Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20182144.tiff
MEMORANDUM Date: August 6, 2018 To: Rob Turf, Purchasing Manager From: Devin Traff, Clay Kimmi RE: Contract Approval for Bid Request No. B1800111 Bids were received and opened on June 9, 2018 for the Poudre River Trail Improvements Project with the lowest bid submitted by Energes Services, LLC in the amount of $347,072.20. The low bidder was approved by the Board of County Commissioners on July 30, 2018. It is the recommendation of Public Works to approve the construction contract for Energes Services, LLC for a total amount of $347,072.20. If this contract is approved by the BOCC on August 13`x', construction will commence in early September 2018 and is planned to be completed by mid -November 2018. LiPs,SAele6 0,9 (Pa)) //f MEMORANDUM Date: July 26, 2018 To: Rob Turf, Purchasing Manager From: Devin Traff, P.E., Staff Engineer RE: Bid Request No. B1800111 BOCC Approval Date July 30, 2018 Bids were received and opened on June 9, 2018 for the Poudre River Trail Improvements Project. Nine (9) bids were received ranging from $347,072.20 to $877,172.38 with the lowest bid submitted by Energes Services, LLC from Greeley, Colorado. The Engineer's Estimate for this project was $447,890.00. The project will be funded through an Intergovernmental Agreement (IGA) with CDOT in which Weld County will receive federal funds in the amount of $358,312.00, and the remaining funding of $89,578.00 will be shared three ways between the City of Greeley ($24,000), the Town of Windsor ($24,000), and Weld County ($41,578). The award of this construction contract will result in being $100,817.80 under the budget. The submitted bids have been reviewed for errors and completeness, and none were apparent. The bid tabulation has previously been submitted for your information. It is my recommendation to award the construction contract to Energes Services, LLC for a total amount of $347,072.20. This Company has not performed work for Weld County. However, this Company claims of a diverse range of experience in civil construction, stream restoration, and land reclamation. CDOT has reviewed the bid documents submitted by the contractor and given us their concurrence to award. If this bid is approved by the BOCC on July 30th, construction will commence in early September 2018 and is planned to be completed by mid - November 2018. WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & ENERGES SERVICES LLC PROJECT: POUDRE TRAIL IMPROVMEMENTS PROJECT THIS AGREEMENT is made and entered into this/ ay of , 2018, by and between the County of Weld, a body corporate and politic of the State of Colorado, b and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 8063 hereinafter referred to as "County," and Energes Services, a limited liability company, whose address is 1328 E. 18th Street, Greeley, CO 80631, hereinafter referred to as "Contractor". WHEREAS, the Poudre River Trail is in need of improvement as a result of erosion along the north riverbank, (hereinafter referred to as the "Project"), and WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake the permanent repair of this trail, and WHEREAS, County requires an independent contract construction professional to perform the construction services required by County and set forth in Exhibit A; WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Construction 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. B1800111. 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 Exhibit A. Contractor shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibit A within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 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. Page t of 15 ato78-a/`t� 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 and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $347,072.20, 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 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. 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. Page 2 of l5 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 adtbpted 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. 