a sudden coneact oregresment, prior to an "docurrance" or olMrws, to provide addmonsl In A. 1rnGSam B — who to An toaiwed is amended to Include as an addilonsi tnrrurod the person(s) or with thn oIisbllity for 'bodily Injury' or "property ddrmspe" cwAW, In whole or In part, by 'yorrr work" at the toaston dsul istsd and desalted In the Schedule of this endorsement performindudsdeIn tine "pprodu td opernd ations However ., t�y� �., . 1. The Insurance ailorded to such aedillon l Insured only applies to the extent permitted by low; and Z If coverage provided to the additional Insured Is required by a ca+ act or agreement, the insurance it rdsd to such additional Insured will not be broader than that which you are required by the oanbadt or agreement to provide for such additional Insured. IL With respect to the insurance shaded to these edtiwwi Insureds, the Ib0oseldp is .reed to ttrhettern ■— L ollk tM benawsan It coverage provided to the adtJlI ial Insured is required by a congaot or cep esment, the most we pair on bshsff of the Insured ed Is the amount of Insurance: I. Required by the contract or agreement or E, AvaIsbis under the applIcable Limits of Insurarnce.barn% in the Dec o oil re; whichever is tees. This endorsement eh not bnareaee tie applicable Umlb of insurance shown In the Detonations. C8 303YO41M 0Insurance Services Office, Inc., 2012 Paps 1 ell POLICY NUMBER: TB2-641-445220-030 a a W.. GIIINEIW. UW $LAY Oil! 9604111108 WAIVER OF TRANSFER OF RIGHT"'�'i OF RECOVERY AGAINST O HERS TO US TMs endorsement modifies Insurance provided under the followlrg COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART a Parson Or O1rBenlsiMor�r Where required by oo I al or eitn vaagreement prior b loss and allowed by law bMfornwstiort rsu rd to lhla Shtedui if not shown sbow will be shower In the Dedsratlorrs. The following is added to Persil .ph I Tiansler Of I ha Of lllu .isy flj ist Otlraa 7M Ile of Seoll+en IV— Gennrllillom We waive any darn of Ioovwy we may have against the person oraflofl rhown In the 8oh.dule above beaus. of payment, we maim for Ir ray or damage arfang out of yotr ongoing operations or your work" done under a oontraot with that person or orgartan and kxlurlsd in the "produais- compMMd operations Ireaard". This waiver apples only to the person or arg.nlzation shown In the Schedub above. txiS110d001118 Si Irwuranoe Servlors Ohio*, Inc., 2000 Papal a/1 G Policy Number TB2-641-445220-030 issued by tti k i, M 2r1 I J ta. �a This endorsement moodNNs Insurance provided under the 1olm ng COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUC"'I SICOMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LABILRY COVERAGE PART Pan ara O.Brsrharriora All persons or cigunlallon. wit of om you have enlaced Into a wdt sn oornbaa or tgawnwnt, prior to an or ofl.nee, to provide addltlorsl Insured atabna. All loosSons If you we obllgeetsd under a wtltiwn ugrrrsrrttwtt to provide liability Insurance on a primary, sass, con igant or any other basis for any parson or orSsr In, dmn In the Sd%Wkdee of this anilomimint I. quslMss as an addldoni Insured on this policy, ihb policy *0i sthl* on the basis taquhed by such wlrlllin W stmt and Paragraph 4 Other lnsumnos of Sson N- not spa* on why bass liability Insurance� not provisioapply ns of the � 4 Other Insurance of S. dion IV - Conditions wdl govern. Motwsysr,1* Insurance In aneosss over any other Winos tll41116bis is the add xud insured for which It is afro cowed as an addilbrw! Insured by attachment of an andorsimsrttb another policy provfdkMicoverag, for tlhe aims "occurtenod', lain or 'suit". LC 242013 02013 Liberty Mutual Insurance. All rights reserved. Page 1 of I Includes copyrighted material of Insurance Services Office, Inc., With its permission. POLICY NUMBER: AS2-641-445220-020 f"QCi1lMlitilM'eW.. Nflu CA>iI44101S 1118 E EIIII AMT CHA TFE POLICY. P READ f l CAREFIJLL.Y. DESIGNATED WISURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement mollies Immenos provided ded under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to awareps provided by fhb endon nten4 the provisions of the Cawrsps Farm apply unless modMsd by tale �. This endorsement idsnglles pegs(s) or orpuhbwilart(e) who ars'lnsumds" for Covered Autos LIsblNty Cot,sie under the Who in An strand provision of the Coverage Form. This srtdpsentartt doss not sitar coverage provided in the Coverage Form. t�tnstne to v*sonis1 air n III irr+slier sir Any person or mg.zedon for whom you psrlbrm work under a wither cwhtreat lithe aanbsnt rtgidms you to obis this aaswnwht 1mm us, but only If the contract Is eusautsd prior to Injury or dmragt 000unfrh. hdanhaton required b tats Sdtedub, If not_shawm abow__,_will be sttown In the Dwdsratians. Each parson or at don simm& In the Sdwdut Is an Insured'1 for Caverad Autos LisbiMy Coverage, but only to the etdsnt #W pemon or orgsnlzedonqusiMse as an 'Insured" under Ihs Who is An Insured provision cagdahtsd In Pwagrspih AA" of Section ■ — Covered Autos Ushift / Coverage in the Business Auto end Motor Cahnisr Coverage Fors and Panspraph Owl of Section I — Covered Autos Cover gas of the Auto Dealers Coverage Fpm. CA U4B 1013 m Iruunntoe Servioss OOos, Inc., 2011 Pa POLICY NUMBER: AS2-641-445220-020 CG(V IAt�A JTO j v CAtif*r441Q12 IIIIENT TM FOLIC .PL.EA$ READ IT t "AWt"Y WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OIlERS TO (WAIVER OF SUBROGATION) This andomemant Insumncs provided under the folk AUTO DEALERS COVERAGE FORM BUSINE86 AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM WRh rem to co mge provided by this endorsement, the provietone of the Coverage Form apply unless modified by the endorsement !1 #rr) Ol' News j Q�r OryeetMrratlrrr+ aie My person or orgenbmtlon for whom you psrtbrnr work under a wrtthn con** lithe contras mquhae you to obtain Sls agreement from us, but only If the contract le executed prior to the Injury or damage ocourvk . Information required to c onwtettr this ScheduIe, If not shown sbo, will be shown In the The T w or Of jite Of Paosrr.y ABait+at 11 ti condition does not apply to the person(s)ore) shown In the Sc educe, but only to the extant that subrogation Is waived prior to the "at+ent' or the Tess' under a conbarot wflh that parson or orpwnizatIon. CA 044410113 0 haruranve $errtiosa Of floe, Inc., 2011 WORKERS COMPENSATION AND EMPLOYERS 1.1A01LRY INWRANtx POLICY WC 000301 A (Ed. 249) ALTERNATE EMPLOYER DEMENT This endor amsmt applies only with respect to bodNy W4wy to your employsee while is Em course dspecil or MrhpOrary wrtployfrhertt by the allsnrlals wflploylsr In Ii. stets named In Item 2 ofte Schedule. Pact On. (W rows Compensation ksumnoee) and Part Two (Employer. Llebllal Insurance) will apply "though the allemala is I sured. Man entry is Hawn In loam 3 of the Schedule the Insurance by this sndomemsnt apples work you perform under Be contract or d 1M pmjetd named In the Schsdub. Under Pert One (Workers Coinpensedwi inetaanos) ws wE raimbums the dismal. employer for tta bundle t+egt*.d by the wotkae compensation law Iwo em not pwmltled to pay the bundle dursolly to the persons endUed to them. The Insurance atllardsd by this endorsement