Loading...
HomeMy WebLinkAbout20210999.tiff�nfrac+ ED # ""1 103 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & ALL PRO PAVEMENT THIS AGREEMENT is made and entered into this Z 'day of a , 2021, by and between the County of Weld, a body corporate and politic of the State of Co orado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and All Pro Pavement whose address is 1425 Brantner Rd. Evans, CO 80620, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 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. B2100066". 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 the Exhibits which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. &n!5e.n+ A O5fo31ai ao@l-dg99 6Goa 83 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A&B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation 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. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $479,000.00, 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 Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits 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. 8. Subcontractors Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontracor agreements for the completion of this Project without County's prior written consent, wiach may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that the services performed under this Agreement will be performed in a mariner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures. or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed _finder this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. 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. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 far 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. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall same County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to 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. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. 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: All Pro Pavement Attn.: Jared Waterhouse Address: 1425 Brantner Rd. Address: Evans, CO 80620 E-mail: jared(a�allpropavement.com Telephone: (970) 232-9242 County: Name: Tony Tayior Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaa,co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulatiois in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds rtiot otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. 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. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with 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 or 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 an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 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 3rdday of (Yl o rub,. ,202't. CONTRACTOR: All Pro Pavement By: 6't'a ead2 Namd( Jared Waterhouse Title: Owner WELD TOU� ATTEST Weld �2tv Clerk to the Deputy C,erk td the Date 23Apri12021 V. . B.D•4i BOARD OF COUNTY COMMISSIONERS and WELD COUNTY, COLORADO Steve Moreno, Chair MAY 0 3 2021 1861 c20 o2i'— O 999 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: FEBRUARY 24, 2021 BID NUMBER: B2100066 DESCRIPTION: 1250 H STREET PARKING LOT - PAVING REPLACEMENT DEPARTMENT: FACILITIES MANDATORY PRE -BID MEETING: MARCH 15, 2021 BID OPENING: MARCH 29, 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: 1250 H STREET PARKING LOT - PAVING REPLACEMENT A mandatory pre=bid conference will be held on March 15. 