Loading...
HomeMy WebLinkAbout20173093.tiffWELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & MOUNTAIN CONSTRUCTORS, INC. 2017 CONCRETE REHABILITATIONS THIS AGREEMENT is made and entered into this 27 day of Septembert , 2017, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 11r1 "fl" Rtrnat ,rppipv Colorado 80631 hereinafter referred to as "County," and Mountain Constructors, Inc. [a limited liability partnership] [a limited liability company] [a corporation], who whose address is 622 Main Street, Platteville. Co 80651 , hereinafter referred to as "Contractor". WHEREAS, 2017 CONCRETE REHABILITATIONS are in need of repair as a result of Aging, (hereinafter referred to as the "Project"), and WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake the maintenance of these CONCRETE, and WHEREAS, County requires an independent contract construction professional to perform the construction services required by County and set forth in Exhibits 'A' and 'B': 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 'A': 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 as set forth in "Bid Package No. B1700125". The Request for Bid 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 m terials, e ipment and/or p4,2t -/& e-oesio-0A-1 oto/7- 3093 EGab71-/- products necessary for the Project and agrees to diligently provide ail 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 "Manage�"), to perform the services described on attached Exhibits 'A' and `B'. Contractor shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors perForming 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 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. 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. 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 Cont�act. 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 materiafs which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3)the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT-INCOMPLETE." Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. 6. CompensationlContract Amount. Upan Contractor's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greafer than $ 111,567, 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. Notwithstanding anything to the contrary contained in thrs 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, A�ticle 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 pertorm 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 fo 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. 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 exrst on the part of Contractor, and County's action ar 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 coverrng 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 shafl contain a valid provision or endorsement stating"Should any of the above- described policies by canceled or should any coverage be reduced before the expiration date thereof,the issuing company shall send written notice to the Weld County Controller/Purchasing Director, by certified mail, return receipt requested. Such written notice shall be sent thirty(30)days prior to such cancellation or reduction unless due to non-payment of premiums forwhich 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. ContractoNContract 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 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 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. Indemnitv: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contractor in its 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 toss 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 Liabifity 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) Statutory Coverage B (Employers Liability) $ 500,000 $ 500,000 $ 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 liabitity assumed under an insured contract. The pol'tcy 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 shail 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; 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 forproperty 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. 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. Adclitional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, ContractorlContract Professional's insurer sha�l name County as an additional insured. Waiver of Subroqation: For all coverages, ContractorlContract 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 shail procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall inciude all such subconiractors, 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 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 Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days followrng 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: Mountain Constructors, Inc. Attn.: President, Joe Kuntz Address: 622 Main Street(PO Box 405) Address: Platteville, Co. 80651 E-mail: arnber a mtncor�structors.corT�� Facsimile: 970—785 -2515 With copy to: Name: Position: Address: Address: E-mail: Facsimile: Countv: Name: Richard White Position: Project Manager Address: 1111 H Street Address: Greeley Co. 80632 E-mail: rdwhite c�weldqov.com Facsim ile: 970-304-6497 18. Compliance with Law. Contractor shall strictly comply with atl 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 InterestlConflict of Interest—C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interFere with the performance of Contractor's services and Coniractor shall not employ any person having such known interests. During the term of this Agreement, Contractor shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the . full performance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 23. Severability. If any term or condition of this Agreement shall be he�d 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, protectians 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 �f 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 esfablished pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal atien 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 shal) not use E-Verify Program or State of Colorado program procedures to undertake pre-employment screening orjob 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 knowing�y 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 Em{�loyment. 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 shalt 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. 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 pertormed 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 withho�ding by County of some or all of the Contract Amount. 30. Compliance with Davis-Bacon Wage Rates. Not Required for this Contract. 31. Attorney's FeeslLegal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible f�r the payment of attorney fees and/or legal costs incurred by or on its own behalf. 32. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 33. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits 'A' and B' is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN TNESS WHEREOF, the parties hereto have signed this Agreement this day of • , 2017. CONTRACTOR: /Vlourn4o.i,rt �'san5 -Uc r4�rrc. By: Nam e'..7c) e. K(Af 4 z Title: -p{ e 5'Lri e r -E - Date q(ta1ao1r7 a71 WELD COI�� Y�� •k. ATTES Weld o Clerk to the B BY: BOARD OF COUNTY COMMISSIONERS WE !! COUNTY, COLORADO Deputy Cl; k t• the Bo- /��' 1 Q, �� ulie ozad, Ch El' 272017 o2O/ 7- Jo 93 EXHIBIT `A' BID REQUEST NO. B1700125 WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR 2017 CONCRETE REHABiLITATIONS , � ; --- --- ��� �$ � :�, � . ��� � �_� � �� ���..1 AUGUST, 2017 Weld County Public Works Division of Engineering P.O. 8ox 758 1111 H Street Greeley, Colorado 80632 970-304-6496 TABLE OF CONTENTS The following checked forms and provisions take precedence over plan drawings and supplement the 2011 edition of the Colorado Department of Transportation "Standard Specificatrons for Road and CONCRETE Construction"(Standard Specifications)which is to be used to administer the construction of this project. BIDDING REQUIREMENTS: *All Bidders must submit these forms with their Bid. Invitationto Bid.................................................................................................................................3--4 Instructionsto Bidders ....................................................................................................................4-16 BidProposal................................................................................................................................. .17-18 *Bid Schedule and Signature Page.............................................................................................. .19-20 *Receipt of Addenda and signature page...........................................................................................21 "Bid Bond...................................................................................................................................... 22-23 *I RS Form W-9 ...................................................................................................................................24 "`Statement of Qualifications and Subcontractors........................................ ................................ 25-28 WELD COUNTY CONTRACT FORMS: *Low Bidder must submit these forms prior to Contract Award. *Notice of Award................................................................................................................................29 *Contract Agreement..................................... ............................................................................. 30-40 `Performance Bond.....................................................................................................................41-42 *Labor and Materials Payment Bond...........................................................................................43-44 Noticeto Proceed..............................................................................................................................45 ChangeOrder....................................................................................................................................46 Certificate of Substantial Completion................................................................................................47 LienWaiver.......................................................................................................................................48 Noticeof Acceptance........................................................................................................................49 WELD COUNTY PROJECT SPECIAL PROVISIONS: Special Provisions Index.................................................................. ............................................SP-1 Project Special Provisions ................................................................................................ SP-2-SP-44 APPENDIX: AppendixIndex......................................... ...... ...... ........ . .. ............................................................. 2017 CONCRETE Rehabslitations Plans Typical One-Lane Closure and Signing Page 2 REQUEST FOR BID �� .,��_�f��rt�� WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 � ��.�,.