is not kit.ndsd to satisfy to dlemala employer's duty to secure Ns obllgedon. under Em workers oompertstMion law. wins not of illeivvidenos of this Inwnmce on behalf of the dim I d wmpbyar with any government agency. We wit not ask arty outer ineurer of to Murals amploysr to share with us a kiss covered by this endanaemsn$. Pramktm will be charged for your employees wt. In tths course at spsolsl or temporary empbyntent by the alternate employer. The policy may be canceled according tots Mms without sending notbs to the alternate employer. Part Four (Your Dupes E ktjwy Occur.) applies to you and the alternate in�loyer. The dismal. employer wi l recogntles cur right to defend under Parts - an On. and Two d our right is Willed under Pact SLL 1. Alternate Employer If My Addraas 2. State. of Special or Temporary Employment 3. CoMfact or Project This endorsement changes the policy to which it is attached and Is effective on the date Issued unless otherwise stated. (The Information below Is required only when this endorsement Is Issued subsequent to preparation of the oolicv.t Endorsement Effective Insured 4X Industrial, LLC Insurance Company Liberty Mutual Ins. Co WC 00 03 01 A (Fit 9.A01 ® 1984, 1983 National Council on Compeneatlon Insurance. Policy No. Endorsement No. WC7-641-445220-010 Premium $ Countersigned by FwOLEY 140 Huyshope Avenue, Hartford, CT 06106 Colorado Motor Vehicle Report Ordered for CHARLES BARNES on January 27, 2021 Applicant Details Full Name CHARLES PATRICK BARNES Gender Male Address 204 6TH ST, KERSEY, CO 80644 License Number 950932101 License Status VALID License Classes Class Type YP COMMERCIAL Class Description CLASS A COMMERCIAL VEH ANY WEIGHT. MAY TOW ANOTHER VEHICLE > 10K LBS. Class Code A Class Status Valid Issue Date 2019-02-15 Expiration Date 2023-04-15 Endorsement DOUBLE TRIPLES Endorsement MOTORCYCLE Endorsement HAZARDOUS MATERIALS Endorsement TANK VEHICLE Medical Certificates Desciption MEDICAL CERTIFICATE Status CERTIFIED Issue Date 2019-08-31 Expiration Date 2021-08-31 Self Certificate NON -EXCEPTED INTERSTATE Examiner Name GERALDINE LONG Examiner MD License # 5344989082 Examiner MD License Jurisdiction KS Examiner Speciality AN Examiner MD Registry # 3118417294 Examiner Phone (785)272-2161 Incidents No incidents found. Additional Alerts No additional alerts found. Comments Info: TOTAL STATE POINTS IS COMPUTED AND MAY NOT REFLECT THE ACTUAL TOTAL POINTS AT THE STATE Info: 12 MONTH POINTS: 0 Info: 24 MONTH POINTS: 0 Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 4/12/2018, EXPIRATION: 4/15/2022 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 2/17/2016, EXPIRATION: 4/15/2018 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 4/21/2015, EXPIRATION: 4/15/2018 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 10/15/2014, EXPIRATION: 4/15/2018 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A PERMIT Info: ISSUE: 7/21/2014, EXPIRATION: 7/2112015 Info: STATUS: COMPLETED Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 4/16/2012, EXPIRATION: 4/15/2017 Info: STATUS: UPGRADED Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 7/18/2007, EXPIRATION: 4/15/2012 Info: STATUS: RENEW Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 8/19/2003, EXPIRATION: 4/15/2012 Info: STATUS: REPLACEMENT Info: TYPE: ADULT MOTORCYCLE PERMIT i,f, . Iccl Ic iqo Nnnq Qv v ATInkI. glgOfqnnA Info: STATUS: COMPLETED Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 8/6/2002, EXPIRATION: 4/15/2012 Info: STATUS: UPGRADED Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 4/22/1998, EXPIRATION: 4/15/2003 Info: STATUS: RENEW Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 4/3/1995, EXPIRATION: 4/15/1998 Info: STATUS: SURRENDERED Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 6/14/1993, EXPIRATION: 4/15/1998 Info: STATUS: REPLACEMENT Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 3/1/1990, EXPIRATION: 4/15/1995 Info: STATUS: REPLACEMENT Disclaimer This report is furnished to you pursuant to the Agreement for service between the parties and in compliance with the Fair Credit Reporting Act. This report is furnished based upon your certification That you have a permissible purpose to obtain the report. The information contained herein was obtained in good faith from sources deemed reliable, but the completeness or accuracy is not guaranteed. NOTICE: This Report May Be Limited By Law The Fair Credit Reporting Act puts no limit on the reporting of criminal convictions. However, consumer -reporting agencies are prohibited from reporting non -conviction information that antedates the report by more than seven years. Non -conviction Information Includes, but Is not limited to arrests, findings of not guilty, or cases that were dismissed. The Fair Credit Reporting Act also governs the use of consumer reports. The law imposes several obligations including the need for a written authorization from the consumer and a strict notification procedure when making an adverse decision. You should consult with your attorney about the federal and state laws that apply to your business. For additional information about your FCRA compliance as a user of consumer reports, visit https://www.ftc.goy/tips-advice/business-center/guidance/usi ng-consumer-reports-what-employers-need-know This is the end of the report for CHARLES PATRICK BARNES. FOLEY 140 Huyshope Avenue, Hartford, CT 06106 Colorado Motor Vehicle Report Ordered for JAMES MIRACLE on January 27, 2021 Applicant Details Full Name JAMES FRANKLIN MIRACLE Gender Male Address 5000 WELD COUNTY RD 36, PLATTEVILLE, CO 80651 License Number 921585508 License Status VALID License Classes Class Type COMMERCIAL Class Description CLASS A COMMERCIAL VEH ANY WEIGHT. MAY TOW ANOTHER VEHICLE > 10K LBS. Class Code A Class Status Valid Issue Date 2018-04-17 Expiration Date 2022-12-01 Endorsement DOUBLE TRIPLES Endorsement MOTORCYCLE Endorsement TANK VEHICLE Medical Certificates Desciption Status Issue Date Expiration Date Self Certificate Examiner Name Examiner MD License # Examiner MD License Jurisdiction Examiner Speciality Examiner MD Registry # Examiner Phone Incidents No incidents found. Additional Alerts No additional alerts found. Comments MEDICAL CERTIFICATE CERTIFIED 2020-06-30 2021-06-30 NON -EXCEPTED INTERSTATE ROBERT MASTELLER 1353 CO CH 9402752366 (303)772-9600 Info: TOTAL STATE POINTS IS COMPUTED AND MAY NOT REFLECT THE ACTUAL TOTAL POINTS AT THE STATE Info: 12 MONTH POINTS: 0 Info: 24 MONTH POINTS: 0 Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 11/29/2016, EXPIRATION: 12/1/2020 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 11/19/2012, EXPIRATION: 12/1/2016 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 6/4/2008, EXPIRATION: 12/1/2012 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 1/13/2005, EXPIRATION: 1211/2009 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 12/15/2000, EXPIRATION: 12/1/2004 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 12/31/1996, EXPIRATION: 12/1/2000 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 2/9/1996, EXPIRATION: 12/1/1996 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 3/30/1992, EXPIRATION: 12/1/1996 Info: STATUS: REPLACEMENT Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 1/24/1989, EXPIRATION: 12/1/1993 I..F..