2021 at 10:00 AM (MDT) at 1250 H Street, Greeley, CO 80631. Vendors must participate and record their presence at the pre -bid conference to be allowed to submit proposals. We will be adhering to current state social distancing guidelines. Bids will be received for the above stated equipment up to, but not later than: March 29, 2021 at 10:00 AM MDT (Weld County Purchasing Time Clock . Due to COVID-19, instead of an "in -person" bid opening, the submitted bids will be read over a Microsoft Teams Conference Call on March 29, 2021 at 10:30 AM (MDT). To join, call the phone number and enter the Conference ID provide below: Phone Number: (720) 439-5261 Conference ID: 923686955 PAGES 1 - 8 OF THIS REt GUEST FOR P1O8 CONTAIN GENERAL INFORMATION FOR THE RE6, ,,UEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 —8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 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 bidderwill expect the Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https:ffwww.bidnetdirect comf Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: 1. Due to COVID-19, one electronic copy of the bid is required. Email bids to bidsgweldgov.com. If your bid exceeds 25 MB please upload it to https://www.bidnetdirect.com. Only a Toad our bid to BidNet if yourbd exceeds 25 MB. The maximum file size to upload to BidNet is 500 MB. 2. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your proposal. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/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/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/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 - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work BID REQUEST #82100066 Page 2 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. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. BID REQUEST #B2100066 Page 3 C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. BID REQUEST #B2100066 Page 4 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 assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 0. 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. I:iI,i:il.juJSItjj:p4ftIsi[j; R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any 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: County's acceptance of the same, bid. The successful bidder ackno, a "change order" authorizing such employee, or by formal resolution the Weld County Code. Upon the successful bidder's successful completion of the service, and County agrees to pay an amount no greater than the amount of the accepted wledges no payment in excess of that amount will be made by County unless additional payment has been specifically approved by the County's delegated of the Weld County Board of County Commissioners, as required pursuant to X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements; Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance 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/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 premiums for which notice shall be sent ten (10) days prior_ If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do BID REQUEST #82100066 Page 6 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. 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 under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as .. a.� �...... _ _ . . _ _ _z. _ ,. v . 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 rightto 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 .Reds: 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 REQUEST #82100066 Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: This project is for the milling, subgrade treating, re -paving and stripping of the existing parking lot, Overview: Weld County has purchased the property located at 1250 H Street, Greeley, CO 80631 and renovated the building to house the Clerk and Recorder's Office. The existing parking lot is in disrepair and needs to be replaced. The objective is to remove all existing asphalt pavement and replace with new. This project will consist of contractor performing milling, paving, sub grade treatment and stripping. Work shall include: 1. Remove all existing asphalt pavement and subgrade to a depth deep enough to accommodate the new asphalt thickness in the areas shown on the attached site layout phasing plan. 2_ Contractor to include any potholing for existing utilities as necessary before cement treating subgrade. 3. Cement treat entire area subgrade at 4% to a depth of 12". 