��_ _ ��_,J� � DATE: August 10, 2017 BID NUMBER: 61700125 DESCRIPTION: 2017 CONCRETE REHABILITATIONS MANDATORY PRE-BID CONFERENCE DATE: August 22, 2017 BID OPENING DATE: August 31, 20�7 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: "2017 CONCRETE REHABILITATIONS" The project in general consists of Concrete Repairs at the intersections of 34th Street/34th Avenue and 34th Street/34th Avenue Court, �trn the Carriage Estates Subdivision, in G�eeley, Colorado as follows: This improvement project will include the construction of concrete handicap ramps and walks and cross pans at the intersections at the specified intersection to improve drainage and install ramps and walks per ADA requirements. This project is not subject to Federal or State contract requirements. A mandatory pre-bid conference will be held at 10:00 a.m., on Tuesdav, Auqust 22 at 2:00 PM, at the Weld County Public Works Building. The Public Works Building is located at 1111 H Street in Greeley. Bidders must participate and record their presence at the pre-bid conference to be allowed to submit bids. Bids for the above stated wak will be received at the Office of the Weld County Purchasing Department in the Weld Counry Administration building, 1150 O Street Room#107 Greeley CO 80631 until:_Thursday. Aus�ust 31, 2017, 10:00 AM (Weld Countv Purchasinp Time Clock). PAGES 3-23 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR BID REQUEST NUMBER B1700125. NOT ALL OF THE INFORMATION CONTAINED IN PAGES�23 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 23. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above-listed merchandise, equipment, and/or services. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. Merchandise and/or equipment shall be 81D NO # 81700125 �-- ��4V����______ ---- _—_ -_-- ---_Page 3 delivered to the iocation(s) specified herein. You can find bid information on the Weld County Purchasing website at http:/Iwww.co.weld.co.us/Departments/Purchasinqfindex.html located under Current Request for Bids. Weld County Government is a member of the Rocky Mountain E-Purchasing System. The Rocky Mountain E-Purchasing System (BidNet�) is an on-line notification system that is being utilized by multiple governmental entities.Participating entities post their bids,quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld Countv- 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: b i d s@ w e I d g o v . c o m . Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested,you must submit/mail hard copies of the bid proposal. 2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile: "I hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 3. Mail or Hand Deliverv. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room#107 Greeley, CO 80631. Please call Purchasing at 970-336-7225 if you have 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 rncorporation 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 the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. 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. Bids may be withdrawn upon written request to and approval of the Weld County Director of Controller/Purchasing; 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. 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 Depa�tment 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 {n a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director,for the BID NO # 61700125 � Page 4 premature opening of a bid not properly addressed and identified. 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. 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. Terms Defined: Terms used in these instructions to Bidders and elsewhere throughout the Contract Documents are defined in the General Provisions,CDOT,Standard Specification for Road and Bridge Construction, Section 101. Qualification of Bidders: Qualification statements, attached with this document, are required to be completed by Bidders. If requested by Weld Counry, a Statement of Qualifications will be completed for the Subcontractors listed by the Contractor within 72 hours of the request. Failure to submit qualifications may be cause for rejection of Bids. The Owner shall consider the following criteria in evaluating the Bidder's qualifications following the opening of Bids: Experience and performance records on similar work. Ability to complete the Work within the Contract Time. Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work,the site where the Work is to be performed,local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and othervvise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidderthat he has complied with every requirement of this paragraph. Interqretation of Contract Documents to Prosoective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the weld County Controller/Purchasing Director, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. Preparation of the Bid: 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. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign)and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the mannerthat a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modtfication should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming ....�...��...�.....s,�...�..�.���....�...� BID NO # B1700125 Page 5 the electronic modification shall be submitted within three days after Bids are opened. The Controller/Purchasing Director,may, at his sole drscretion, release any Bid at any time. 4. AWARD AND EXECUTION OF CONTRACT Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded,will be to the lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids. We I d C o u nty intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid. The experience statement with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perform work on the project. The use of Subcontractors listed by the Bidder and accepted by Cour�iy prior to the Notice of Award will be required in the performance of the Work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within five (5) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld County as additional insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Awa�d and, in the event of such annulment, the Award may then be made to another 8idder,or the Courrty may reject all Bids or call for other Bids. The Cour�ty,within five(5)days of receipt of acceptable Performance Bid, Labor&Materials Payment Bond,and signed Contract from the successful Bidder will issuethe Notice to Proceed. 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, product specifications and scope of services), the successful bidder's response, 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. PERFORMANCE,LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there-under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees The cost of all construction licenses, building and other permits, and governmenta �nspections required by public authorities for performing the Work,which are applicable at the time Bids are opened and which are not specified to be obtained by the County, shall be included in the Bid prrce. Rovalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be incfuded in the Bid price. BID NO # B1700125 � ��� Page 6 Utilities: Unless otherwise specified,the Bidder shall include in his Bid the cost of all electrical,water, sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Bidder shall include in his Bid such sums as he desms proper for overhead costs an pro its on account of cash allowances named in the Bid Documents. 7. SITE CONDITIONS Familiarization with the Site: The prospective Bidder shall cba careful examination to, satisfy himself of the following: Nature and location of the site where the Work is to be performed. Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered. Character of construction equipment and facilities needed for performance of the Work. � General local conditions. Availability of lands as set forth in the General Conditions. Access to the Site: The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed. The Bidder shall make all arrangements,as deemed necessary,for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL BIDDER HIRING PRACTICES-ILLEGAL ALIENS Successfu! bidder ce�tifies, warrants, and agrees that it does not knowrngly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E-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 iliegal 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 Depa�tment 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, a�rm that Successful bidder has examined the legal work status of BID NO # B1700125 -.�___ _.___._.�___._.�. ---- � Page 7 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. 9. GENERA� PROVISIONS A. Fund Availability: Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial 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-�2-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. 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 Immuniry 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 successfui 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 successfu! 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. �.���,—�... BID NO # B1700125 Page S 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 Be�eficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and ail 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 faithfully perform the work in accordance wrth 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. 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 shal! continue through and until successful bidder's compietion 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. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work pertormed 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, BID NO # B1700125 Page 9 whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, the successful bidder's rights with respect to such additronal services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. 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_ 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. 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. 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. Q. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest—C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the — - �_______ _�______ __� _�_ ��.------ -- -- ------ ------__- BID NO # B1700125 Page 10 subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect,that would in any manner or degree interfere with the perFormance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appea�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. Compliance with Davis-Bacon Wage Rates. (NA) 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. W. Compensation Amount Upon the successful bidder'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 the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the 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. County will not withhold any taxes from monies paid to the successful bidder hereunde�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 10. INSURANCE REQUIREMENTS General Requirements: Successful bidders/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.Successful bidders/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"VIlI or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above-described policies by canceled or should any coverage be reduced before the expiration date thereof,the issuing company shall send written notice to the Weld County Controller/Purchasing Director, by certified mail, return receipt requested. Such written notice shall be sent thirty(30)days prior to such cancellation or reduction unless due to non-payment of 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/Contract Professional. Successful bidder/Contract Professional shall be responsible for the payment of any deductible or self-insured retention. County reserves the right to require Successful bidder/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. BID NO # 61700125 � W � Page 11 The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder/Contract Professional. 