• CTATI IC. OCOI A(`CI1,ICI IT Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 1/24/1989, EXPIRATION: 12/1/1993 Info: STATUS: REPLACEMENT Disclaimer This report is furnished to you pursuant to the Agreement for service between the parties and in compliance with the Fair Credit Reporting Act. This report is furnished based upon your certification that you have a permissible purpose to obtain the report. The information contained herein was obtained in good faith from sources deemed reliable, but the completeness or accuracy Is not guaranteed. NOTICE: This Report May Be Limited By Law The Fair Credit Reporting Act puts no limit on the reporting of criminal convictions. However, consumer -reporting agencies are prohibited from reporting non -conviction information that antedates the report by more than seven years. Non -conviction information Includes, but is not limited to arrests, findings of not guilty, or cases that were dismissed. The Fair Credit Reporting Act also governs the use of consumer reports. The law imposes several obligations Including the need for a written authorization from the consumer and a strict notification procedure when making an adverse decision. You should consult with your attorney about the federal and state laws that apply to your business. For additional information about your FCRA compliance as a user of consumer reports, visit https://www.fte.govltips-advice/business-center/guidance/using-consumer-reports-what-amployers-need-know This is the end of the report for JAMES FRANKLIN MIRACLE. FOLEY 140 Huyshope Avenue, Hartford, CT 06106 Colorado Motor Vehicle Report Ordered for HENRY KROH on January 27, 2021 Applicant Details Full Name HENRY KURTZ KROH Gender Male Address 1415 BROAD ST, MILLIKEN, CO 80543 License Number 951721110 License Status VALID License Classes Class Type COMMERCIAL Class Description CLASS A COMMERCIAL VEH ANY WEIGHT. MAY TOW ANOTHER VEHICLE > 10K LBS. Class Code A Class Status Valid Issue Date 2020-03-13 Expiration Date 2024-03-14 Restriction CORRECTIVE LENSES Medical Certificates No medical certificates found. Incidents No incidents found. Additional Alerts No additional alerts found, Comments Info: 12 MONTH POINTS: 0 Info: 24 MONTH POINTS: 0 Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 3/9/2016, EXPIRATION: 3/14/2020 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 3/14/2012, EXPIRATION: 3/14/2016 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 3/10/2008, EXPIRATION: 3/14/2012 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 6/28/2004, EXPIRATION: 3/14/2008 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A PERMIT Info: ISSUE: 5/10/2004, EXPIRATION: 2/10/2005 Info: STATUS: COMPLETED Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 3120/2000, EXPIRATION: 3/14/2005 Info: STATUS: UPGRADED Info: TYPE: ADULT INSTRUCTION PERMIT Info: ISSUE: 3/17/2000, EXPIRATION: 12/17/2000 Info: STATUS: COMPLETED Info: TYPE: ADULT STATE ID Info: ISSUE: 6121/1995, EXPIRATION: Info: STATUS: RETURNED TO DEPARTMENT Disclaimer This report is furnished to you pursuant to the Agreement for service between the parties and in compliance with the Fair Credit Reporting Act. This report is furnished based upon your certification that you have a permissible purpose to obtain the report. The information contained herein was obtained in good faith from sources deemed reliable, but the completeness or accuracy is not guaranteed. NOTICE: This Report May Be Limited By Law The Fair Credit Reporting Act puts no limit on the reporting of criminal convictions. However, consumer -reporting agencies are prohibited from reporting non -conviction information that antedates the report by more than seven years. Non -conviction information includes, but is not limited to arrests, findings of not guilty, or cases that were dismissed. The Fair Credit Reporting Act also governs the use of consumer reports. The law imposes several obligations including the need for a written authorization from the consumer and a strict notification procedure when making an adverse decision. You should consult with your attorney about the FOLEY 140 Huyshope Avenue, Hartford, CT 06106 Colorado Motor Vehicle Report Ordered for DAVID BRUNNER on January 27, 2021 ADDlicant Details Full Name DAVID WALTER BRUNNER Gender Male Address 1807 88TH AVE, GREELEY, CO 80634 License Number 950542510 License Status VALID License Classes Class Type COMMERCIAL Class Description CLASS A COMMERCIAL VEH ANY WEIGHT. MAY TOW ANOTHER VEHICLE > 10K LBS. Class Code A Class Status Valid Issue Date 2020-02-24 Expiration Date 2024-02-24 Endorsement DOUBLE TRIPLES Endorsement MOTORCYCLE Endorsement TANK VEHICLE Medical Certificates Desciption MEDICAL CERTIFICATE Status CERTIFIED Issue Date 2020-09-09 Expiration Date 2021-09-09 Self Certificate NON -EXCEPTED INTERSTATE Restrictions CORRECTIVE LENSES Examiner Name WITHINGTON Examiner MD License # CHR.0007846 Examiner MD License Jurisdiction CO Examiner Speciality CH Examiner MD Registry # 7947050433 Examiner Phone (970)302-2204 Incidents No incidents found. Additional Alerts No additional alerts found. Comments Info: TOTAL STATE POINTS IS COMPUTED AND MAY NOT REFLECT THE ACTUAL TOTAL POINTS AT THE STATE Info: 12 MONTH POINTS: 0 Info: 24 MONTH POINTS: 0 Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 5/31/2016, EXPIRATION: 2/24/2020 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 2/17/2015, EXPIRATION: 2/24/2019 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 2/23/2011, EXPIRATION: 2/24/2015 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 6/24/2008, EXPIRATION: 2/24/2011 Info: STATUS: RENEW Info: TYPE: ADULT MOTORCYCLE PERMIT Info: ISSUE: 4/15/2008, EXPIRATION: 4/15/2011 Info: STATUS: COMPLETED Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 2/21/2007, EXPIRATION: 2/24/2011 Info: STATUS: UPGRADED Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 2/1812003, EXPIRATION: 2/24/2007 Info: STATUS: REPLACEMENT Info: TYPE: ADULT MOTORCYCLE PERMIT Info: ISSUE: 8/27/2001, EXPIRATION: 5/27/2002 Info: STATUS: NEW ISSUANCE Info: TYPE: ADULT CLASS A LICENSE i.