4. Provide and install asphalt paving. Paving should be a total depth of 4" placed in two lifts of 2" each. 5. Provide new painted stripping when asphalt placement is complete. 6. Provide concrete collars around all utilities at the surface of the paving. 7. Remove and properly dispose of all trash generated by construction activities off site. 8. Project will need to be phased as shown in the attached phasing plan. This will be required to keep the building open and operational at all times. 9. Contractor will be responsible for all material quantities. Limits of work are shown on site layout. 10. Weld County will waive any fees required by the County for this project. Any other permits, (grading, right of way, etc.) needed for this project will be obtained and paid for by the contractor. 11. No bid bond is required for this project. 12. Davis -Bacon and Buy American requirements are NOT required. 13. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 14. Based on a contract being ready on April 28, provide the completion date for this project. Schedule: Date of this Bid Pre -Bid Conference Proposals Are Due Contract Award Notice Construction Start Completion Fees: February 24, 2021 February 24, 2021 March 15, 2021 March 29, 2021 April 14, 2021 Immediately upon receipt of signed contract May 30, 2021 TOTAL PRICE COMPLETION DATE 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. #B2100066. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE 1141 2:[611 i<Li1 PRINTED NAME AND TITLE SIGNATURE E-MAIL FAX **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03561-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 —8. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #82100066 Page 10 .• I BID REQUEST NO. B2100066 1250 H STREET PARKING LOT - PAVING REPLACEMENT Due to impending snowstorm, amend the pre -bid conference date and bid due date as follows: A mandatory pre -bid conference will be held on March 22, 2021 at 10:00 AM (MDT) at 1250 H Street, Greeley, CO 80631. Vendors must participate and record their presence at the pre -bid conference to be allowed to submit proposals. We will be adhering to current state social distancing guidelines. Bids will be received for the above stated equipment up to, but not later than: April 5, 2021 at 10:00 AM (MDT) (Weld County Purchasing Time Clock). Due to COVID-19, instead of an "in -person" bid opening, the submitted bids will be read over a Microsoft Teams Conference Call on April 5, 2021 at 10:30 AM (MDT). To join, call the phone number and enter the Conference ID provided below: ***We need signed copy on file. Thank You!*** Addendum received by: Vis]Rs7: EMAIL March 10, 2021 ADDENDUM#2 BID REQUEST NO. B2100066 1250 H STREET PARKING LOT - PAVING REPLACEMENT 1. Existing drawing: Site / phasing plan shows parking lot at far south end of the site not being re - paved. Revised drawing: See attached Exhibit A, updated site phasing plan dated 3-30-21. New site / phasing plan shows adding the remaining paved area to the scope of work. 2. No asphalt mix design was included in the scope of work. Add asphalt mix design: The mix shall be a PG 58-28 (SX) (50). ***We need sinned ned copy on file with your bid. Thankyou! Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL March 30, 2021 EXHIBIT A 4. S9 1250 H Street Parking Lot — Paving Replacement 82100066 Questions & Answers — Posted 03/30/21 1.) Question: Will the speed bumps need to be replaced? Answer: The speed bumps do not need to be replaced. 2.) Question: Will any of the curb and gutter be replaced? Answer: Curb and gutter will not need to be replaced. 3.) Question: Will the concrete in front of the trash enclosure in phase 3 remain in place or get removed and replaced with asphalt? Answer: Trash enclosure pads to remain as -is. 4.) Question: Are there any permits that contractor will need to obtain? Answer: Weld County will not require any permits for this work. If the City of Greeley requires any permits, those will need to be obtained and paid for by the contractor. 5.) Question: Will the contractor need to provide any testing? Answer: All required testing will be paid for by the county. 