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. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 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. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or 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. 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 construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. Page 3 of t5 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. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the construction completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13, Insurance and Indemnification. General 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 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 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/Contract Professional. Contractor/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of 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 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. 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 construction 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 Page4of1 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 construction 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/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 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. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) Statutory $ 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and liability assumed under an insured contract. The policy shall be endorsed to include 1) the Additional Insured Endorsements CG 2010 (or equivalent), 2) CG 2037 Additional Insured for products/completed operations, and 3) the Designated Construction Projects General Aggregate Endorsement CG 2503. The policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations" and 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; $50,000 any one fire; $500,000 errors and omissions; and $5,000 Medical payment one person Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. Page5oFIS 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 Insured: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name Weld County and the State of Colorado 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 coverages required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insured 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. Contractors Pollution Liability (Not required for this project) Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions (including asbestos) that may arise from the operations of the Contractor described in the Contractor's scope of services. Policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. The policy shall be endorsed to include the following as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations". Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 1,000,000 Builders' Risk Insurance or Installation Floater — Completed Value Basis (Not Required for this Project) Unless otherwise provided, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, Builders' Risk Insurance in the amount of the initial Contract Sum, plus value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. Parle6otI5 a. Policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. b. Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. c. The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. d. The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. e. The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. f. Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically covers insured equipment during installation and testing (including cold and hot testing). g. The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor except for losses that involve all Acts of God such as flood, earthquake, windstorm, tsunami, volcano, etc. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim there under, 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 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. 