-,c.. icci ic, ni1ntlnnn rvotonrinni• ntn4(n' Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 11/8/1996, EXPIRATION: 2/24/1999 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 2/23/1995, EXPIRATION: 2/24/1999 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 2/28/1991, EXPIRATION: 2/24/1995 Info: STATUS: REPLACEMENT Disclaimer This report is furnished to you pursuant to the Agreement for service between the parties and in compliance with the Fair Credit Reporting Act. This report is furnished based upon your certification that you have a permissible purpose to obtain the report. The information contained herein was obtained in good faith from sources deemed reliable, but the completeness or accuracy is not guaranteed. NOTICE: This Report May Be Limited By Law The Fair Credit Reporting Act puts no limit on the reporting of criminal convictions. However, consumer -reporting agencies are prohibited from reporting non -conviction information that antedates the report by more than seven years. Non -conviction information includes, but is not limited to arrests, findings of not guilty, or cases that were dismissed. The Fair Credit Reporting Act also governs the use of consumer reports. The law imposes several obligations including the need for a written authorization from the consumer and a strict notification procedure when making an adverse decision. You should consult with your attorney about the federal and state laws that apply to your business. For additional information about your FCRA compliance as a user of consumer reports, visit https://www.ftc,govifpsadviw/business-center/guidance/using-consumer-reports-what-employers-need-know This is the end of the report for DAVID WALTER BRUNNER. FOLEY 140 Huyshope Avenue, Hartford, CT 06106 Colorado Motor Vehicle Report Ordered for TODD CALDERWOOD on January 27, 2021 Applicant Details Full Name TODD DOUGLAS CALDERWOOD Gender Male Address 30071 COUNTY ROAD 66, GILL, CO 80624 License Number 920335926 License Status VALID License Classes Class Type COMMERCIAL Class Description CLASS A COMMERCIAL VEH ANY WEIGHT. MAY TOW ANOTHER VEHICLE > 10K LBS. Class Code A Class Status Valid Issue Date 2020-08-19 Expiration Date 2024-11-11 Restriction CORRECTIVE LENSES Endorsement DOUBLE TRIPLES Endorsement TANK VEHICLE Medical Certificates Desciption MEDICAL CERTIFICATE Status CERTIFIED Issue Date 2020-08-19 Expiration Date 2021-08-19 Self Certificate NON -EXCEPTED INTERSTATE Restrictions CORRECTIVE LENSES Examiner Name SKOVIAK Examiner MD License # 6026 Examiner MD License Jurisdiction CO Examiner Speciality CH Examiner MD Registry # 2394287731 Examiner Phone (970)631-5035 Incidents No incidents found. Additional Alerts No additional alerts found. Comments Info: TOTAL STATE POINTS IS COMPUTED AND MAY NOT REFLECT THE ACTUAL TOTAL POINTS AT THE STATE Info: 12 MONTH POINTS: 0 Info: 24 MONTH POINTS: 0 Info: TYPE; ADULT CLASS A LICENSE Info: ISSUE: 11/3/2016, EXPIRATION: 11/11/2020 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 11/13/2012. EXPIRATION: 11/11/2016 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 11/10/2008, EXPIRATION: 11/1112012 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 11/10/2004, EXPIRATION: 11/11/2008 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 11/28/2000, EXPIRATION: 11/11/2004 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 12/11/1996, EXPIRATION: 11/11/2000 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 3/19/1992, EXPIRATION: 11/11/1996 Info: STATUS: RENEW Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 11/21/1988, EXPIRATION: 11/11/1992 Info: STATUS: REPLACEMENT Disclaimer This report Is furnished to you pursuant to the Agreement for service between the parties and in compliance with the Fair Credit Reporting Act. This report is furnished based upon your certification that you have a permissible purpose to obtain the report. The information contained herein was obtained in good faith from sources deemed reliable, but the completeness or accuracy Is not guaranteed, NOTICE: This Report May Be Limited By Law The Fair Credit Reporting Act puts no limit on the reporting of criminal convictions, However, consumer -reporting agencies are prohibited from reporting non -conviction information that antedates the report by more than seven years. Non -conviction information includes, but Is not limited to arrests, findings of not guilty, or cases that were dismissed. The Fair Credit Reporting Act also governs the use of consumer reports. The law imposes several obligations including the need for a written authorization from the consumer and a strict notification procedure when making an adverse decision. You should consult with your attorney about the federal and state laws that apply to your business. For additional information about your FORA compliance as a user of consumer reports, visit https://Www.ftc.gov/tips-advice/business-center/guidance/using-consumer-reports-what-employers-need-know This Is the end of the report for TODD DOUGLAS CALDERWOOD. FOLEY 140 Huyshope Avenue, Hartford, CT 06106 Colorado Motor Vehicle Report Ordered for STEVEN BRANT on January 27, 2021 Applicant Details Full Name STEVEN ROYCE BRANT Gender Male Address 318 6TH ST, EATON, CO 80615 License Number 950030100 License Status VALID License Classes class Type COMMERCIAL Class Description Class Code CLASS A COMMERCIAL VEH ANY WEIGHT. MAY TOW ANOTHER VEHICLE > 10K LBS. A Class Status Valid Issue Date 2019-03-15 Expiration Date 2023-01-05 Endorsement MOTORCYCLE Medical Certificates uesciption MEDICAL CERTIFICATE Status CERTIFIED Issue Date 2020-07-29 Expiration Date 2022-07-29 Self Certificate NON -EXCEPTED INTERSTATE Restrictions CORRECTIVE LENSES Examiner Name WITHINGTON Examiner MD License # CHR.0007846 Examiner MD License Jurisdiction CO Examiner Speciality CH Examiner MD Registry # 7947050433 Examiner Phone (970)302-2204 Incidents No incidents found. Additional Alerts No additional alerts found. Comments Info: TOTAL STATE POINTS IS COMPUTED AND MAY NOT REFLECT THE ACTUAL TOTAL POINTS AT THE STATE Info: 12 MONTH POINTS: 0 Info: 24 MONTH POINTS: 0 Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 12/19/2014, EXPIRATION: 1/5/2019 Info: STATUS: RENEW Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 6/2/2014, EXPIRATION: 1/5/2019 Info: STATUS: UPGRADED Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 12/28/2010, EXPIRATION: 1/5/2015 Info: STATUS: LEGACY NOT VALID Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 1/5/2007, EXPIRATION: 1/5/2011 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 1/10/2003, EXPIRATION: 1/5/2007 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 1/10/2003, EXPIRATION: 1/5/2007 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 4/29/2002, EXPIRATION: 1/5/2003 Info: STATUS: RENEW Info: TYPE: ADULT MOTORCYCLE PERMIT Info: ISSUE: 7/31/2001, EXPIRATION: 4/30/2002 Info: STATUS: COMPLETED Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 2/12/1999, EXPIRATION: 1/5/2003 Info: STATUS: UPGRADED I..f.-.. TVOc. nn] II T r'i AQQ A I Ir'CKf0C Info: ISSUE: 9/9/1996, EXPIRATION: 1/5/1999 Info: STATUS: NEW ISSUANCE Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 8/16/1995, EXPIRATION: 1/5/1999 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 2/13/1995, EXPIRATION: 1/5/1999 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 1/3/1995, EXPIRATION: 1/5/1999 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 6/13/1991, EXPIRATION: 1/5/1995 Info: STATUS: NEW ISSUANCE Disclaimer This report is furnished to you pursuant to the Agreement for service between the parties and in compliance with the Fair Credit Reporting Act. This report is furnished based upon your certification that you have a permissible purpose to obtain the report. The information contained herein was obtained in good faith from sources deemed reliable, but the completeness or accuracy is not guaranteed. NOTICE: This Report May Be Limited By Law The Fair Credit Reporting Act puts no limit on the reporting of criminal convictions. However, consumer -reporting agencies are prohibited from