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/Contract Professional 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 construction services provided, the timely delivery of said services, and the coordination of all services rendered by the successfui bidder and shall, without additional compensation, promptly remedy and correct any errors, omissivns, 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 o� 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 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 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. Tvpes of Insurance: The successful bidder/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 successful bidder'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 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 500,000 BID NO # B1700125 � ��� �� � Page 12 $ 500,000 $ 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and compieted operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured—owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured—owners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, 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 Successful bidder, including completed operations" and the minimum limits must be as follows: $1,000,000 each occurrence; $2,400,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury $50,000 any one fire; and $5,000 Medical payments one person Automobile Liability: Successful bidder/Contract Professional sha(I 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. Successful brdders/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 successful bidder/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 liabilrty, liquor liability, and inland marine, Successful bidder/Contract Professional's insurer shall name County as an additional insured. BID NO # 61700125 � � � Page 13 Waiver of Subroctation: For all coverages, Successful bidder/Contract Professiona!'s insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub-vendors, suppliers or other e�tities 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 Successful bidder/Contract Professional. Successful bidder/Contract Professional shall include all such subcontractors, independent contractors, sub-vendors suppliers or other entitres as insureds under its policies or shall ensure that all subcontractors maintain the required coverages.Successful bidderlContract Professional agrees to provide proof of insurance for a(I such subcontractors, independent contractors, sub-vendors suppliers or other entities upon request by the County. Contractors Pollution Liability Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions (including asbestos)that may arise from the operations of the Contractor described in the Contractor's scope of services. Policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims-made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. The policy shall be endorsed to include the following as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and voiunteers 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 $1,000,000 Aggregate $1,000,000 Builders' Risk Insurance or Installation Floater—Completed Value Basis 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 mate�ial supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. 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. BID NO # 61700125 m�� Page 14 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 tater. 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 shali include a Beneficial Occupancy Clause. The policy shal( 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 �estrictions 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 B�eakdown Coverage (a.k.a. Boiler 8 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 Iosses that involve all Acts of God such as flood,earthquake,windstorm,tsunami, volcano, etc. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID NO # B1700125 T ^ � �tT��M4�µ�� v page 15 SCOPE OF WORK: This work consists of Concrete Repairs at 34th Street/34th Avenue and 34th Street/34th Avenue Cou�t, Wtin the Carriage Estates Subdivision, as follows: This improvement project will include the construction of concrete hand+cap ramps and walks and cross pans at the intersections of 34th Street/34th Avenue and 34'h Street/34�h Avenue Court in Greeley, Colorado. Please see the attached Special Provisions for specific work to be accomplished. BID SUBMITTAL REQUIREMENTS: Please ensure your proposal includes each of the following items: 1. A statement of qualifications relevant to this project. 2. Bid proposal (pages 17 and 18). 3. Bid schedule (pages 19 and 20). 4. Receipt of Addenda and signature page (page 21). 5. Bid bond (page 22 and 23). BID NO # 61700125 -- --- ���m�._�..___..._.__..___ -- Page 16 BID PROPOSAL To: Weld County Purchasing Department P.O. Box 758, 1150 "O" Street Greeley, Colorado 80632 Attention: Barb Conley, Controller/Purchasing Director. Bid Proposal for: 2017 CONCRETE REHABILITATIONS PROPOSAL Pursuant to and in full compliance with all Contract Documents the undersigned Bidder hereby proposes to furnish all labor and materials and to perform all Work required for the complete and prompt execution of everything described or shown in or reasonably implied from the Bidding Documents, including the Drawings and Specifications,for the Work above indicated for the monies indicated below which includes all State, County and local taxes normally payable with respect to such Work. The amounts stated include all allowances for profit and overhead,taxes,fees and permits,transportation, services,tools and equipment, labor and materials and other incidental costs. The Bidder and all Sub-Bidders shall include in their bid all Sales and Use Tax if applicable. State of Colorado and Weld County tax shall not be included. Upon application, the State of Colorado Department of Revenue shall issue to a Bidder or Sub-Bidder a Certificate or Certificates of Exemption indicating that the purchase of construction or building materials is for a purpose stated in Section 39-26- 114, CRS, and is free from Colorado State Sales Tax. EXAMINATION OF DOCUMENTS AND SITE The Bidder has carefully examined the Bidding Documents, including the Drawings and Specifications, and has examined the site of the Work, so as to fully appraise himself of the conditions at the site and to gain a clear understanding of the Work to be executed and is thoroughly familiar with all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. PROPOSALGUARANTEE This Bid Proposal is accompanied by the required Bid Bond of five percent (5%) based upon the Total Cost of all items required to be Bid. Weld County, Colorado is authorized to hold said Bid Bond for a period of not more than sixty (60) days after the opening of the Bids for the Work indicated, unless the undersigned Bidder is awarded the Contract within said period, in which event the Owner may retain said Bid Bond until the undersigned Bidder has executed the required Agreement and furnished the required Performance Bond, Labor& Materials Payment Bond, and Certificates of Insurance. TIME OF COMPLETION The Bidder agrees to make his best effort to complete the entire Project as soon as possible and within the time specified in the Project Special Conditions after the issuance of the Notice to Proceed subject to the CDOT Standard Specifications for Road and Bridge Construction, Section 108. EXECUTION OF DOCUMENTS The Bidder understands that if this Bid Proposal is accepted, he must execute the required Agreement and furnish the required Performance Bond, Labor&Materials Payment Bond and Insurance Certificates within five (5) days from the date of Notice of Award. BID NO B1700125 Page 17 METHOD OF AWARD The Owner reserves the right to reject any Bid from any Bidder whom the Owner deems is unfit or unqualified to complete the Work as specified regardless of the amount of the Bid. It ss understood by the Bidder how Bids shall be awarded and that should the cost of the Bid exceed budgeted funds, the Owner reserves the right to reject any or all Bids or portions of Work Bid or the use of any of the methods stated in the Instructions to Bidders to obtain the most advantageous Bid price. All bids will be reviewed by the Owner and Engineer. All mathematics will be checked and the correct total used for determining the low bidder. " The successful vendor is required to sign a separate contract (a sample contract is included.) BID NO B 1700125 --`— � - `-i—�--��a'^� �._ Page 18 2017 CONCRETE REHABILITAIONS BID SCHEDULE ltem No. Description Quanti Unit Unit Cost Total Cost Demolition Items 202 Remove Curb &Gutter � 240 LF $ $ 202 Remove Sidewalk 95 SY $ $ 202 Remove Concrete Pan , 55 SY $ $ 202 Remove As halt _ 465 SY $ $ 202 Remove Rock Wall 85 LF $ $ 202 Remove existina Vines and Plants 26 LF $ $ 202 Remove Fence(contin enc ) 25 LF $ $ 202 Remove Stop/Street Siqn &Post 3 EA $ $ Construction Items 201 Clearin &Grubbin 1 LS $ $ 203 Proof Rollin _�__�_10 HR $ $ 207 To�soil i 1 LS $ $ 208 Concrete Washout 1 LS $ $ Seeding, Fertilizer, Soil, Conditioner � 212 and Sodding 60 SY $ $ — -- _ ---____-- - ____-- 213 3"Mulch with Weed Barrier Fabric 40 SY � � 214 Plantinq (Arborist? 10 HRS $ $ 214 Plantinq(continqencv) _ 1 _ LS $ � 6"Aggregate Base Course(class 6) A 304 (continpencv) 160 Tons $ $ _ Asphalt Paving (PG 64-22) (grade S)- 403 3"thick) 83 Tons $ $ Asphalt Paving (PG 64-22) (grade SX) 403 -(2.5"thick) 94 Tons $ $ ----- _ _ _ __. 607 Wood Fence(continqencv) � __25 LF $ $ 608 , Curb/Handicap Ramps � 80 I SY $ $ —___ _---.1______ ! Truncated Domes for Curb Ramps r 608 (materials only} I 40� SF $ $ Drive over Curb, Gutter&Sidewalk- � 608 (90"widthl--- _�---___-�I--_120_ _ SY _ $ $ BID NO B 1700125 � ^ Page 19 609 Curb&Gutter- 30"width 16 LF $ $ 609 8"Thick Concrete Pan-(96"widthl 70 SY $ $ 24 Hour Concrete-(additional cost) 609 contin encv) 270 SY $ $ 625 Constriction Surve in 1 LS $ $ 626 Mobilization 1 LS $ $ 630 Traffic Control inspection DAY 21 $ $ 630 Traffic Control Supervisor DAY 6 $ $ 630 Traffic Control Devices&Setu 1 LS $ $ 630 Flagginq 210 HRS " FA Minor Contract Revisions 1 LS $ 9.500 $ 9,500 •FA Erosion Control 1 LS $ 3.500 $ 3.500 TOTAL BID AMOUNT= *Include all force account(F/A)amounts in your total bid amount. NOTE: The following are items of work to be completed by Weld County: • Project/Contract Management • Construction Inspection BID NO 8170�12$ V Page 20 RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings,Specrfications and other Contract Documents. Addendum No. Date: gy: Addendum No. Date By: 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 Bid Request No. B1700125. 