6.) Question: Will the contractor need to provide as-builts? Answer: No as -bulks will be required. 7.) Question: Would it be acceptable to build the parking lot in 2 phases instead of 3? Answer: We will build the project in three separate phases. 8.) Question: Do the millings become property of the contractor or will the county keep them? Answer: The millings will become the property of the contractor and will need to be removed from the site. 9.) Question: Is there a specific asphalt mix design for this project? Answer: See addenda #2. 1 Exhibit B SPECIFICATiONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: 1250 H STREET PARKING LOT — PAVEMENT REPLACEMENT This project is for the milling, subgrade treating, re -paving and stripping of the existing parking lot. Overview: Weld County has purchased the property located at 1250 H Street, Greeley, CO 80631 and reriojated the building to house the Clerk and Recorder's Office. The existing parking lot is in disrepair and nee p.be replaced. The objective is to remove all existing asphalt pavement and replace with new. Scope of work: This project will consist of contractor performing milling, paving, sub grade treatment and strippin`- .K shall include: 1. Remove all existing asphalt pavement and subgrade to a depth deep enough to accom " datthe new asphalt thickness in the areas shown on the attached site layout phasing plan. 2. Contractor to include any potholing for existing utilities as necessary before cement treati ace 3. 4. Cement treat entire area subgrade at 4% to a depth of 12".` Provide and install asphalt paving: Paving should be a total depth of 4" placed in two lifts ` f 2" each. 5. Provide new painted stripping when asphalt placement is complete. 6, Provide concrete collars around all utilities at the surface of the paving. 7, Remove and property dispose of all trash generated by construction activities off site. 8. Project will need to be phased as shown in the attached phasing plan. This will be requir to keep the building open and operational at all times, 9. Contractor wilt be responsible for all material quantities, limits of work are shown on site yout. 10. Weld County will waive any fees required by the County for this project. Any other permi , (grading, right of way, etc.) needed for this project will be obtained and paid for by the contractor. 11, No bid bond is required for this project. 12. Davis -Bacon and Buy American requirements are NOT required. 13. Bids over $50,000 will require a payment (100%), and performance (100%) bond. 14. Based on a contract being ready on April 28, provide the completion date for this project.' Schedule: Date of this Bid February 24, 2021 Advertisement Date February 24, 2021 Pre+Bid Corderence i March 1s, 2021 Proposals AFe Due March 29, 2021 Contract Award Notice Aprii 14, 2021 Construction Start Immediately upon receipt of ;igoed contract Completion May 30, 2021 Fees: TOTAL PRICE $ 47 ,040.00 �. COMPLEtION DATE by' _tay"E?th.2021 BID REQUEST #82100066 Page 9 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 provisl+r in the request for proposal for Request No. #$2100066. 2. The quotations set forth herein are exclusive of any federal excise taxes and all otherI, 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 si .bid submitted, all of the documents of the Request for Proposal conteinerl (including, but not limited to, product specifications and scope of services), and the for accepta tcervof the bid by Weld County, together constitutes a contract, with the contra the date o formal acceptance of the bid by Wetd County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in th accept the bid that, in the opinion of the Board of County Commissioners, is to the be Weld County. The bid(s) may be awarded to more than one vendor. FIRM All Pro Pavement BUSINESS ADDRESS 1425 Brantner RD CITY, STATE, ZIP CODE Evans CO 80620 TELEPHONE NO 970-232-9242 FAX _ PRINTED NAME AND ared Waterhouse TAX ID # Owner bids, and to