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, and 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 Public Works and/or County Engineer All Page 7 of 15 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: Energes Services, LLC Attn.: Bryan Roe Address: 1328 E. 18"' Street Address: Greeley, CO 80631 E-mail: broe@energesenvironmental.com Phone: 970-702-3754 Facsimile: County: Name: Devin Traff, P.E. Position: Staff Engineer Address: PO Box 758 Address: 1111 H St, Greeley, CO 80632-0758 E-mail: dtraff@weldgov.com Phone: 970-400-3773 Facsimile: 970-381-6596 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement 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 Contractor's services and Contractor shall not employ any person Pag,2 '' of t 5 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. 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 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 Paso O o I 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. 29. Official Engineering Publications, Contractor acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contractor under this Agreement, and Contractor agrees to meet or exceed all standards set by these publications. Contractor further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Contract Amount. 30. Compliance with Davis -Bacon Wage Rates. Contractor understands and agrees that, if required by the provisions of Exhibit A, the work shall be in compliance with the Davis- Bacon Wage Rates. (If compliance with this statute is required by County under this Agreement, a copy of the information is contained in Exhibit A, County's Request for Bid, and is a part this Agreement.) 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. 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 and Attachment A, General Conditions of the Contract, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this /.. day of 2018. Page 10 of 15 CONTRACTOR: Energes Services. LLC By: Date Name: 59 -yet., Roe. Title: Cni4tonnpejt ./ 1:414C; , 114Cts+:er- ?ItfactIV WELD COU ATTEST: Weld C BY: y Clerk to the Board Deputy CI BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair AUG 13 2018 Page 11 of 15 Bond No. CA2570273 PERFORMANCE BOND (PAGE 1 OF 2) PROJECT: POUDRE TRAIL IMPROVEMENTS PROJECT KNOW ALL MEN BY THE PRESENTS; that Energes Services, LLC (Name of Contractor) 1328 East 18th Street, Greeley, CO 80631 (Address of Contractor) Limited Liability Corporation , hereinafter called Contractor, and a (Corporation, Partnership, or Individual) Great American Insurance Company (Name of Surety) 301 E Fourth Street, Cincinnati, OH 45202 (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld Ca inty, Colorado (Name of Owner) P.O, Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Three Hundred Forty -Seven Thousand and Seventy -Two Dollars and Twenty Cents, ($347,072.20), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of , 2018, a copy of which is hereto attached and made a part hereof for the construction of: PROJECT: POUDRE TRAIL IMPROVEMENTS PROJECT described in the Invitation for Bids, Bid No. 81800111. NOW THEREFORE, if the Contractor shall well, truly and faithfully perform its duties, all of the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed there under of the Specifications accompanying the same shall in any way affect its obligation on this Bond, PERFORMANCE BOND (PAGE 2 OF 2) PROJECT: POUDRE TRAIL IMPROVEMENTS PROJECT and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in two (2) counterparts, each one of which shall be deemed an original, this 1st day of August , 2018. Enemies Services, LLC (Contractor) Secretary (SEAL) (Witness as to Contractor) (Address) ATTEST: (SEAL) (Address) (Surety) Secrets Witness By NI 9 1328 East 18th Street ractor _rs i Greeley, CO 80631 (Address) Great American Insurance Company By t' Susan D. Martin, Attorney -in -Fact 301 E. Fourth Street, Cincinnati, OH 45202 (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. Pagel of (5 Bond No. CA2570273 LABOR & MATERIALS PAYMENT BOND (PAGE 1 OF 2) PROJECT: POUDRE TRAIL IMPROVEMENTS PROJECT KNOVV ALL MEN BY THE PRESENTS; that Energes Services, LLC (Name of Contractor) 1328 East 18th Street, Greeley, CO 80631 Limited Liability Corporation (Address of Contractor) Contractor, and a (Corporation, Partnership, or Individual) Great American Insurance Company (Name of Surety) 301 E Fourth Street, Cincinnati, OH 45202 , hereinafter called (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Three Hundred Forty -Seven Thousand and Seventy -Two Dollars and Twenty Cents, ($347,072.20), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of , 2018, a copy of which is hereto attached and made a part hereof for the construction of: PROJECT: POUDRE TRAIL IMPROVEMENTS PROJECT described in the Invitation for Bids, Bid No. B1800111. NOW, THEREFORE, if the Contractor shall promptly make payment to all persons, firms, Subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by Subcontractor or otherwise, then this obligation shall be void,; otherwise to remain in full force and effect. LABOR & MATERIALS PAYMENT BOND (PAGE 2 OF 2) PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change. extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF. this instrument is executed in two (2) counterparts, each one of which shall be deemed an original, this 1st day of August , 2018. Energes Set vices, LLC Con'ifector (Contractor) Secretary (Witness as to Contractor) (Address) ATTEST: (SEAL) Surety) Secret Witness afi to Suret By v\ 1328 East 18th Street (Address) Greeley, CO 80631 Great American Insurance Company By IkAa.&- Susan D. Martin, Attorney -in -Fact P.O. Box 90756, Albuquerque. NM 87199 301 E. Fourth Street, Cincinnati, OH 45202 (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT. Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. Page I.ir1't Assistant Secretary GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than SIX No.0 14737 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. THOMAS M. PADILLA SHIRLEY A. TALLEY DAVID C. MITCHIE Name SUSAN D. MARTIN RANDI L. MORGAN MICHAEL T. BYRD Address ALL OF ALBUQUERQUE, NEW MEXICO Limit of Power ALL $100,000,000.00 This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 8TH day of JANUARY 2018 Attest GREAT AMERICAN INSURANCE COMPANY ,te Divisional Senior Vice President STATE OF OHIO, COUNTY OF HAMILTON - ss DAVID C. KITCHIN (en -3n-2405) On this 8TH day of JANUARY , 2018 before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal, that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. Susan A. accnorst ..r..y PIIbdc, $Yli ddib�,�,�,,, M1yCai bnEp u$11 O20 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents. or any one of them, be and hereby is authorized. from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority: and to revoke any such appointment at any time. RESOLVED FURTHER That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bondundertaking, contract of suretyship, or other written obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to he valid and binding upon the Company with the sane force and effect as though manually affixed CERTIFICATION I, STF.PIIEN C BFRAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this day of Z0\ Ass,stary Secrefa. e 3' ;29N.F ;05i,51 MEMORANDUM Date: July 26, 2018 To: Rob Turf, Purchasing Manager From: Devin Traff, P.E., Staff Engineer RE: Bid Request No. B1800111 BOCC Approval Date July 30, 2018 Bids were received and opened on June 9, 2018 for the Poudre River Trail Improvements Project. Nine (9) bids were received ranging from $347,072.20 to $877,172.38 with the lowest bid submitted by Energes Services, LLC from Greeley, Colorado. The Engineer's Estimate for this project was $447,890.00. The project will be funded through an Intergovernmental Agreement (IGA) with CDOT in which Weld County will receive federal funds in the amount of $358,312.00, and the remaining funding of $89,578.00 will be shared three ways between the City of Greeley ($24,000), the Town of Windsor ($24,000), and Weld County ($41,578). The award of this construction contract will result in being $100,817.80 under the budget. The submitted bids have been reviewed for errors and completeness, and none were apparent. The bid tabulation has previously been submitted for your information. It is my recommendation to award the construction contract to Energes Services, LLC for a total amount of $347,072.20. This