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 Bid contained herein(including, but not limited to, product specifications and scope of services}, and the formal acceptance of the bid by Weld County together constitutes a contract,with the contract date berng 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. FIRM BY (Please print) ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE# FAX E-MAI L TAX I D# SIGNATURE WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS#98-03551-0000. Bld NO B 1700125 Page 21 BID BOND 2017 CONCRETE REHABtLITATIONS KNOW AL�MEN BY THESE PRESENTS, that as Principal, and as Surety, are hereby held and firmly bound un#o Weld County, Colorado (hereinafter called the "Owner") in the penal sum of Dollars ($ ), lawful money of the United States of America,for the payment of which sum weil and truly to be made, we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,frrmly to these presents. THE CONDITION OF THIS OBLIGATIOfV IS SUCH thatwhereas the Principal has submitted the accompanying Bid dated, , 2017,for the 2017 CONCRETE REHABILITATIONS as set out in the accompanying Bid. WHEREAS, the Owner has required as a condition for receiving said Bid that the principal deposit with the Owner either a certified check equivalent to not less than five percent (5%) of the amount of said Bid or in lieu thereof furnish a Bid Bond for said amount conditioned such that in the event of failure to execute the proposed Contract for such construction if the Contract is to be awarded to him, that said sum be paid immediately to the Owner as liquidated damages and not as a penalty for the principal's failure to perform. NOW THEREFORE, if the principal shall, within the period specified therefore: A. On the attached prescribed forms presented to him for signature, enter into a written Contract with the Owner in accordance with his Bid as accepted, and give a Performance Bond with good and sufficient sureties, as may be required upon the forms prescribed by the Owner for the faithful performance and the proper fulfillment of said Contract, or B. Withdraw said Bid within the time specified, or C. Pay to the Owner the sum determined upon herein as liquidated damages, and not as a penalty, then this obligation shall be void and of no effect, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this day of ,2017 the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing board. Principal Address ATTEST: By: By Surety ATTEST: Add ress By _ BID NO B 17��12S �� Page 22 INSTRUCTIONS The full firm name and residence of each individual party to the bond must be inserted in the first paragraph. If the principal is a partnership, the full name of all partners must be inserted in the first paragraph which must recite that they are partners composing the partnership(to be named),and all partners must execute the bond as individuals. The state of incorporation of each corporate party to the bond must be inserted in the first paragraph and the bond must be executed under the corporate seal of said party attested by its secretary or other authorized officer. Power of Attorney must accompany this bond when signed by other than an officer of either the principal or surety. A standard printed bond form may be used in lieu of the foregoing form provided that the securiry stipulations protecting the Owner are not in any way reduced by use of such standard printed bond form. BID NO B 1700125 -� µ ��v.v�v'v.'��---- Page 23 F�,,, w'9 Request for Taxpayer Qive farm to tlx �°� °�°��p°" Identifrcation Number and Certification �4�s�or. Do not n.i,�,:��,��r,:��n.T��.�y,,, 9Cf1d[O 1F1C IR3. nn��„��na�.,n,�a�a��N�.. Namo(ee ehown m your income tac retum) N m °� Bueineee nama.rf difh+rerrt han abave � c 0 �I m q Check appapinla Dox-. i...; IndrviduaV9ala 0��Pnet« ��.'i Caporation �_J Perfnaeho Q.� Exempt �`— �_; Limited Uo6�lity compnny Enler ttw[ax deasificntion�Da4isregatded anUty,C.corporofim,P�ortreership)► �ree �� Olher:w-cU.,c:�r�.� ► _� Aedraas(numb�.etreet.ond apt a���e no) ReQuester'a nnme and aAdrees�opt�nr�p d� r t≥ Crty.etate,and ZIP codn b m L�st occau�t nvnGer(a)hne(opoaiuq � --------- ------------- -__... _. .._... ...__.� .. .._.. __ ..__.... ._.__. ___ _._.._.. � Tazpayer ldentHication Number(TIN) Enter your T!N�n the appropriate box The TIN provided musf match the name gtven an line 1 to avoiA soad«cu;cy oumbe. backup withita�ding.Fa mdiwduats this is yaur social securily number(SSN}.Howev�x,ta e residant ahen.oole propnetor,or disregarded enldy.see lhe Part I�nstructions an page 3 For other entities,rt is your employsr idaittiNcatlon rwmber�EIN) It you tlo not have a number see How to get a AN on pafle 3 a Note.H ihe account is in mae dian aie name.aee Ihe churt ai page 4 for yuidelines ai whose Employa�idordificatlon nunbor n�anber So a�er • Cert'rfication Unckr penalNes ol pequry.I cartYly 1hat. 1 The number shown a7 ttus form is my cared taxpayer iderridication�umber(or I am wart�ng fa a nianber to be i9sued to me).and 2 1 am not suD�ect to backup withhoidinfl Decauae (a)I am exempt trom backup w�lhholdng,w(b)I have iwt bsen notified by Ihe lizternal Revenue Service(IR3)that I am subject to backup withhddhg as a result of a failure to report all interest or d'ioidends.or(c)Ihe IRS has nodlled me that I am no longer subject to backup withhdWnp and 3 I yn a U S citizen or olher U S person(defined bebw) Certlflcedon Instnactlons.Vou must cross out�tem 2 above d you have been noniied by the IRS Ihat you are currerrily sub�ect to backup wdhhddmg becausa you have faUed to repai ab interest and div�dends on your tax return.For real estate hansactlo�s.item 2 tloes not apply �a mortpage Interest paitl.acqWs114on or abendonment ol secured Properry.CenceNation of tlebt.contnbutiaie to en indivitlual retirement arrangemerrt(IRA),and generalty paymsnls other than interest and dvidends,you are not�eqiered lo sign the Certilication,but you must provide your Carect 71N Sae the insttuA�ons on page 4 S�n sign�t��01 Here u.s.P.r.o�► o�t.► General Instructions D�aAntdon ot a U.S. prrson. For federal tax purposas, you are considered a U S person if you are. Seclion references are to(he Internal Revenue Code unless � pn mdividual who is a U S cdlzen or U S resident alien, olherw�se noted. • A partnership, r.orporation,company,or association crsated or Purpose of Form aganized in the United States a under the laws o!the United A person who Is requued to/ile an infamation retum wRh Ihe '`�a�� IRS must obtain your correct taxpayar iderrtilicat+on number{fIN) •An estat9�dher lhan a foreign eslate).or to report.fa example, income paid to you,raal eslaie •A domestic trust(as defined in Regulations section iransactions,mortgage iMerest you paid,acquisition or 301 7701-7) abarxlonment oi secured property,cancellatlon of debt,or ��NNs for paitnetsblps.Parinarships that conduct a conlnbulions you rtr�da to an IRA lrade a business In Ihe United States are generaly required to use Form W-9 ony if you are a U.S. person(including a pay a withholtling ta�c on any faeign partners' share oi incortw resident alien), to provWe yow carect TW to ihe peison from such business Furthsr,in certam cases where a Fam W-9 raquesting it(the requester}and. when applicable,to. has not baen racerved.a partnership is required to presume Ihat 1 Certiry thai the TIN you are gNing Is correct(or you are a parinor is a faeign person, and pay the wdhholding tax. walting!or a number to be issued), Theretore, A yeu are a U S person that is a partner fn a 2 Cerltfy ihal you are not sub�ect lo backu�wAhholding, or Parinership conducting a trade or business in the UnHed Slates, provide Fam W-9 lo the parinership to establfsh your U S 3.Clafin exempUon from backup wRhhoiding if you are a U S. status and 2vofd wRhholding on your share of partnership exempt payee ii appllcable,you are also certifyfng that as a income U S person,your allocable share of any pazinership Income from me person who grves Form W-9 lo tha parinership for a U S. irade a business is not sub�ect to the wdhholdmg lax on purposes of establlshing rts U S. status and avoiding wRhhoiding foreign partners'share oi etiectivery conneded incorre an ds allocable share of net income from the partnership Nota Ii a rsquester gives you a form other than Form W-9 to condutting a trade or business in the United Stafas Is in the request your TIN,you must use the requester's form if it is tollowing cases. substantialty similar to this Form W-9 • The U S ow�er of a disregarded entdy and not the ent�ty. cot No iozstx Fa.R, W-9 rae� iazoo� BID NO B 1 700125 Page 24 STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT: All questions herein must be answered by all bidders and the information given must be legible,clear in meaning and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that thrs statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submft any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the lowest reliable, responsible and qualified bidder as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. o Name of Bidder(Company or Firm): Permanent main office address: Phone Number� Fax Number: o Year Company was organized: o Number of years this Company has been engaged similar construction: • Under what firm, company or trade names has this company been engaged in this type of construction, how long under each name and how long has each company been bonding work? o List all projects that the Company has under contract at the present time. Show the contract amount and the anticipated date of completion for each: $ $ $ o List all contracts which were not completed by the contracted and completion date. Include the project description and state the number of days beyond the contract completion date. o List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. o List all contracts within the last 3 years during which or after which the Company filed a protest with the owner. _-- --- ___ BID NO B 1700125 � Page 25 . List all contracts within the last 3 years during whrch or after which any of the Company's subcontractors or suppliers filed a verified statement of claim with the owner or failed to provide the Company with a lien waiver upon request. o Has any owner,as party to any of the Company's contracts within the last 3 years,contacted the Company's bonding company concerning late completion of the project, poor performance on the project, etc., or attempted to have the performance bond invoked? If yes, explain in detail. o Describe all contracts that the Company failed to complete. o Describe all contracts on which the Company defaulted or from which the Company was terminated. o List all or a maximum of three (3) of the most recent project, similar to the project described in these Contract Documents,which the Company has successfully completed within the last 5 years or are under construction at the present time. list the project name, location, project superintendent, owner's representative and phone number, date completed and contract amount for each project. Project Name: Location: Supt: Owner's Representative: Phone: Completion Date: Contract Amount: Project Name: Location: Supt: Owner's Representative: Phone: Completion Date: Contract Amount: Project Name: Location: Supt: Owner's Representative: Phone Completion Date Contract Amount: BID NO B 1�0��ZS ' Page 26 o List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALI FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE STATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM 15%OR MORE OF THE WORK. SUBCONTRACTOR WORK DESCRIPTION % OF WORK o List the principal members of the company who wilf be involved with this project, including the superintendent, foreman, project manager, etc. NAME TITLE YRS. EXP o List all lawsuits previously filed against or currently pending against you,the Company or any officers of the Company. The undersigned hereby swears and affirms that the information contained herein is complete and true and further, hereby authorizes and requests any person,company,firm or corporation to furnish any information requested by the County of Weld in verification of the recitals comprising this Statement of Qualifications and Subcontractors. Dated this day of , 2017. Bidder: Company By. Signature Name: (Please Type) Title: NOTARY County of ) ss. State of ) being duly sworn, deposes and says that he is of (Title) , and that the answers to the foregoing questions and all BID NO B 170012S �� Page 27 (Company Name) statements therein contained are true and correct. Subscribed and sworn before me this day of , 2017. (SEAL) Commission Expires Notary Public Bio rvo B 1700125 Page 28 NOTICE OF AWARD 2017 CONCRETE REHABILITATIONS To: Project Description: The project in general consists of Concrete Repairs at the intersections of 34th Street/34th Avenue and 34th Street/34th Avenue Court, Witin the Carriage Estates Subdivision, in Greeley, Colorado as fol lows: This improvement project will include the construction of concrete