reporting non -conviction information that antedates the report by more than seven years. Non -conviction information includes, but is not limited to arrests, findings of not guilty, or cases that were dismissed, The Fair Credit Reporting Act also governs the use of consumer reports, The law imposes several obligations including the need for a written authorization from the consumer and a strict notification procedure when making an adverse decision. You should consult with your attorney about the federal and state laws that apply to your business, For additional information about your FCRA compliance as a user of consumer reports, visit hops://www.ftc.gov/lips-advicelbusiness-center/guidance/using-consumer-reports-what-empioyers-need-know This is the end of the report for STEVEN ROYCE BRANT. FOLEY 140 Huyshope Avenue, Hartford, CT 06106 Colorado Motor Vehicle Report Ordered for DUANE GOOCH on January 15, 2021 Applicant Details Full Name DUANE WINCHESTER GOOCH Gender Male Address 306 3RD AVE, BRIGGSDALE, CO 80611 License Number 920852415 License Status VALID License Classes Class Type COMMERCIAL Class Description Class Code CLASS A COMMERCIAL VEH ANY WEIGHT. MAY TOW ANOTHER VEHICLE > 10K LBS. A Class Status Valid Issue Date 2020-06-18 Expiration Date 2024-05-01 Endorsement TANK VEHICLE Medical Certificates Desciption MEDICAL CERTIFICATE Status CERTIFIED Issue Date 2020-06-04 Expiration Date 2022-06-04 Self Certificate NON -EXCEPTED INTERSTATE Examiner Name JEFFREY BAKER Examiner MD License # 35303 Examiner MD License Jurisdiction CO Examiner Speciality MD Examiner MD Registry # 6598362311 Examiner Phone (970)221-5811 Incidents No incidents found. Additional Alerts No additional alerts found. Comments Info: TOTAL STATE POINTS IS COMPUTED AND MAY NOT REFLECT THE ACTUAL TOTAL POINTS AT THE STATE Info: 12 MONTH POINTS: 0 Info: 24 MONTH POINTS: 0 Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 4/18/2016, EXPIRATION: 6/30/2020 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 4126/2012, EXPIRATION: 5/1/2016 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 4121/2008, EXPIRATION: 5/1/2012 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 4/27/2004, EXPIRATION: 5/1/2008 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 4127/2000, EXPIRATION: 5/1/2004 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 12/3/1997, EXPIRATION: 5/1/2000 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 4/12/1996, EXPIRATION: 5/1/2000 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 3/31/1992. EXPIRATION: 5/1/1996 Info: STATUS: REPLACEMENT Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 512/1988, EXPIRATION: 5/1/1992 Info: STATUS: REPLACEMENT Disclaimer This report is furnished to you pursuant to the Agreement for service between the parties and in compliance with the Fair Credit Reporting Act. This report is furnished based upon your certification that you have a permissible purpose to obtain the report. The information contained herein was obtained in good faith from sources deemed reliable, but the completeness or accuracy is not guaranteed. NOTICE: This Report May Be Limited By Law The Fair Credit Reporting Act puts no limit on the reporting of criminal convictions. However, consumer -reporting agencies are prohibited from reporting non -conviction Information that antedates the report by more than seven years. Non -conviction information includes, but is not limited to arrests, findings of not guilty, or cases that were dismissed. The Fair Credit Reporting Act also governs the use of consumer reports. The law imposes several obligations including the need for a written authorization from the consumer and a strict notification procedure when making an adverse decision. You should consult with your attorney about the federal and state laws that apply to your business. For additional information about your FCRA compliance as a user of consumer reports, visit https: //www.ftc.govitips-advice/business-centedguidancolusing-consumer-reports-what-employers-need-know This is the end of the report for DUANE WINCHESTER GOOCH. FOLEY 140 Huyshope Avenue, Hartford, CT 06106 Colorado Motor Vehicle Report Ordered for MICHAEL HALL on November 1, 2020 Applicant Details Full Name MICHAEL ALAN HALL Gender Male Address 3021 W 5TH ST, GREELEY, CO 80634 License Number 950482998 License Status VALID License Classes Class Type COMMERCIAL Class Description CLASS A COMMERCIAL VEH ANY WEIGHT. MAY TOW ANOTHER VEHICLE > 10K LBS. Class Code A Class Status Valid Issue Date 2016-10-19 Expiration Date 2020-11-08 Restriction CORRECTIVE LENSES Restriction NO CLASS A PASSENGER VEHICLE Endorsement MOTORCYCLE Endorsement PASSENGER TRANSPORTATION Endorsement HAZARDOUS MATERIALS Endorsement TANK VEHICLE Medical Certificates Desciption MEDICAL CERTIFICATE Status CERTIFIED Issue Date 2019-09-10 Expiration Date 2021-09-10 Self Certificate NON -EXCEPTED INTERSTATE Restrictions CORRECTIVE LENSES Examiner Name SARAH OWENS Examiner MD License # 994528 Examiner MD License Jurisdiction CO Examiner Speciality AN Examiner MD Registry # 5635034755 Examiner Phone (303)659-9700 Incidents No incidents found. Additional Alerts No additional alerts found. Comments Info: TOTAL STATE POINTS IS COMPUTED AND MAY NOT REFLECT THE ACTUAL TOTAL POINTS AT THE STATE Info: 12 MONTH POINTS: 0 Info: 24 MONTH POINTS: 0 Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 10/18/2016, EXPIRATION: 11/812020 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS B PERMIT Info: ISSUE: 5/12/2016, EXPIRATION: 11/8/2016 Info: STATUS: COMPLETED Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 3/9/2016, EXPIRATION: 11/8/2019 Info: STATUS: UPGRADED Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 11/5/2015, EXPIRATION: 11/8/2019 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 7/23/2014, EXPIRATION: 11/8/2015 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 11/10/2011, EXPIRATION: 11/6/2015 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 3/30/2007, EXPIRATION: 11/8/2011 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A PERMIT 1..1..- loci (C.')n0')(n7 CVOIOATIl kl. ')/g7p)nln Info: STATUS; COMPLETED Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 11/10/2001, EXPIRATION: 11/8/2011 Info: STATUS: UPGRADED Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 6/25/1997, EXPIRATION: 11/8/2001 Info: STATUS: RENEW Info: TYPE: ADULT INSTRUCTION PERMIT Info: ISSUE: 10/21/1996, EXPIRATION: 6/21/1997 Info: STATUS: COMPLETED Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 10/21/1996, EXPIRATION: 11/8/2001 Info: STATUS: REPLACEMENT Info: TYPE: ADULT STATE ID Info: ISSUE: 2/1711995, EXPIRATION: Info: STATUS: RETURNED TO DEPARTMENT Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 8113/1992, EXPIRATION: 11/8/1993 Info: STATUS: LEGACY NOT VALID Info: TYPE: ADULT STATE ID Info: ISSUE: 4/23/1992, EXPIRATION: Info: STATUS: REPLACEMENT Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 7/10/1989, EXPIRATION: 11/8/1993 Info: STATUS: REPLACEMENT Disclaimer This report is furnished to you pursuant to the Agreement for service between the parties and in compliance with the Fair Credit Reporting Act. This