Company has not performed work for Weld County. However, this Company claims of a diverse range of experience in civil construction, stream restoration, and land reclamation. CDOT has reviewed the bid documents submitted by the contractor and given us their concurrence to award. If this bid is approved by the BOCC on July 30th, construction will commence in early September 2018 and is planned to be completed by mid - November 2018. /30 ap tS a4,21,4� 651707S COLORADO Department of Transportation Division of Project Support Engineering Contracts 2829 W Howard Place, Suite 329 Denver, CO 80204 July 25, 2018 Attn Devin Traff Weld County PO Box 758 Greeley, CO 80632 Dear Mr Traff TAP C030-071 Pouder River Trail Improvements Project Code 21887 The County's award of project TAP C030-071 (21887) to Energes Services LLC is approved based on my review of the request for concurrence dated July 13, 2018, and supported by the associated financial statement along with the receipt of the following documents -CDOT Form 605, Contractors Performance Capability Statement -CDOT Form 606, Anti -Collusion Affidavit -CDOT Form 621, Assignment of Anti -Trust Claims and -Documentation of conformance with CDOT DBE Contract Goal Policy The reimbursement of Federal funds for this project is subject to the requirements of the Inter - Governmental Agreement (IGA) between Weld County and the Colorado Department of Transportation Any funding that may be required to complete the project beyond the funds approved under the IGA will be the responsibility of Weld County Please be sure to include a copy of FHWA Form 1273 as part of your entity's contract with the above selected contractor Your cooperation in this matter is appreciated Sincerely, .R5 -,144----1 RB Simmons CDOT Award Officer PH 303-757-9416 cc Jake Schuch, R-4 Region EEO Officer, R-4 Gray, Engineering Contracts Yehdego/Ngo, HQ -Accounting Civil Rights Central Files BID TABULATION 7/10/2018 POUDRE TRAIL IMPROVEMENT PROJECT (CO30-071) ENERGES SERVICES. LLC DURAN EXCAVATING INC RMC CONSULTANTS INC TLM CONSTRUCTORS INC COLT S STEEL L4 CONSTRUCTION LLC MOUNTAIN CONSTRUCTORS INC SITE WORK SOLUTIONS IRON WOMAN CONSTRUCTION 11:.'.. Ain, -.1! I'RI.'I• Farm's .. .. F.o81Ye 11 NII I'ltll"It 1'11.\ .I I'kb ,.'I.\1. '_II I'kll'I• ,. 261 L. ... SL I Vll l .. duII a: a 2111 UU SI "VI )I 1'1111 n, SI(41.1114, I III 2'1 IV 141•41 n1 K. II.I.Ie I,al : a,1 liI, Si4!1111 - ' 3-.3X1, j-'i-k III �. SI 9,h iu -: 'ti 1M, Si 'VIII(' '(x •I4it%!It. .I. ll1• ...hi" ..I It.t 16.\ut'Iu.t ):A 7) '1.,,,1,21 1.43-• ) .(111 1. rlN • S!• • , ... UM11114?1113.d1,111nh •..upl.I. 11 11:. 13` I\ li• 1's r ) I.1-6 •It• .. l'- iau l" •.. .., 1. 41 1: ,,,J., I . .. ,L,., lllllll.t,... ._. `.I.I.. ..I.Ic 111{'I,,u, - I'. _• .. .. SI' 11.7'1, SY 3114 .. •311 U' '104 '•' 1y 311r Ili I..Zwil ,I; Si • I• i1 • 1_`10'.1 SI . '.Ij'y7 Ill' S_(1 4141: SI: - 1 ill 1SiII. '•"1 Ill .I XI 1'X - ail lIit 1n ce441161 II< )I -' a4llt:. . ilk 3111, !it' )!.11(1111%I SillOtliI, %II LII ,',111 'i 1I,. 31) S)031 I. .1,t 1:., ,, ., I.t' I I.: /t.Is, � LI• I . I •:;l .. i'I ,. ,I.,. :hi 1: up,1u j.,I,. jr. ,!:- s, l., P. 'HID . 1... •,. ,1 .1.;1,.,11 '111114.6•♦ 11.••• .. 1 . ,. . . I .. ) I ' - • 1:, . ..... .•u11..1 \t.awrcluetl ) ,_ !. 1-1 .11111 VU III Ie. HID: .`,::, )1,111 to )! 11 I" ,1(111 , it. .)).;•1 1 • _2 11X,. )t/ ) Mt •lJ ,Ill I'clac'ltcull/ 1I , a, 1,14 .. ,I ,-atrl, 1111 _ ,1! i1 • S1.!'u I . ,'It.. i •\,J.. ,! I t ). R{_ U. ) • !.1, k.+♦111.11♦. 12 'lit ,, ) Ilk uti Si Iut'uu .1UI I1, x Si51.N__N•. 2, ti X__8.1 Siit _U+I. al.U'In S2.UUIr,.u, i1,. !'.,.iota tip. SI s!!lilt U„ 1 .iii UU 1I: 'ta„Il ! S1X W11. 1c ,t%111111 Ill: '•.i$! - 1 r.. )., IS_ )_`1•!111 rat -3.:3 'kW n, i1:I•V1x.,lU :r.,.Ilk i ,. , it (\)i%111101UITl 1 _ .. IXI, 51.1.X14 •'. : I lip ,b11 , , .,t.. . - I, 3. • Il%,I ..1114'iNall•♦ ` I,r )•1'. L,.. •'.t. I,1 II It I,., 1.,, 1-Ia•)u. S_ i.UUI. •1 ,n n• '11',. „all.. )i NUUca, ii'lu(Ai .. teu, j iIS.A LIN 13 u1 • \iul. ha ,N.e,1-I In' S11,IN • M :Rh )11'11) l a 111x. ou ,�' ..aW 11 .I A: L.I i• a 1111 i1. u'IUUL ! 1+, :3 it S i'. ,vaU1,: . . SI uLU UU • ill i4t.Si Ih. SXX' I'1 . 