handicap ramps and walks and cross pans at the intersections at the specified intersection to improve drainage and install ramps and walks per ADA requirements. This project is not subject to Federal or State contract requirements. The Owner has considered the Bid submitted by you for the above described Work in response to its Invitation for Bids and Instructions to Bidders. You are hereby notified that your Bid has been accepted in the amount of$ orassho�wn in the Bid Schedule. You are required by the Instructions to Bidders to execute the Agreement and furnish the required Performance Bond, Payment Bond and Certificates of Insurance within five(5)calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within five(5)days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your bid as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this day of , 2017 Weld County, Colorado, Owner By Richard Whste, P.E., Project Manager ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by (Contractor) Dated this day of 2017 BID NO B 1700125 �v� � Page 29 By: Title BtD NO B 1700125 �� �~ Page 30 (EXAMPLE) WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & CONTRACTOR 2017 CONCRETE REHABILITATIONS THIS AGREEMENT rs made and entered into this day of , 2017, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150"O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and_CONTRACTOR_, [an individual], [a limited liability partnership] (a limited liability company] [a corporation], who whose address is , hereinafter referred to as "Contractor". WHEREAS, 2017 CONCRETE REHABILITATIONS are in need of repair as a result of Aging, (hereinafter referred to as the "Project"), and WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake the maintenance of these CONCRETE, and WHEREAS, County requires an independent contract construction professional to perform the construction services required by County and set forth in Exhibits `A' and 'B': 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 'A': 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 fo�th 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 as set forth in "Bid Package No. 61700125". The Request for Bid 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 materiais 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 BID NO B 1700125 Page 31 Weld County Director of Public Works or other designated supervisory personnel, (the "Manager"), to perform the services described on attached Exhibits `A' and `B'. Contractor shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing 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 requrrements 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. 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. 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 wsthout 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 senrices) 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 te�mination, 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 whatsoeve�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 BID NO B 1700125 ^�� Page 32 be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additronal services. Accordingly, no claim that the County has been unjustly enriched by any additional senrices, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. 6. CompensationlContract 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 $ , 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 specificaily 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 Agreeme�t 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 solefy 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 wiih 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 othen�vise 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 ..� w��i�n��e�ei�w�� BID NO B 1700125 Page 33 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 shail 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 thrs 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 pertormed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that al! 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 ���..�...�����..���. BID NO B 1700125 Page 34 waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Repuirements: 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�icensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating"Should any of the above-described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director, by certified mail, return receipt requested. Such written notice shall be sent thirty(30)days prior to such cancellation or reduction unless due to non-payment of 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 forthe 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 paymentofclaims. 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 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. Indemnitv: 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, o�dinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contractor in its 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 BID NO B 1700125 Page 35 Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Tvpes of Insurance: The Contractor/Contract Professional shal�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 cou�se 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) Statutory Coverage B (Employers Liability) $ 500,000 $ 500,000 $ 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 tiability 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 additiona! insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entitres, successors, or assigns, its elected officrals, 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; 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. BID NO B 1700125 �� ���� � Page 36 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 liabilrty 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 shali name County as an additional insured. Waiver of Subroqation: 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. 74. 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 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 pertorm 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 fo�contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All BID NO B 1700125 ' � Page 37 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 fo�th below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Attn.: President, Address: Address: E-mail: Facsimile: With copy to: Name: Position: Address: Address: E-mail: Facsimile: County: Name: Richard White Position: Project Manager Address: 1111 H Street Address: Greeley Co. 80632 E-mail: rdwhite(a�weidgov.com Facsi m i le: 970-304-6497 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 ko discrimination and unfair employment practices. 19. Non-Exclusive Agreement. This Agreement is nonexclusive and Counry 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 he�ein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior BID NO B1700125 �� Page 38 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 payabfe after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and othervvise 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 inte�est direct or indirect, that would in any manner or degree interfere with the performance of Contractor's services and Contractor shall not employ any person having such known interests. During the term of this Agreement, Contractor shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full pertormance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision rnay 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, illegai, 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 Ag�eement 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 inciuded 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. BID NO B 1700125 Page 39 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 Unfted 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, retafned file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shali 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 o�of C.R.S. §S- 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 p�esent 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 Depa�tment of Transportation "Standard Specifications for Road and B�idge Construction"and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Cont�actor 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. Not Required for this Contract. BID NO B 1700125 Page 40 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�esponsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 32. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 33. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of$50d,000 annually, or for public contracts for road or bridge construction in excess of$50,000, Contractor certifies, warrants, and agrees that Colo�ado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state-issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Coforado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. Acknowledgme�t. 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 day of , 2017. CONTRACTOR: BY Date Name: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY; Deputy Clerk to the Board Julie Cozad, Chair APPROVED AS TO FUNDING: APPROVED AS TO SUBSTANCE: ��� BID NO B 1700125 Page 41 Controller Elected Official or Department Head APPROVED AS TO FORM: Controller/Purchasing Director County Attorney PERFORMANCE BOND 2017 CONCRETE REHABILITATIONS KNOW ALL MEN BY THE PRESENTS; that (Name and Address of Contractor) hereinafter called Contractor, and a (Corporation, PaRnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County Colorado (Name of Owner) P O Box 758 1111 H Street GreeleY Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars, ($ ), in lawful money of the United States of America, for the payment of which sum well and truly to be made,we bind ourselves, successors and assigns,jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of , 2017, a copy of which is hereto attached and made a part hereof for the construction of� 2017 CONCRETE REHABILITATIONS, Bid No. 61700125 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 BID NO B 1700125 Page 42 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. _�__---------___��-- Bi�rvo B 1700125 Page 43 PERFORMANCE BOND 2017 CONCRETE REHABILITATIONS IN WITNESS WHEREOF, this instrument is executed in two (2) counterparts, each one of which shall be deemed an original, this day of 2017. Contractor By (Contractor) Secretary (SEAL) (Witness as to Contractor) (Address) (Add ress) ATTEST: (Surety) Secretary (SEAL) ay Witness as to Surety Attorney-in-Fact (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the BID NO B 1700125 � ��� � Page 44 Project is located. �..�.�..�� BID NO B 1700125 � Page 45 LABOR 8� MATERIALS PAYMENT BOND 2017 CONCRETE REHABILITATIONS KNOW ALL MEN BY THE PRESENTS; that (Name and Address) hereinafter called Contractor, and a (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County: Colorado _ (Name of Owner) P.O. Box 75$: 1111 H �#r�et, Greel�y: ColQr�do $4632 (Address of Owner) Hereinafter called Owner, in the penal sum of Dollars, ($ )� in lawful money of the United States of America,for the payment of which sum well and truly to be made, we bind ourselves, successo�s 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 2017, a copy of which is hereto attached and made a part hereof for the constructron of: 2017 CONCRETE REHABILITATIONS, Bid No. 61700125 NOW, THEREFORE, if the Contractor shall promptly make payment to all persons, firms, Subcontractors, and corporations fumishing 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, oii, 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. PROVIDED, FURTHER, that the said Surety for value received hereby stipuiates 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. BID N0 B 1700125 � � � Page 46 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. BID N0 B1700125 � Page 47 LABOR & MATERIALS PAYMENT BOND 2017 CONCRETE REHABILITATIONS IN WITNESS WHEREOF,this instrument is executed in two(2)counterparts, each one of which shall be deemed an original, this day of , 2017. Contractor By (Contractor) Secretary (S EAL) (Witness as to Contractor) (Address) (Address) ATTEST: (Surety) Secretary (SEAL) By Wtness as to Surety Attorney-in-Fact (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partne�s 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. :BID NO B1700125 y__._.