report is furnished based upon your certification that you have a permissible purpose to obtain the report. The information contained herein was obtained in good faith from sources deemed reliable, but the completeness or accuracy is not guaranteed. NOTICE: This Report May Be Limited By Law The Fair Credit Reporting Act puts no limit on the reporting of criminal convictions. However, consumer- reporting agencies are prohibited from reporting non -conviction information that antedates the report by more than seven years. Non -conviction information includes, but is not limited to arrests, findings of not guilty, or cases that were dismissed, The Fair Credit Reporting Act also governs the use of consumer reports. The law Imposes several obligations Including the need for a written authorization from the consumer and a strict notification procedure when making an adverse decision. You should consult with your attorney about the federal and state laws that apply to your business. For additional information about your FORA compliance as a user of consumer reports, visit hops:/twww.ftc.gov/tips-advicetbusiness-centerfguidence/using-consumer-reports-what-employers-need-know This is the end of the report for MICHAEL ALAN HALL. FOLEY 140 Huyshope Avenue, Hartford, CT 06106 Colorado Motor Vehicle Report Ordered for THOMAS CHILDERS on November 1, 2020 Applicant Details Full Name THOMAS WAYNE CHILDERS Gender Male Address 6925 SUMNER ST, WELLINGTON, CO 80549 License Number 920404636 License Status VALID License Classes Class Type COMMERCIAL Class Description CLASS A COMMERCIAL VEH ANY WEIGHT. MAY TOW ANOTHER VEHICLE > 10K LBS. Class Code A Class Status Valid Issue Date 2017-08-21 Expiration Date 2021-08-21 Endorsement MOTORCYCLE Endorsement TANK VEHICLE Medical Certificates Desclption Status Issue Date Expiration Date Self Certificate Examiner Name Examiner MD License # Examiner MD License Jurisdiction Examiner Speciality Examiner MD Registry # Examiner Phone Incidents No incidents found. Additional Alerts No additional alerts found. Comments MEDICAL CERTIFICATE CERTIFIED 2019-04-27 2021-04-27 NON -EXCEPTED INTERSTATE ELVA SAINT 5968 CO AN 2813347581 (970)221-5811 Into: r U I AL J I A I t I'UINTS IS COMPUTED AND MAY NOT REFLECT THE ACTUAL Info: 12 MONTH POINTS 0 Info: 24 MONTH POINTS: 0 Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 8/22/2013, EXPIRATION: 8/21/2017 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 8/20/2009, EXPIRATION: 8/21/2013 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 3/25/2005, EXPIRATION: 8/21/2009 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 8/27/2001, EXPIRATION: 8/21/2005 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 4/10/1997, EXPIRATION: 8/21/2001 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 12/12/1991, EXPIRATION: 8/21/1996 Info: STATUS: REPLACEMENT Disclaimer TOTAL POINTS AT THE STATE This report is furnished to you pursuant to the Agreement for service between the parties and in compliance with the Fair Credit Reporting Act. This report is furnished based upon your certification that you have a permissible purpose to obtain the report. The information contained herein was obtained in good faith from sources deemed reliable, but the completeness or accuracy is not guaranteed. NOTICE: This Report May Be Limited By Law The Fair Credit Reporting Act puts no limit on the reporting of criminal convictions. However, consumer -reporting agencies are prohibited from rpnnrtinn F ..LEY 140 Huyshope Avenue, Hartford, CT 06106 Colorado Motor Vehicle Report Ordered for TROY SYBRANDTS on November 1, 2020 Applicant Details Full Name Gender Address License Number License Status License Classes Class Type Class Description Class Code Class Status Issue Date Expiration Date Endorsement Endorsement Endorsement Medical Certificates Desciption Status Issue Date Expiration Date Self Certificate Examiner Name Examiner MD License # Examiner MD License Jurisdiction Examiner Speciality Examiner MD Registry # Examiner Phone Incidents No incidents found. Additional Alerts No additional alerts found, Comments TROY JASON SYBRANDTS Male 605 KOHLER FARMS RD, KERSEY, CO 80644 942802092 VALID COMMERCIAL CLASS A COMMERCIAL VEH ANY WEIGHT. MAY TOW ANOTHER VEHICLE > 10K LBS. A Valid 2020-10-30 2024-09-16 DOUBLE TRIPLES MOTORCYCLE TANK VEHICLE MEDICAL CERTIFICATE CERTIFIED 2018-12-14 2020-12-14 NON -EXCEPTED INTERSTATE CHIMONAS CO46107 CO AN 9155951279 (970)810-6810 Info: TOTAL STATE POINTS IS COMPUTED AND Info: 12 MONTH POINTS: 0 Info: 24 MONTH POINTS: 0 Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 8/12/2016, EXPIRATION: 9/1612020 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 9/1612014, EXPIRATION: 9/16/2018 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 9/16/2010, EXPIRATION: 9/16/2014 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 7/11/2006, EXPIRATION: 9/16/2010 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A PERMIT Info: ISSUE: 10/14/2004, EXPIRATION: 10/14/2007 Info: STATUS: COMPLETED Info: TYPE: ADULT REGULAR LICENSE info: ISSUE: 9/15/2003, EXPIRATION: 9/16/2013 Info: STATUS: UPGRADED Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 9/15/2003, EXPIRATION: 9/16/2013 Info: STATUS: REPLACEMENT Info: TYPE: ADULT REGULAR LICENSE Info: ISSUE: 9/16/1999, EXPIRATION: 9/16/2004 Info: STATUS: SURRENDERED Info: TYPE: PROVISIONAL LICENSE Info: ISSUE: 5/14/1999, EXPIRATION: 10/6/1999 Inf.. CTATI ICS DCI,ICIAI MAY NOT REFLECT THE ACTUAL TOTAL POINTS AT THE STATE Info: TYPE: PROVISIONAL LICENSE Info: ISSUE: 9/17/1996, EXPIRATION: 10/6/1999 Info: STATUS: REPLACEMENT Info: TYPE: MINOR LICENSE Info: ISSUE: 10/7/1994, EXPIRATION: 10/6/1996 Info: STATUS: RENEW Info: TYPE: MINOR PERMIT Info: ISSUE: 12/20/1993, EXPIRATION: 8/20/1994 Info: STATUS: COMPLETED Disclaimer This report is furnished to you pursuant to the Agreement for service between the parties and in compliance with the Fair Credit Reporting Act. This report is furnished based upon your certification that you have a permissible purpose to obtain the report. The information contained herein was obtained in good faith from sources deemed reliable, but the completeness or accuracy is not guaranteed. NOTICE: This Report May Be Limited By Law The Fair Credit Reporting Act puts no limit on the reporting of criminal convictions. However, consumer -reporting agencies are prohibited from reporting non -conviction information that antedates the report by more than seven years. Non -conviction information includes, but is not limited to arrests, findings of not guilty, or cases that were dismissed, The Fair Credit Reporting Act also governs the use of consumer reports. The law imposes several obligations including the need for a written authorization from the consumer and a strict notification procedure when making an adverse decision. You should consult with your attorney about the federal and state taws that apply to your business. For additional Information about your FCRA compliance as a user of consumer reports, visit https://www.ftc.govt fps-advice/business-center/guidancetusing-consumer-reports-what-employers-need-know This is the end of the