1 A ttut4.lt',itttt S4alc• 11\Tilt( • 1'II SS .. SIR.IIU SI I.Ulx1 Si 1 ''I. - I Ct" a•I /,11111 11 4 h •' )'itni'I (Ai •., II St 1I I 'so; 11 II,1i ph - all 1/9111I `'. tn, III • Slit( kel[Iawn 111•210.0 1', .. :S ! .•l4. r !3 ., V.11 - 1"•.b l> ab51'ill • ). I toss tin "till `%111161. j•3•• `i ,3 11 • . :):lardlt i'.a, '..Ill .. (i'14s! i)1 3 14, 1- .I'qD, I. S2 S-0. 111, .. A`I-I, ,J.*II -. .. uls a 1D N. ), s._ . D , , a , 1. )II iD y; .,,Xii111' S II) Iii l., 1 ,' .. II •31 it 1,tll' S7Uk•I. hin. .. 1114 3', II It, S41' 1M •J I Sr S.:4.1 X41 UU S414 . v W UU 711.1 lb ` ill 5tp.> Ik, 1.13 IVU III 'Nt. (4 ' .11,121 •111 SIN iM sit :U'/ trii . .. ... 1:.\1'11 1110 u, S I S ' ail lAx ui' $3.3t& ul. 44300011 S9 Sou I., Si JUUuu S1,4 bull uu SIU 'S(•4.: Sir.•IVU(AU Sib oillU to S UWIV11 i.3 Vutt,l j .I -t :. )'.01, 1` '- ntl•ul tekttiti I• \I.'1: - i_ t i) I I 1.: I i , • .' :1411. •,,, 1111,')1, i t ,11!.',11 'Si•III'1' j' ,I I 1 - . ))1- . .. "{`1; S lull In. )FI, \ - •l .. P. .4.UWlawt)u1E ,1. nII. III .,. .,. , .. .., „ !' ,n lI .: Y II •,, .P - :O, -, ..1+1 ).., - ', (. ,. 1l: ,),. 5'• •.I u, 1 • • y _ _ DILL . .,.n NIuttll._tti.'u 1 „' I'14I t'U 11414... ' Ut$) (III 14•• UW In 4'•. ).• Ulx UU it. . 51,+,11111. OI: ; VIN, ILL )•; :.1, ,_ 'trUU' • 1?_LH,u u' '122,11114' "111.,. 1111.11 1., - • + .H'1•It6,1.11n1, ti.Uh,. Sltlttl'.tnel Sid... I4 ) ito !. S91.0 • ,Ilx Ili! i18` Vu '3,s,L1 Liu SI ill 00 it iUuut/ Sit Mit.0 •, Ile, 31.1 ) 41.1.11"11t, . „ VIA 5SlA•Ut' 531n6 . 4,•ke - '. u, %.iu u.)l1♦ I 1 i y/. 4 M.Is11 ilal, ... I I•/ : tie 1,1 lira UV Si ulx l%, 11X1 V1' 3 `u till . I ,U tit SIX, UU SI !06' 32.11 41 S -1St' S_• 11.111 LA ) I UNV I. SI l4lu (+, $' (111 I ! ) I '2u 2X F \ Muhl t'.,tol a,i kNulul, 11' VUI.'It' 14 '_1111' 1: - - Sl2.ixn!,. + 5J�UU11A' ,i'.nn tit )i''Uln id. si^Ina. VI' i"'lLI,'.. ¢i'VUU LrU '•• •,,. _ .. I„1„1. - tip, 1/1 , "VU," ji')MK, ,III •s',!Ct hh 1'. •Inlq., .. . it LS" I, I., .I. , � ,U I! _.. •!lNl lI..,HIII U• 111 .1')('111• TOTAL $447,890.00 IOIAL $347,072.20 IOTAL $380,848.25 1O1AL $427,680.40 TOTAL 5449,591.00 TOTAL $476,713.36 TOTAL $484,749.00 TOTAL 5509.784.00 TOTAL -I $651,342.25 TOTAL $877 172.38 Enos us Dit.s.tepaisciet. I- tnufb ur dibl,tepdnkiIeb NrA 528,000..0 SL .16 SO. DO 449.x91 -co SU.uu $333.860.711 S142,852.6u S484 149.110 5509.784.00 SU.UU $651 342.25 Sow() Sb/9 69b 14 Public Works Department 1111 H Street Greeley, CO 80632 Phone: (970) 400-3773 Fax: (970) 304-6497 July 16, 2018 Weld County Board of Commissioners 1150 O Street Greeley, CO 80631 Re: Consider Extension Request - Poudre Trail Improvements Project, Bid #B1800111 Weld County opened bids for this project on July 9, 2018 and sent bid submittals to CDOT for their concurrence in award on July 13, 2018. To accommodate CDOT's schedule in reviewing the bid submittals, Public Works respectfully requests an extension of the board's review and approval to Monday, July 30, 2018. Sincerely, De in Traff Staff Engineer Cc: Rob Turf, Purchasing ao 18-0414 C -Cs oohs WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: rturf©weldgov.com E-mail: reverett[a�weldgov.com E-mail: cmpeters@weldgov.com Phone: (970) 400-4216.4222 or 4223 Fax: (970) 304-6434 DATE OF BID July 9th, 2018 REQUEST FOR: POUDRE TRAIL IMPROVEMENT PROJECT DEPARTMENT: PUBLIC WORKS BID NO: #B1800111 PRESENT DATE• JULY 11.2018 APPROVAL DATE: JULY 25, 2018 (JULY 30, 2018) VENDOR ENERGES SERVICES 1328 E. 18th Street Greeley CO 80631 COLT & STEEL CORPORATION 2150 W. 6th Avenue, Unit G Broomfield CO 80020 DURAN EXCAVATING INC 14332 CR 64 GREELEY CO 80631 RMC CONSULTANTS INC 12295 W. 48th Avenue Wheat Ridge CO 80033 TLM CONSTRUCTORS INC 3000 W. F Street Greeley CO 80631 L4 CONSTRUCTION LLC DBA: L4 ENVIRONMENTAL 304 Main St, Unit C Lyons CO 80540 MOUNTAIN CONSTRUCTORS PO BOX 405 Platteville CO 80651 SITE WORK SOLUTIONS 3931 Holly St, Unit B Denver CO 80207 IRON WOMAN CONSTRUCTION & ENVIRONMENTAL SERVICES 12503 E. Euclid Avenue Centennial CO 80111 TOTAL COST $319,072.20 $333,860.76 $380,848.25 $427,590.40 $449,591.00 $484,749.00 $509,784.00 $651,342.25 $878,698.14 dol, c O2144 t30075 THE DEPT OF PUBLIC WORKS WILL REVIEW THE BIDS.
Hello