--______ ____. __.__� __.�.�.._ ___ '_ Page 48 NOTICE TO PROCEED 2017 CONCRETE REHABILITATIONS To: Date: Name of Project: 2017 CONCRETE REHABILITATIONS You are hereby notified to commence Work in accordance with the Agreement dated . The date of completion of all Work is therefore Weld County, Colorado, Owner By Richard White, P.E., Project Manger ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by: {Contractor) Dated this day of , 2017. By Title BID NO B 1700125 Page 49 CHANGE ORDER NO. (EXAMPLE) 2017 CONCRETE REHABILITATIONS Date: Project: 2017 CONCRETE REHABILITATIONS described in the Bid No. B1700032. Owner: Weld County Colorado Contractor: _The following change is hereby made to the Contract Documents� CHANGE TO CONTRACT PRICE: Original Cont�act Price: Current Contract Price adjusted by previous Change Order: The Contract Price due to this Change Order will be increased by: The new Contract Price, including this Change Orde�, will be: CHANGE TO CONTRACT TIME: The Contract Time will be increased by calendar days. The date for completion of all Work will be RECOMMENDED: Owner Representative: Date:_ Richard White, P.E. Engineer III County Engineer: Date:_ Don Dunker, P.E. County Engineer APPROVALS: Contractor: Date� Owner: Date: Julie Cozad (BOCC Chair) BID NO B 1700125 Page 50 CERTIFICATE OF SUBSTANTIAL COMPLETION 2017 CONCRETE REHABILITATIONS Owner's Project No: B1700125 Engineer's Project No: AN - 23 Project: 2017 CONCRETE REHABILITATIONS, described in the Bid No. B1700125 Contractor: Contract For: 2017 CONCRETE REHABILITATIONS Contract Dated: This Certificate of Substantial Completion applies to aA Work under the Contract Documents except for the following specified parts thereof: The Work to which this Certificate applies has been inspected by authorized representatives of the Owner, Contractor and Engineer, and that Work is hereby declared to be substantially complete in acco�dance with the Contract Documents on Date of Substantial Completion A list of items to be completed or corrected rs attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of the Contractor to complete all the Work in accordance with the Contract Documents. The items in the list shall be completed or corrected by the Contractor within 7 days of the above date of Substantial Completion. To be effective, this form must be signed by the Owner, the Engineer, and the Contractor. Owner: Date: Engineer Date: Contractor: Date: BID NO B1700125 � Page 52 LIEN WAIVER (GENERAL CONTRACTOR) 2017 CONCRETE REHABILITATIONS TO Weld County Public Works Attn: Richard White, P.E., Project Manager P.O. Box 758 Greeley, Colorado 80632 Gentlemen: For a valuabie consideration paid by the Board of County Commissioners of Weld County,the receipt and sufficiency of which is hereby acknowledged, the undersigned hereby, releases unto Weld County and to its heirs, executors, administrators or assigns,all rights of the undersigned to claim a mechanic's lien for material heretofore furnished for use in and for labor heretofore performed upon the construction, alteration, addition to or repair of the structures or improvements described in the Contract Documents as: Project: 2017 CONCRETE REHABILITATIONS described in the Bid No. 61700125 Contractor: (If no legal description is shown following the description of Project, we acknowledge that the foregoing is an adequate description of the real properties and improvements inasmuch as the foregoing is the description given in the Contract Documents which govern the perFormance of the Work for which consideration has been received.) In executing this release, we certify that all claims for labor, or materials, or both, furnished or performed on our behalf by our materral suppliers or subcontractors have been paid or that satisfactory arrangement for payment has been made. We agree to defend Weld County from any and all Gaims on the part of our material suppliers, laborers,employees, servants and agents or subcontractors arising from our Work on the Project,and we further agree to reimburse the Board of County Commissioners of Weld County for any and ali costs, including reasonable attorney fees, which they may incur as a result of such claims. Contractor By: Title: Date: STATE OF ) ) Ss. COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 2017, by My commission expires: Notary Public BID NO B 1700125 �V � � Page 53 NOTICE OF FINAL ACCEPTANCE 2017 CONCRETE REHABILITATIONS TO: Date: RE: 2017 CONCRETE REHABILITATIONS, described in the Bid No. 61700125 This is to inform you that the above referenced job, has been satisfactorily completed in accordance with the Contract Documents and is hereby accepted. Final payment will be made on or about Final acceptance does not relieve the Contractor of the minimum one(1)year guarantee on ail work and materials incorporated into this Project. Such guarantee shall begin on the date of this acceptance. Weld County, Colorado, Owner By: Richard White, P.E., Project Manager ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by: (Contractor) Dated this day of , 2017. By Title eID NO B 1700125 Page 54 2017 CONCRETE REHABILITATIONS PROJECT SPECIAL PROVISIONS The Colorado Department of Transportation 2011 Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. PROJECT SPECIAL PROVISIONS INDEX DATE Pg.No. Notice to Bidders (August, 2017) SP-2 Commencement and Completion of Work (August, 2017) SP-3 Revision of Section 101 —Definition of Terms (August, 2017) gp� Revision of Section 104-Scope of Work (August, 2017) SP-5-6 Revision of Section '!05—Controi of Work (August, 2Q17} gP_7 Revision of Section 105—Claims for Contract Adjustment (August, 2017) SP-8 Revision of Section 106—Control of Material (August, 2097) SP-9-11 Revision of Section 107— Legal Relations and Public Responsibility (August, 2097) SP12-15 Revision of Section 108—Prosecution and Progress (August, 2017) SP16-17 Revision of Section 109—Measurement and Payment (August, 2017) SP18-19 Revision of Section 201 —Clearing and Grubbing (August, 2017) SP-20 Revision of section 202—Removal of Structures and Obstructions (August, 2017) SP-21 Revision of Section 207—Topsoil (August, 2017) gp_22 Revision of Section 208— Erosion Control (August, 2017) SP-23 Revision of Section 212—Seeding, Fertilizer, Soil Conditioner and (August, 2017) SP-24 Sodding Revision of Section 214— Planting (August, 2017) SP-25 Revision of Section 304—Aggregate Base Course (August, 2017) SP-26 Revision of Section 403— Hot Mix Asphalt (August, 2017) 3P_27 Revision of Section 607—Fences (August, 2017) gP_28 Revision of Section 608—Curb Ramp (August, 2017) SP29-30 Revision of Section 608—Truncated Domes (August, 2017) SP-31 Revision of Section 608-Sidewalk (August, 2017) SP32-33 Revision of Section 609—Curb 8� Gutter (August, 2017) SP34-35 Revision of Section 609—Concrete Pan (August, 2017) SP36-37 Revision of Section 609—24 Hour Concrete (August, 2017) SP-38 Revision of Section 625—Construction Surveying (August, 2017) SP-39 Revision of Section 626— Mobilization (August, 2017) SP-40 Revision of Section 626—Traffic Control (August, 2017) SP41-42 Force Account Items& Utilities (August, 2017) SP43-44 NOTICE TO BIDDERS The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of 5 percent(5%)of the Contractor's total bid. Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project review the work site and plan details. Information regarding the project may be obtained from the following authorized representatives. Richard White, P.E. Engineer III Don Dunker, P.E. County Engineer Weld County Public Works Department Weld County Public Works Department 1111 H Street 1111 H Street Greeley, CO 80632 Greeley, CO 80632 Office Phone: 970-304-6496, ext. 3742 Office Phone: 970-304-6496, ext. 3749 The above referenced individuals are the only representatives with authoriry to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements. END OF SECTION SP-2 COMMENCEMENT AND COMPLETION OF WORK The Contractor shail commence the work required by the Contract Documents within 5 calendar days after the date of the"Notice to Proceed"and will complete the Project within 21 calendar days unless the period for completion is extended otherwise by the Contract Documents. The"Notice to Proceed" shall be issued on the date when the BOCC approves the Contractor's bid, which typically occurs about three weeks after the bid opening. The Contractor shall submit an initial work schedule at the pre-construction meeting. Thereafter, the Contractor shall submit updated progress schedules as required. Salient features to be shown on the Contractor's progress schedules for the project are: 1. Estimated mobilization and traffic control set-up date. 2. Estimated dates of sidewalk or street closures. 3. Estimated dates of construction of concrete items. 4. Estimated dates of construction of asphalt pavement. 5. Estimated dates of work on planting & sodding items including irrigation repairs. 6. Estimated date of substantial completion and clean-up. END OF SECTION REVISION OF SECTION 101 DEFINITION OF TERMS SP-3 Technicai Specifications related to construction materials and methods for the work required under this contract shall consist of the "Colorado Department of Transportation, Standard Specifications for Road and Bridge Construction" dated 2011. Where the Project Special Provisions and the CDOT Specifications contradict one another, the more stringent specification shall apply. Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different meanings within the scope of this Contract. A summary af redefinitions follows: Subsection 1Q1.10 "CDOT Resident Engineer" shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.28: "DepartmenY'shall mean the Weld County Pub�ic Works Department. Subsection 101.29: "Chief Enginee�"shall mean the Weld County Public Works Director or designated representative. Subsection 101.37: "lnspector"shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.51 "Project Engineer' shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.58: "Region Transportation Director" shall mean Weld County Public Works Director or designated representative. Subsection 101.65: Roadway prism defined as toe of slope to toe of slope. Subsection 101.76: "State"shall mean Weld County. END OF SECTION SP-4 1 REVISION OF SECTION 104 SCOPE OF WORK Section 104 of the Standard Specifications is hereby revised for this project as follows: Subsection 104.02.(c).