report for TROY JASON SYBRANDTS. FOLEY 140 Huyshope Avenue, Hartford, CT 06106 Colorado Motor Vehicle Report Ordered for ROBERT WALKER on January 27, 2021 Ap licant Details Full Name ROBERT EDWARD WALKER Gender Male Address 233 ELM AVE, EATON, CO 80615 License Number 991681238 License Status ELIGIBLE License Classes Class Type COMMERCIAL Class Description CLASS A COMMERCIAL VEH ANY WEIGHT. MAY TOW ANOTHER VEHICLE > 10K LBS. Class Code A Class Status Eligible Issue Date 2019-10-29 Expiration Date 2023-09-04 Medical Certificates Desciption Status Issue Date Expiration Date Self Certificate Examiner Name Examiner MD License # Examiner MD License Jurisdiction Examiner Speciality Examiner MD Registry # Examiner Phone Incidents No incidents found. Additional Alerts Desciption Date License Status Invalid Acknowledgement Status Class Type Status MEDICAL CERTIFICATE CERTIFIED 2020-08-11 2021-08-11 NON -EXCEPTED INTERSTATE EVELYN HU 0990763 CO AN 7629550231 (970)351-8339 Desciption CDL Status Invalid Date 2021-01-27 Acknowledgement Status Unacknowledged Status Eligible Comments VEH ANY WEIGHT. MAY TOW ANOTHER VEHICLE > 10K LBS. Info: AKA: ROBERT EDWARD STOUT Info: TOTAL STATE POINTS IS COMPUTED AND MAY NOT REFLECT THE ACTUAL Info: 12 MONTH POINTS: 0 Info: 24 MONTH POINTS: 0 Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 6/10/2019, EXPIRATION: 9/4/2023 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 9/2/2016, EXPIRATION: 9/4/2020 Info: STATUS: SURRENDERED Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 5/4/2012, EXPIRATION: 9/4/2016 Info: STATUS: RENEW Info: TYPE: ADULT MOTORCYCLE PERMIT Info: ISSUE: 5/4/2012, EXPIRATION: 5/4/2015 Info: STATUS: NEW ISSUANCE Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 6/21/2011, EXPIRATION: 9/4/2012 Info: STATUS: RENEW Info: TYPE: ADULT CLASS A LICENSE Info: ISSUE: 11/28/2008, EXPIRATION: 9/4/2012 1.4,-,. QTATI I0. faCO1 Ar`CR✓ICKIT TOTAL POINTS AT THE STATE Info: TYPE: ADULT CLASS A PERMIT Info: ISSUE: 10/24/2008, EXPIRATION: 10/24/2009 Info: STATUS: COMPLETED Info: TYPE: ADULT CLASS B LICENSE Info: ISSUE: 9/10/2007, EXPIRATION: 9/4/2011 Info: STATUS: UPGRADED Info: TYPE: ADULT CLASS B LICENSE Info: ISSUE: 4/25/2003, EXPIRATION: 9/4/2007 Info: STATUS: RENEW Info: TYPE: ADULT CLASS B LICENSE Info: ISSUE: 1/14/2003, EXPIRATION: 9/4/2007 Info: STATUS: REPLACEMENT Info: TYPE: ADULT CLASS B LICENSE Info: ISSUE: 6/17/1999, EXPIRATION: 9/4/2003 Info: STATUS: RENEW Previous License Name: ROBERT EDWARD STOUT Disclaimer This report is furnished to you pursuant to the Agreement for service between the parties and in compliance with the Fair Credit Reporting Act. This report Is furnished based upon your certification that you have a permissible purpose to obtain the report. The Information contained herein was obtained In good faith from sources deemed reliable, but the completeness or accuracy is not guaranteed. NOTICE: This Report May Be Limited By Law The Fair Credit Reporting Act puts no limit on the reporting of criminal convictions, However, consumer -reporting agencies are prohibited from reporting non -conviction information that antedates the report by more than seven years. Non-conv€ctlon information includes, but is not limited to arrests, findings of not guilty, or cases that were dismissed. The Fair Credit Reporting Act also governs the use of consumer reports. The law imposes several obligations Including the need for a written authorization from the consumer and a strict notification procedure when making an adverse decision. You should consult with your attorney about the federal and state taws that apply to your business. For additional information about your FCRA compliance as a user of consumer reports, visit https:/Avww.ftc.gov/lips-advicelbusiness-center/guidance/using-consumer-reports-what-employers-need-know This is the end of the report for ROBERT EDWARD WALKER. MEMORANDUM TO: Board of Commissioners DATE: January 20, 2021 FROM: Jay McDonald, Director of Public Works SUBJECT: 2021 Material Hauling, Bid B2100040 The Public Works Department recommends that the Board of Weld County Commissioners award the Material Hauling Contract to the lowest bidder, 4X Industrial LLC, for $79.75 per hour to provide 13 belly dump trucks with drivers. We further recommend they receive the bid for hauling with side dump trucks at a cost of $85.00 per hour, end dump trucks at a cost of $85.00 per hour, and tandem axle trucks at a cost of $72.00 per hour on an as needed basis. The 2021 budgeted amount for this contract is $1,450,000.00. If you have any questions, please call me at extension 3761. M:mona;wi DATE OF BID: JANUARY 7, 2021 REQUEST FOR: MATERIAL HAULING CONTRACT DEPARTMENT: PUBLIC WORKS BID NO: #82100040 PRESENT DATE: JANUARY 13, 2021 APPROVAL DATE: JANUARY 27, 2021 VENDOR DESCRIPTION WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: crnpetersCasweldaov.com E-mail: reverett(weldgov.corn E-mail: rlurf9WveIdgov.corn Phone: (970) 400-4223,4222 or 4216 Fax: (970) 336-7226 UNIT PRICE PER HR PER TRUCK 4X INDUSTRIAL LLC Hauling & Spreading of material -Tractor & Belly Dump $79.75 800 8TH AVENUE Hauling — Side Dump $85.00 STE 300 Hauling — End Dump $85.00 GREELEY CO 80631 Hauling — Tandem Axle Dump Truck $72.00 FREEDOM TRUCKING Hauling & Spreading of material -Tractor & Belly Dump LIMITED LIABLILTY CO Hauling — Side Dump $95.00 686 LINCOLN AVE Hauling — End Dump NUNN CO 80648 Hauling — Tandem Axle Dump Truck RICHARDSON CONSOLIDATED Hauling & Spreading of material -Tractor & Belly Dump $94.29 PO BOX 1313 Hauling — Side Dump $98.00 GREELEY CO 80632 Hauling — End Dump $98.00 Hauling — Tandem Axle Dump Truck $77.30 2021-0152 O/13 moo -7 q PG. 2 DATE OF BID: JANUARY 7, 2021 REQUEST FOR: MATERIAL HAULING CONTRACT DEPARTMENT: PUBLIC WORKS BID NO: #B2100040 PRESENT DATE: JANUARY 13, 2021 APPROVAL DATE: JANUARY 27, 2021 VENDOR OAK CREEK CONSULTING & PRODUCTION SERVICES 9249 EASTMAN PARK DR. UNIT B WINDSOR CO 80550 DESCRIPTION Hauling & Spreading of material -Tractor & Belly Dump Hauling — Side Dump Hauling — End Dump Hauling — Tandem Axle Dump Truck TRANSPRO INC Hauling & Spreading of material -Tractor & Belly Dump DBA: TRANSPRO BURGENER Hauling — Side Dump TRUCKING Hauling — End Dump 7301 SW FRONTAGE ROAD Hauling — Tandem Axle Dump Truck FT COLLINS CO 80528 FORTRESS DEVELOPMENT Hauling & Spreading of material -Tractor & Belly Dump SOLUTIONS LLC Hauling — Side Dump 3050 67TH AVE, STE 100 Hauling — End Dump GREELEY CO 80634 Hauling — Tandem Axle Dump Truck PUBLIC WORKS WILL REVIEW THE BIDS. UNIT PRICE PER HR PER TRUCK $92.50 $95.00 $95.00 $75.00 $94.97 $94.97 $94.97 $84.97 $85.00 $85.00 $85.00 $73.50 NOTICE OF AWARD 4X Industrial, LLC Attn.: John L. Warren, CFO 800 8'" Ave., Suite 300 Greeley, CO 80631 Project Description: MATERIALS HAULING PROJEC The project in general consists of hauling and spreading materials to and from multiple scheduled and unscheduled locations within Weld County. The Owner has considered the Proposal submMed by you for the above described Work in response to its Request for Proposals, B2100040. You are hereby notified that your proposal has been accepted in the amount of or as shown In the