interests of SIGNATURE '- aZ t, 8US , E-MAIL `aced tt averttent.com DATE 4I5/2021 `" L' TI -GS BION}OF THEIR 81D** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF E N NUMBER IS #98-03551-0000. YOU DO NOT NEE TO' BAG A I 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY. Deputy Clerk to the Board Steve Moreno, Chair APPROVED AS TO SUE STANCE Elected Official or Department Head Controller/Purchasing Director . BID REQUEST #82400066 Page 10 ADDENfUM#2 Dim REQUEST NO, 82100066 1250 Hi,STREET PARKING LOT- PAVING REPLACEMENT 1. Existing drawing: Site I phasing plan shows parking lot at far south end of the site paved. Revised drawing: See attached Exhibit A, updated site phasing plan dated 3-30-21, phasing plan shows adding the remaining paved area to the scope of work. 2. No asphalt mix design was included in the scope of work. Add asphalt mibdesign: The mix shall be a PG 58-28 (SX) (5Q). ***Wc neat sncsdmcsu�� File withyurbid tlinuu!*** Addendum received by: All Pro Pavement FIRM 1425 Brantner RD DRESS F, t s ee it, �,neys'k Evans CO 60620 CITY AND STATE Jared Waterhouse rr, BY tired{callpropavernent.com bht,t1 tT. March 30. 2021 ADDENDUM#1 BID REQUEST NO. 82100066 1250 H STREET PARKING LOT - PAVING REPLACEMENT Due to impending snowstorm, amend the pre -hid conference date and bid due date as follows: A mandatory pre -bid conference will be held on March 22, 2021 at 10:00 AM (MDT) at 1250 Greeley, CO 80631, Vendors must participate and record their presence at the pre -bid conferee allowed to submit proposals. We will be adhering to current state social distancing guidetir Bids will be received for the above stated equipment up'to, but not later than: Apr11 5, 2021 at 1 (Weld County Purchasing Time Clock). Due to COVID-19, instead of an "in -person" bid oi, submitted bids will be read over a Microsoft Teams Conference Call on April 5, 2021 at 1r To join, call the phone number and enter the Conference ID provided below: Phone Number: (720) 439-5261 Conference ID: 923686955 ***We naed signed copy on file. Thank You!*** Addendum received by€: March 10.2021 All Pro Pavement FIRM...._A --- 1425 Brantner RD ADDRESS Evans CO 80620 CITY AND STATE Jared Waterhouse jt2.4.4It oaaf22A U4IZ. BY jared@allpropavement.com EMAIL I!! W -9i Request for Taxpayer Identficatio41 Numr and Cerllcaton , 040041 I ,efv,cei (4(4o 444 MVltrY.a16,$41V!$R1tW43 tri1 4114attU4S 844@ *4444444 iMdS#G'44. raw rxxanvtisax tGv a 1+'444'414. th raaclsteslr. not a 12 4t4i f ne4rxl *W ft8t 4 :4'"44 .... .14....4.4....:_ ...— b- 6,....,�.____: a.�.l.w..- __.._.»........... _..... aS 3 f 94rxc .41Qx 444 t4 1' 4 but L 444 44x, rx "1441 wrh(nr*4*r4 4' 444740*4 (484* + s 4*0414 a,4.40 m c4 t ° 4 t .< i 44 x414 .x. f 4 (s. *4* .: a1wy S$,' ,1: tr $n. Re r . k+ 4 4.a ra 4e 4* _. 04444* 3f 4 17 € 3 G #: 4 Ys 4 0 4 :1444 k 44x1^ # 4 4 4 „w R 4*9 3{}4 44444 4 I 'd0 5844 U 4 ^44444'0•4444 .r.4', 8„3=0'44,?;, (Xrs*4 ,.t ,1x3Sze<4aa 4FX *44* *4 4Psr: 4 *54(1 44 31 * 7 •*444,4•,r.._ rs *4..,r, ' ) 1 _.. r-tr, :rte.' a *t 4. trrs�n 7 i 4l nr,-xxx47 n4ay#* ,1 7414* r,} #aae%(. #7'R mar T#4a. 81 411* =4441*141r4to 84I. 4484, 1441 4 U41)448 *4I,4 41445124 4744 r tart 44441 184) 444040 4041`+ '444t'kula w1544fuvr4tl9 = nc r4t4't:40';;leru44^> 4$,<••.3 t;. +4(43 :44884 341 ;dsr aa! ':+t lutly txNntlel 91487 t ."yw^'sa+ar„ 47)4 a 444*7i8444t *47}4'234 'Air, 43744(4,444* A .tRza 7 4414/17 •ax&r4u. - f t1. '4* ,7 4:04, 414$ 444* Part 1. 44140 S t* A" ,*447411av1, 4 ra jr;c ,4*4444rr44t K*4 7,4 ,44 ;.+: 8'x,4*4*443X 4 444 > s**74 +z a =44Yt ttdb* a 1 41*4r, 410 , 84443*' X774+, 4171444 44444 1sc. a .' 70 h 4 4O#'44 Orr 1'£' 77.,) * tfnr l€r*' 1 Ak4s?` ?*' ,F4'477 ^49r014 4Ar2°4 (44114'' ')'8't'4 s '4 S r'4( , .4;44X44 ,v , 1 * 41444149 .,. jr { 114 *4n I. 434x1474` tld , l *"*081p 1- 1743149* 14W47440(41113{41Ai6 4Q41, 41#1554 + 847. 4t,444 lot 1'7 't (43*884r4 4141 a r4lm1W 79, 1447 (40x4041 :O .1'ka 4x1 2. t 4Y17 no41. 