(1)shall be revised as follows: (1) When the character of the work as altered differs materially in ktnd or nature from that involved or included in the original proposed construction, and (2) When a major item of work is increased in excess of 150 percent or decreased below 50 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 150 percent of original contract item quantity, or in case of a decrease below 50 percent, to the actual amount of work performed. A major item is defined to be any item having an original contract value in excess of 10 percent of the original contract amount. Subsection 104.05 the provisions regarding rights in and use of Materials found on the Work are replaced with the following: The Contractor shall not excavate or remove any Material from within the roadway, which is not within the grading limits, as indicated by the slope and grade lines, without written authorization from Weld County. Subsection 104.06 shall be revised to include the following: Any excess soil materials generated from excavation shall become the property of the Contractor. The Contractor shall be responsible for removing all construction debris and trash. Any construction debris and trash which may be washed away downstream shall be located, removed, and disposed of away from the site at a certified landfill location. Tickets shall be provided to the Engineer. Any petroleum products accidentally spilled or leaked within the creek shall be cleaned up and disposed of immediately. The Contractor shall be held liable for any damages resulting from the spillage or leakage of any hazardous materiats within the creek channel. Subsection 104.07 paragraph 4, starting with "Net cost savings ..." shall be revised as follows: Net cost savings on Value Engineering Cost Proposal (VECPs) shall be split equally between the Contractor and Weld County as determined in the Basis of Payment section of this specification. VECPs shall be submitted prior to the start of construction activities relating to the VECP. Subsection 104.07.(d).2 shall be removed and replaced as follows: SP-5 2 REVISION OF SECTION 704 SCOPE OF WORK For all VECPs, the incentive payment shall be calculated as follows: (gross cost of deleted work) - (gross cost of added work) _ (gross savings) (g ross savings)-(Contractor's engineering costs)-(Weld County's engineering costs)_(netsavings) Contractor's total incentive = (net savings)/2 Lost opportunity shall not be considered part of the calculations The Contractor's engineering costs will be reimbursable only for outside consultant costs that are verified by certified billings. Weld County's engineering costs shall be actual consultant costs billed to Weld County and extraordinary in-house personnel labor costs. These labor costs will be calculated at the fixed amount of$75.00 per hour per employee. Project personnel assigned to the field office or who work on the project on a regular basis shall not be included in Weld County's portion of the costs. END OF SECTION SP-6 REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Speciflcations is hereby revised for the project as follows: Subsection 105.01 the provisions regarding Authority of the Engineer shall include the following: Weld County has the authority by written order to suspend the Work wholly or in part for the reasons delineated in the Contract Documents. Subsection 105.02 the provisions regarding Plans,Shop Drawings,Working Drawings, other Submittals and Construction Drawings shall include the following: Provisions regarding plans, shop drawings, working drawings and construction documents are set forth in the Contract Documents. Subsection 105.03 the provisions regarding conformity to the Contract are�evised as follows: When the Engineer or Weld County finds the Materials furnished, Work performed, or the finished product are not in conformity with the Contract Documents, and Weld County determines, in his sole discretion, that it has resulted in an inferior or unsatisfactory product, the Work or Materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor. The Contractor will not have the option of accepting a price reduction in lieu of producing Material that complies with the Contract Documents. Continued productfon of nonconforming Material will not be permitted. Material, which is obviously defective, may be isolated and rejected by Weld County without regard to sampling sequence or location within a lot. Rejected material shall be removed at the Contractor's expense. SP-7 REVISION OF SECTION 105 CLAIMS FOR CONTRACT ADJUSTMENT Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.21 shall be revised as follows: The Colorado Department of Transportation(CDOT)will not participate in the resolution process for any claims filed by the Contractor. Weld County will be the responsible party to such claims. Subsection 105.22 shall be revised as follows: The Colorado Department of Transportation(CDOT)will not participate in the resolution process for any claims filed by the Contractor. Weld County will be the responsible party to such claims. Subsection 105.24 is amended as follows: Delete: The venue for all unresolved disputes with an aggregate value$15,000 or less shall be the County Court for the City and County of Denver. Replace with: The venue for all unreso�ved disputes with an aggregate value$15,000 or less shaH be the County Court for Weld County. Subsection 105.24(c) is amended as follows: Delete: Division of Audit, 4201 E. Arkansas Ave, Denver, Co. 80222 Replace with: Weld County Board of Commissioners, 1150 O Street, Greeley, Co. 80632 END OF SECTION SP-8 1 REVISION OF SECTlON 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows� Subsection 106.01 shall include the following: Prior to beginning any work the Contractor shall submit to the Engineer a Supplier List. Failure to compty with the requirements of this subsection shall be grounds for withholding of progress payments. In subsection 106.02(a), delete the third paragraph and replace with the following: The Contract will indicate whether the Department has or has not obtained the necessary County or City Zoning Clearance and the required permit from Colorado Department of Natural Resources needed to explore and remove materials from the available source. If the Department did not obtain the necessary clearances or permits, the Contractor shall obtain them. Any delays to the project or additional expenses that are incurred while these clearances or permits are being obtained shall be the responsibility of the Contractor. The Contractor shall ensure that the requirements of the permits do not conflict with the pit construction and reclamation requirements shown in the Contract for the available source. In subsection 106.02 (b), delete the first paragraph and replace with the following: (b) Contracfor Source. Sources of sand, gravel, or borrow other than available sources will be known as contractor sources. The contractor source will be tested by the Contractor and approved by the Engineer prior to incorporation of the material into the project. If the submitted materials do not meet the contract specifications, it will become the Contractor's responsibility to re-sample and test the material. The Contractor will supply the Department with passing test results from an AASHTO accredited laboratory and signed and sealed by a Professional Engineer. If requested by the Engineer, the Department will then re-sample and re- test the material for compliance to the cantract specifications. The Contractor shall produce material which rneets contract specifications throughout construction of the project. The cost of sampling, testing, and corrective action by the Contractor wil{ not be paid for separately but shall be included in the work. Subsection 106.05 shall include the following: (h) Sampling and testing of sma!!quantities. Acceptance Method provided below. ltem 403-Hot Mix Asphalt: 250 7ons or less, visually inspect a�d document in project file, all tests; One sample /day of production / Mix Design (Asphalt Content, Rice & Gradation) and (one test for every 30 tons placed, for relative compaction). Testing shall be provided by the contractor Process Control testing company as directed by the Inspector. Item 608-SIDEWALKS AND BIKEWAYS: 250 Square Yards or less,visually inspect and document in project file, all tests; SP-9 2 One sample/day of production/Air, Slump, Unit Weight(one set of 5 cylinders). . Testing shall be provided by the contractor Process Control testing company as dwrected by the Inspector. ltem 609—CURB 8 GUTTER: 250 Lineal Feet or less,visually inspect and document in project file, all tests; One sample/day of production!Air, Slump, Unit Weight(one set of 5 cylinders). Testing shall be provided by the contractor Process Control testing company as directed by the Inspector. 24-HOUR CONCRETE: 250 Square Yards or less,visually inspect and document in project file, all tests; One sample/day of production/Air, Slump, Unit Weight(one set of 6 cylinders). Testing shall be provided by the contractor Process Control testing company as directed by the Inspector. Material test results indicating nonconformance with project requirements when tested in small quantity frequency, will be price reduced according to subsection 601.17 for the quantity that the sample represents. Reduction in testing and sampling in no way relieves contractor of submitting construction method statements, quality control plans or supplying specification materials. Subsection 106.11 shall include the following: The Contractor shall maintain a document summarizing the date and quantity of all steel and iron material delivered to the project. The document shall show the pay item, quantity of material delivered to the project, along with the quantity of material installed by the cutoff date for the monthly progress payment. The summary shall also reconcile the pay item quantities to the submitted Buy America certifications. The Contractor shall also maintain documentation of the project delivered cost of all foreign steel or iron permanently incorporated into the project. Both documents shall be submitted to the Engineer within five days of the cutoff date for the monthly progress payment. A monthly summary shall be required even if no steel or iron products are incorporated into the project during the month. The summary document does not relieve the Contractor of providing the necessary Buy America certifications of steel and or iron prior to permanent incorporation into the project. Section 106 of the Standard Specifications is hereby revised for this project as follows: In subsection 106.12, delete the second paregraph and replace it with the following: The original Certificate of Compliance shall include the Contractor's original signature as directed above. The original signature(including corporate title} on the Certificate of Compliance, under penalty of perjury, shall be of a person having legal authority to act for the manufacturer. It shall state that the product or assembly to be incorporated into the project has been sampled and passed all specified tests in conformity to the plans and specifications for this pr�ject. One legible copy of the fully signed Certificate of Compliance shall be furnished to the Engineer prior to installation of material. The original shall be provided to the Engineer before payment for the represented item will be made. In subsection 106.13, delete the second paragraph and replace it with the following: SP-10 3 The Certified Test Report shall be a legible copy or an original document and shall include the Contractor's original signature as directed above.The signature(including corporate title)on the Certified Test Report, under penalty of perjury, shall be of a person having legal authority to act for the manufacturer or the independent testing laboratory. It shall state that the test results show that the product or assembly to be incorporated into the project has been sampled and passed all specified tests in conformity to the plans and specifications for this project. One legible copy or original document of the fully signed Certified Test Report shall be furnished to the Engineer prior to installation of material. Failure to comply may result in delays to the project or rejection of the materials. END OF SECTI0N SP-11 1 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Section 407 of the Standard Specifications is hereby