Scope of Work. You are required to execute two originals of the Agreement and furnish the required Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fall to execute said Agreement and to furnish said Insurance within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your proposal as abandoned. The Owner will be entitled to 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 2711 day of January .2021 Weld County, Colorado, Owner By: r Jeff a k, Sup rvtsor, Trucking & Mining Division ACCEPTANCE OF NOTICE Receipt of the above Notice of Award Is hereby acknowledged by _1f)( `f)( /t1P Dated this _ L. day of . r t4U ir4 t "( .2021 Title: Cv FO Weld County Department of Put chasing Phone (970) 356-4000 Ext. 4223 1150 "O" Street Greeley, Colorado 80631 1 TO: @OQG�4.3.,33Q., VENDOR CODE 4 X INDUSTRIAL LLC 800 8TH AVE STE 300 GREELEY CO 80631 BJ ER NMAE PURCHASE ORDERP7FZCHASEORDER9 P2100091 Page 1 DATEDFP,O_ 01/29/21 BL NPETC Christie Peters rEM £`.1'.WC 'f DEaCitlFTt^.,w' ._, _.,........,,w..,. _ PER 2021 MATERIAL HAULING BID, B2100040 PRICE PER HOUR IS $79.75 FOR BELLY DUMPS, SIDE DUMPS $85.00/HR END DUMP TRUCKS $85.00/HR TANDEM AXLE TRUCKS $72.00/HR VENDOR IS: 4X INDUSTRIAL LLC COST OF ALL MAINTENANCE, REPAIRS, FUEL, INSURANCE, AND LABOR TO OPERATE THE TRUCKS SHALL BE BORNE BY THE CONTRACTOR. CONTRACTOR TO PROVIDE 13 TRUCKS WITH DRIVERS. 2021 CONTRACT NOT TO EXCEED $1,450,000.00. 2021 HAULING MATERIAL BID MATERIAL HAULING WITH BELLY DUMPS/DRIVERS FOR 2021 PRICE FOR BELLY DUMPS IS $79.75/HR, TRUCKING DIV IS IN CHARGE OF CONTRACT - THE CONTACT IS JEFF YORK AT EXT 3722 AND HE WILL CONTACT VENDOR RE: START OF PROJECT. PER 82100040 APPROVED BY THE WELD BOCC ON 01/27/21. ISSUED 02100091. --CP WELD COUNTY PUBLIC WORKS ATTN: MONA WEIDENKELLER 1111 "H" STREET GREELEY, CO 80631 WELD COUNTY PUBLIC WORKS DEPARTMENT ATTN: MONA WEIDENKELLER 1111 "H" STREET GREELEY, CO 80631 18,181.82 EA 79.7500 1,450,000.15 DISCOUNT: ,00 ADDL CHARGES: .00 The amides specified are subject to the following conditions: TOTAL TAXES: .00 1. Goods other than those specified must not be subsfiuned or prces changed without authorization_ 2. The right of cancellation in case of long delay in shipment is reserved. 3. Etherparty may terminate this agreement at any time upon deliveryto the other party of written notice received at least ten (10) days 1,450,000.15 prior to the anticipated date of termination. This agreement may be terminated at any time by either party without notice upon a material breach of the terms herein by the other party. 4. No sales tax or use table shall be included n or added to prices of material on this order_ 5. If the quantity shipped akois orshort of the purchase order quantity, specify on the packing slip if that 4!!k quantity is on back order or cancelled 6. Bills will be paid off of original invoices only By T(LLI2e1)? New Contract Request Entity Information Entity Name* Entity 1O* ❑ New Entity? 4 X INDUSTRIAL LLC @00043334 Contract Name MATERIAL HAULING CONTRACT Contract Status CTB REVIEW Contract ID Parent Contract ID 4460 Contract Lead* Requires Board Approval JYORK YES Contract L1Email Department Project # jyork@comeld.co,us Contract Description * AGREEMENT BETWEEN 4X INDUSTRIAL LLC AND WELD COUNTY PUBLIC WORKS FOR MATERIAL HAULING Contract Description 2 Contract Type* Department Requested 11OCC Agenda Due Date AGREEMENT PUBLIC WORKS Date* 02, 13/2021 02/17/2021 Amount* Department Email 1,450,000.00 CM- Will a work session with BOCC be required?* Pubh arks@ eldgov.cor-n NO Renewable* YES Department Head Email Does Contract require Purchasing Dept. to be included? CM-PublicWorks- YES Automatic Renewal DeptHead` Weldgov.com Bid/ #* Grant County Attorney B'21 00040 BOB CHOATE IGA County Attorney Email BCHOATEC CO.WELD.CO.US If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date* 02/22/2021 1201/2021 02/152022 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head JAY MCDONAW DH Approved Date 02/11/2021 Final Approval OCC Approved OCC Signed Date C Agenda Date 02,+17/2021 Originator JYORK Contact Type Contact Email Contact Phone t Contact Phone 2 Purchasing Approved Date 02/162021 Finance Approver BARB CONNOLLY Finance Approved Date 02/16/2021 Tyler lief # AG 021721 Legal Counsel BOB CHOATE Legal Counsel Approved Date 02/152021 MEMORANDUM TO: Board of Commissioners DATE: January 20, 2021 FROM: Jay McDonald, Director of Public Works SUBJECT: 2021 Material Hauling, Bid B2100040 The Public Works Department recommends that the Board of Weld County Commissioners award the Material Hauling Contract to the lowest bidder, 4X Industrial LLC, for $79.75 per hour to provide 13 belly dump trucks with drivers. We further recommend they receive the bid for hauling with side dump trucks at a cost of $85.00 per hour, end dump trucks at a cost of $85.00 per hour, and tandem axle trucks at a cost of $72.00 per hour on an as needed basis. The 2021 budgeted amount for this contract is $1,450,000.00. If you have any questions, please call me at extension 3761. M:mona;wordfiles/bids/mmaterialhauling2021.docx o i�a-7 E.Go019 WELD COUNTY PURCHASING 1150O Street, Room #107, Greeley, CO 80631 E-mail: cmpeters(a�weldgov.com E-mail: reverett(c)-weldgov.com E-mail: rturf(�weldgov.com Phone: (970) 400-4223,4222 or 4216 Fax: (970) 336-7226 DATE OF BID: JANUARY 7, 2021 REQUEST FOR: MATERIAL HAULING CONTRACT DEPARTMENT: PUBLIC WORKS BID NO: #B2100040 PRESENT DATE: JANUARY 13, 2021 APPROVAL DATE: JANUARY 27, 2021 VENDOR 4X INDUSTRIAL LLC 800 8T" AVENUE STE 300 GREELEY CO 80631 DESCRIPTION Hauling & Spreading of material -Tractor & Belly Dump Hauling — Side Dump Hauling — End Dump Hauling — Tandem Axle Dump Truck UNIT PRICE PER HR PER TRUCK $79.75 $85.00 $85.00 $72.00 FREEDOM TRUCKING Hauling & Spreading of material -Tractor & Belly Dump ---------- LIMITED LIABLILTY CO Hauling — Side Dump $95.00 686 LINCOLN AVE Hauling — End Dump ----------- NUNN CO 80648 Hauling — Tandem Axle Dump Truck ---------- RICHARDSON CONSOLIDATED Hauling & Spreading of material -Tractor & Belly Dump $94.29 PO BOX 1313 Hauling — Side Dump $98.00 GREELEY CO 80632 Hauling — End Dump $98.00 Hauling — Tandem Axle Dump Truck $77.30 2021-0152 O1/13 �C�oo-7 cl PG. 2 DATE OF BID: JANUARY 7, 2021 REQUEST FOR: MATERIAL HAULING CONTRACT DEPARTMENT: PUBLIC WORKS BID NO: #B2100040 PRESENT DATE: JANUARY 13, 2021 APPROVAL DATE: JANUARY 27, 2021 VENDOR DESCRIPTION OAK CREEK CONSULTING & Hauling & Spreading of material -Tractor & Belly Dump PRODUCTION SERVICES Hauling — Side Dump 9249 EASTMAN PARK DR. Hauling — End Dump UNIT B Hauling — Tandem Axle Dump Truck WINDSOR CO 80550 TRANSPRO INC Hauling & Spreading of material -Tractor & Belly Dump DBA: TRANSPRO BURGENER Hauling — Side Dump TRUCKING Hauling — End Dump 7301 SW FRONTAGE ROAD Hauling — Tandem Axle Dump Truck FT COLLINS CO 80528 FORTRESS DEVELOPMENT Hauling & Spreading of material -Tractor & Belly Dump SOLUTIONS LLC Hauling — Side Dump 3050 67TH AVE, STE 100 Hauling — End Dump GREELEY CO 80634 Hauling — Tandem Axle Dump Truck UNIT PRICE PER HR PER TRUCK $92.50 $95.00 $95.00 $75.00 $94.97 $94.97 $94.97 $84.97 $85.00 $85.00 $85.00 $73.50 PUBLIC WORKS WILL REVIEW THE BIDS. Hello