14 't�W,�N45g 1b*t�, *14*: 14rn 71*a1'PI tram *tt1t 04748847, of 444) i 444W34 0at1 # t 84444*wect try lbo lrttur"afl 91444514 ()RE X14 44471 d4 #CR 80 b k44484t1* *fttlh07**l() $44 47 4911,48 437 1 8R1TdR14 49 *444484* X11 t4tM'1,44 443 18444441114 CX 44 4 E U ii,17 19(4 74444484*44)4 at1 *144 54 TO t*rhw wkh4+ok1N J am I i w, .1 S. ac8i7.4o ,> ::#Yr+)7 i '4 0nr-'4'44*11 1 r/4 :urea t ^heat '*7 }4 * *'11448 -4 *'1740.t =:, 'r t',�r 4 4a ,f=4.444 4t"•., s4, ₹z . 8 ,.aregls '4,7* i. ,r r .'r r/ 1 4,449tr, ,. .. att4ra41dt4'4**tr*a9484t[FH. PC4, re ,k.' 44,1' 747. 4,4r x3444)41'4'! r 4l 1,744 407,40 , h✓* 74. *4 yr,r4 =µ*4+-1 4„ra444) 4414 : .,, , -F • 44 e*4, '14 7,0,1 },. . 44Y4.,4 to xa14at4U 1443 !8l' t.,, 2. I' d*14*_'** 44'4) x441 =t, ' ₹>' 4444 4405434714tttt4441*4' ., ta1KT* ' (44I*4 */5444414y SFr' xe8:r1lp 4' ri' F4r,{ 417 .49i44t4'br ,a 4' ;t 4'44* %1`x4414' 4.t »_44 x444 #1'1* 414444 ,f '!tN �,10V'* 4N}I+4 74) 444I I.1*ISs,44 4'444!4}414,41 ,94.41# 4711l4',fixx 4 3,' dt.44f,i444r_4 4444'114'i₹b4 4*3r€408 4741447' I 444"4 *14 ,4474444 49.,:4 7* '4*'4444>} I 4*41,4,741N', 1x1= 4474* 44,4.41 4/41(4,:'rr,!'4714t) '4}14(4'47 4344 ;4444 4' 4 4* 4 ,a,e4, 44* 144 alt a atuta I . 4 / r U,3, 44 .' 414414 a Genera' tit oiyt x475: t b' !11447 1 H t€=.:rf'A"f 143'hryx,4 . 'aortas' tl& 9 ' •* „Pigs 4t44'tkx, i@{4yyrSLP=+ 4a 1, 47, 441944;•4* 1 ,9 W3d,t4*, .484' X414 .. , .i'4sX'Wi41 �. 5 7(74`4 '4'.4: %y.Y 4 4' -f 44, ,- "r fLiv..bM 440714-4 x43444+41! F+ 4th #3("%1 `8814*' 1,4447744411k41ktt1 »4'145.4.t44'4¢g`{rlint;r44417ti-3 e Fc*m4 ' 1;}9544 (44')4.11 pr *Tt4„4444 #434X4 0,44.4'4 :34 i ,..x44411 48444 19444+44 a ,t; FCX(0 I'd '4 :4447 +4:1 ,mrfuct*540ti. ;414,44 415 4 ' 1484 41 .44444. lead 4r4a1ct4i.'14*'n4 144- CR1)4*4484 *484444) 'm*.' 0444*4884043944141 , 944 144 44*91*.r4'; 5444'4,4 441 4if4j rums 1UA9-3 444ovaacys 4444474 rani 44t4*7o rant4a97*444sj Purim of F e Fotn,'[rti4 x {„�4a;7,4,',t 44 d Mari ,, '/ - ! k 4441+ 144tl41144*V'41'd{41 ct±444,.48 1'.le '44,taf3'(' 1 "5 3'4)4.}{'-.0 `;l 4444 :;- i-ca€4'1 .444f ,I 4tt'")t*',,, ,44 **' 44 _ %'s J.@' . I144!47 i4' 44430: f8./ 444, 4411'^ its �'-. '-.1 * , 4, "'. f, -':4,4 4.P"},'.1 :4744, i 444#40 4484' 4* 4448744 ** . •4144 -4' i .,, 4144 .4)= „P f .4:{. zr'44 + s4 F 31 ' 4 a+Y . "4, *7" 44"4 4 40,,,')4;.14 4i 411{!4'44444 .'41.4 '4 ). ;',4CH4 Y` tO 1144449 4440 444.,1 0, *4 4 '4?r 34 €4 `1; 4 4, if "tr', -'44444 qY s .448 tdJ ,">,414,v'444 '441484/ '4 Nt r}X4 4 ;'S 74447'o `t"1, 97 rMVbt 33 r.i' 5 #,J:4{5 .r Y. "4 t4 4, '9•*S+,I ;'444 '4711 4.1'177)l41' 1784}, . *#4304 R4tarnk3i4444'1,17 *4r 344'440 J4 147 41 4;11•*TP. o17471*4 14 44*74C-0f 44 )1 4 481") 333-1. 144444744*44111*, r441S_ .)744 4 4 4447: 444x404# 4,3 '413' 70 91,44. ,,,. 7/-, a ', !£44,,.441 f :. r:. f4 rt 4844 ',4S ,4'11ry ,,1/#' xI 7101 474 4141 1 J}1(T (tn0i*48444 *471r,3 Ix OAi 594 1x4474-4 4' 4444::(4443 ,44151' 6448,.4 .441 Ue tl Y7 t1 / 44844I) *449'4 1411*, ACcPR b® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD(YYIY) 4/21/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 endorsemenl(s). PRODUCER Ewing -Leavitt Insurance Agency, Inc_ 4090 Clydesdale Parkway Suite 101 Loveland CO 80538 CONTACT NE: Katie Klimek alc NN Ext: (970) 679-7333 ac NO: (866)456-4265 ADDRESS:katie-klimek@leavitt.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA:EMC 21415 INSURED Waterhouse Inc., DBA: All Pro Pavement Services; WH Inves PO Box 7901 Loveland CO 80537 INSURERB:Pinnacol Assurance 41190 INSURERC: INSURERD: INSURER E: INSURERF: : COVERAGES CERTIFICATE NUMBER:21-22 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MM!DDIYYYY) LIMITS X COMMERCIALGENERALLIABILITY EACH OCCURRENCE $ 1,000,000 A I CLAIMS -MADE �X OCCUR DAMAGE TO RENTED PREMISES Ea occurrence) $ 50,000 X MED EXP (Any one person) $ 10,000 Blkt Additional Insured 6X02102-20 4/1/2021 4/1/2022 X Blkt Waiver of Subrogation PERSONAL & ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ 2,000,000 POLICY IPOT RLOC JEC Employment Practices Liability $ 250 , 000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1 ,000 , 000 BODILY INJURY (Per person) $ A X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED X HIRED AUTOS X AUTOS 6X02102-20 4/1/2021 4/1/2022 BODILY INJURY (Per accident) $ OERTY DAMAGE (Per accident) $ Medical payments $ 5,000 X BlktAddtl Insd X Blkt Wain of Sub X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 A EXCESS LIAR CLAIMS -MADE DED I RETENTION $ $ 6X02102-20 4/1/2021 4/1/2022 WORKERS COMPENSATION AND EMPLOYERSLIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/ N X PER 0TH - STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 B OFFICER/MEMBER EXCLUDED? ❑ (Mandatoryin NH) NIA 4163174 4/1/2021 4/1/2022 E.L. DISEASE - POLICY LIMIT $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below A Leased & Rented Equipment 6X02102-20 4/1/2021 4/1/2022 Limit $250,000 DESCRIPTION OF OPERATIONS I LOCATIONS! VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION sgeesaman@weldgov.com Weld County Facilities Department 1105 H Street 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. AUTHORIZED REPRESENTATIVE tie Klimek/KAKLIM 4 ACORD CORPORATION. All ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (201401) New Contract Request Entity Information Entity Name* Entity 1D* ❑ New Entity? ALL PRO PAVEMENT 0042831 Contract Name * 1250 H ST PARKING LOT -PA ENT Contract Status CTB REVIEW Contract Descriptionn* REPLACE PAVING IN THE PARKING LOT AT 1250 H STREET. Contract Description 2 Contract Type Department CONTRACT €UILDINGS AND GROUNDS nt * Department Email $479,000.00 C4 - 1 uildingGrounds -eIdgov.c Renewable* NO Department Email Automatic RWal CM-RuHdingGrounds- DeptHeadTweIdgovcom Grant County AtLorry GENERAL COUNTY 6GA, ATTORNEY EMAIL County Attorney Email CM- COU 4TYATTONEYWELDG OV,COM If this is a renewal enter previous Contract ID If this is part at a MSA enter MSA Contract ID Contract ID 4712 Contract Lead SGEESAMAN Contract Lead Email sgeesamanLzbco.weld.co. us Parent Contract ID Requested 80CC Agenda Due Date Date* 04,24/2021 04 28 2021 Will a work session with 80CC be required?* NO Does Contract require Purchasing Dept. to be included? YES Rid(RFP #* 2100066 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Review Date * Renewal Date I231 :F`2021 Termination Notice Period Committed Delivery Date Expiration Dates 12/31/2021 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date ROB TURF 04!2712021 Approval Process Department Head Finance Approver TORY TAYLOR BARB CONNOLLY DH Approved Date Finance Approved Date 04 26'2021 04/27, 2021 Final Approval BOCC Approved EOCC Agenda Date 05<(03,'2021 • Tyler Ret # AG 050321 Legal Counsel BOB CHOATE Legal Counsel Approved Date 04/27/2021 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 14, 2021 To: Board of County Commissioners From: Toby Taylor Subject: 1250 H Street — Paving Replacement; B2100066 As advertised this bid is for replacement of the existing asphalt. The low bid is from All Pro Pavement and meets specifications. Therefore, the Facilities Department is recommending the award to All Pro Pavement in the amount of $479,000.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director N/ai aoai- 0999 WELD COUNTY PURCHASING 1150O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters(a�weldgov.com E-mail: reverett(a)weldgov.com E-mail: rturf('�weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: APRIL 5, 2021 REQUEST FOR: 1250 H STREET - PAVING REPLACEMENT DEPARTMENT: FACILITIES BID NO: #B2100066 PRESENT DATE: APRIL 7, 2021 APPROVAL DATE: APRIL 21, 2021 VENDOR TOTAL ALL PRO PAVEMENT $479,000.00 1425 BRANTNER RD EVANS, CO 80620 DON KEHN CONSTRUCTION $538,640.00 6550 S COUNTY RD 5 FORT COLLINS, CO 80528 MARTIN MARIETTA $559,645.00 1800 N TAFT HILL RD FORT COLLINS, CO 80521 APEX PAVEMENT SOLUTIONS $587,118.00 607 10TH ST, STE 207 GOLDEN, CO 80401 CONNELL RESOURCES, INC $597,670.00 7785 HIGHLAND MEADOWS PKWY, STE 100 FORT COLLINS, CO 80528 ENGINEERED PAVING $714,285.00 4802 CHRISTENSEN DR LITTLETON, CO 80123 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. COMPLETION DATE 05/30/21 04/05/2021 05/30/2021 05/30/2021 05/30/2021 05/30/2021 2021-0999 09/07 SGOOa3 Hello