revised for the project as follows: Subsection 107.06 shall be revised to include the following: The Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards (Rules and Regulations of the Federal Occupational Safety and Health Act of 1970(OSHA) and as amended). All facilities and work conditions shall comply with the Colorado and Local Health Department Regulations and with OSHA requirements. Delete subsection 107.15(c) and replace it with the following: (c) Each insurance policy shall include provisions preventing cancellation or non-renewal without at least 30 days prior notice to Contractor. The Contractor shall forward to the Engineer any such notice received within seven days of the Contractors receipt of such notice. Subsection 107.17—Delete the third paragraph beginning with"Loss, injury,or damage to the work..."and replace with the following: Loss, injury, or damage to the work due to unforeseeable causes beyond the control of and without fault or negligence of the Contractor, including buy not restricted to acts of God, such as flood, earthquake,tornado, or other cataclysmic phenomenon or nature shall be restored by the Contractor at no cost to the County. Subsection 907.18 shall be revised to include the following: For this project the insurance certificates shall name Weld County as additionally insured parties. Subsection 107.19 shal!be revised to include the following: The Contractor shall be required to obtain permission to conduct any work, store materials or stockpiles,or park any construction equipment or vehicles on private property. The Contractor shall conduct their work within the right-of-way and easement boundaries shown on the Contract Drawings. If working fn the County right-of-way, the Contractor shall obtain a right-of-way permit from Amy Joseph, 970-304-6496 x 3764. 5P-l� z REVISION OF SECTION 107 PERFORMANCE OF SAFETY CRITICAL WORK Section 107 of the Standard Specifications ts hereby revised as follows: Subsection 107.06 shall be revised to include the following: The Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards (Rules and Regulations of the Federal Occupational Safety and Health Act of 1970(OSHA} and as amended) All facilities and work conditions shall compty with the Colorado and local Health Department Regulations and with OSHA requirements. Subsection 107.06 shall be revised to incfude the following: The Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards (Rules and Regulations of the Federal Occupational Safety and Health Act of 1970 (�SHA) and as amended). All facilities and work conditions shall comply with the Colorado and Local Health Department Regulations and with OSHA requirements. Add subsection 107.061 immediately following subsection 107.06 as follows: 107.061 Performance of Safety Critical Work.The following work elements are considered safety critical work for this project: . Structure construction or repair. • Work requiring the use construction equipment. • When construction materials are being lifted that may fall onto active traffic lanes. The Contractor shall submit, for record purposes only, an initial detailed construction plan that addresses safe construction of each of the safety critical elements. When the specifications already require an erection plan, a bridge removal plan, or a removal of portion of bridge plan, it shall be included as a part of this plan. The detailed construction plan shall be submitted two weeks prior to the safety critical element conference described below. The construction plan shall be stamped "Approved for Construction"and signed by the Contractor. The construction plan will not be approved by the Engineer. The Construction Plan shall include the following: SP-1:� 3 REVISION OF SECTION 107 PERFORMANCE OF SAFETY CRITICAL WORK Safety Critical Element for which the plan is being prepared and submitted. 1) Contractor or subcontractor responsible for the plan preparation and the work. 2} Schedule, procedures, equipment, and sequence of operations, that comply with the working hour limitations 3) Temporary works required: bracing, shoring, etc. 4) Additional actions that will be taken to ensure that the work will be performed safely. 5) Names and qualifrcations of workers who will be in responsible charge of the work: a. Years of experience performing similar work b. Training taken in performing similar work c. Certifications earned in performing similar work 6) Names and qualifications of workers operating cranes or other lifting equipment a. Years of experience performing similar work b. Training taken in performing similar work c. Certifications earned in performing similar work 7) The construction plan shall address how the Contractor will handle contingencies such as: a. Unplanned events(storms, traffic accidents, etc.) b. Structural elements that don't fit or line up c. Work that cannot be completed in time for the roadway to be reopened to traffic d. Replacement of workers who don't perform the work safely e. Equipment failure f. Other potential difficulties inherent in the type of work being performed 8) Name and qualifications of Contractor's person designated to determine and notify the Engineer in writing when it is safe to open a route to traffic after it has been closed for safety critical work. A safety critical element conference shall be held two weeks prior to beginning construction on each safety critical element. The Engineer, the Contractor, the safety critical element subcontractors, and the Contractor's Engineer shall attend the conference. Required pre-erection conferences or bridge removal conferences may be included as a part of this conference. After the safety critical element conference, and prior to beginning work on the safety criticaf element, the Contractor shall submit a final construction plan to the Engineer for record purposes only. The Contractor's Engineer shall sign and seal temporary works, such as falsework, shoring etc., related to construction. The final construction plan shall be stamped "Approved for Construction"and signed by the Contractor. When ordered by the Engineer or Inspector, the Contractor shall immediately stop safety critical work that is being performed in an unsafe manner or will result in an unsafe situation for the traveling public. Prior to stopprng work, the Contractor shall make the situation safe for work stoppage. The Contractor shall submit an acceptable plan to correct the unsafe process before the Engineer or Inspector will authorize resumption of the work. SP-14 4 REVISION OF SECTION 107 PERFORMANCE OF SAFETY CRITICAL WORK When ordered by the Engineer, the Contractor shall remove workers from the project that are performing the safety critical work in a manner that creates an unsafe situation for the public in accordance with subsection 108.05. Should an unplanned event occur or the safety critical operation deviate from the submitted plan, the Contractor shall immediately cease operations on the safety critical element, except for performing any work necessary to ensure worksite safety, and provide proper protection of the work and the traveling public. If the Coniractor intends to modify the submitted plan, he shall submit a�evised plan to the Engineer prior to resuming operations. All costs associated with the preparation and implementation of each safety critical element construction plan will not be measured and paid for separately, but shall be included in the work. Delete subsection 107.15(c)and replace it with the following: (c} Each insurance policy shall include provisions preventing cancellation or non-renewal without at least 30 days prior notice to Contractor. The Contractor shall forward to the Engineer any such notice received within seven days of the Contractor's receipt of such notice. Subsection 107.17—Delete the third paragraph beginning with"Loss,injury,or damage to the work..."and replace with the following: Loss, injury, or damage to the work due to unforeseeable causes beyond the control of and without fault or negligence of the Contractor, including but not restricted to acts of God, such as flood, earthquake, tornado,or other cataclysmic phen�menon or nature shall be restored by the Contractor at no cost to the County. Subsection 107.18 shall be revised to include the following: For this project the insurance certificates shall name Weld County (Weld) and the State of Colorado as additionally insured parties. SubseCtion 107.19 shall be revised to include the following: 7he Contractor shall be required to obtain permission to conduct any work,store materials or stockpiles,or park any construction equipment or vehicles on private property. The Contractor shall conduct their work within the right-of-way and easement boundaries shown on the Contract Drawings. If working in the County rrght-of-way, the Contractor shall obtain a right-of-way permit from Amy Joseph, 970-304-fi496 x 3764. Subsection 107.20 shall be revised to include the following: The employees of Weld County or authorized representatives are acting solely as agents and representatives of Weld County when carrying out and exercising the power or authority granted to them under the Contract Documents. There shall not be any liability on them either personally or as employees of Weld County. END OF SECTION SP-15 1 REVISlON OF SECTION 108 PROSECUTION AND PROGRESS Delete subsection 108.01 Subletting of Contract and replace with the following: The Contractor shall not sublet, sell, transfer, assign, or dispose of the Contract or Contracts, or any portion thereof without written permission of the Engineer. The subcontract work shall not begin until the Contractor has received the Engineer's written permission. The Contractor shall make ail project related written subcontracts, agreements, and purchase orders available to the Engineer for viewing, upon request and at a location convenient to the Engineer. The Contractor will be permitted to sublet a portion of the Contract, however,the Contractor's organization shall perform work amounting to 30 percent or more of the total original contract amount. Any items designated in the contract as "specialty items" may be performed by subcontract. The cost of"specialty items"so performed by subcontract may be deducted from the total original contract amount before computing the amount of work required to be performed by the Contractor's own organization. The original contract amount includes the cost of material and manufactured products which are to be purchased or produced by the Contractor and the actual agreement amounts between the Contractor and a subcontractor. Proportional value of a subcontracted partial contract item will be verified by the Engineer.When a firm both sells material to a prime contractor and performs the work of incorporating the materials into the project, these two phases shall be considered in combination and as constituttng a single subcontract. The calculation of the percentage of subcontracted work shall be based on subcontract unit prices.Subcontracts or transfer of Contract shall not release the Contractor of liability under the Contract and Bond. Subsection 108.03 shall include the following: The Bar Chart or Inttial Schedule shall be submitted at least 10 working days prior to the start of the work. The Engineer's review of the Schedule will not exceed two working days. Work shalf not beqin until the Schedule is accepted in writing unless otherwise approved by the Enqineer In subsectlon 108.03 (c), delete the third paragraph. Delete subsection 108.04 Payment Schedule, and replace with the following: The Contractor shalf prepare a payment schedule which shall show the dollar amount of work the Contractor expects to complete by the end of each State Fiscal Year (July 1 to June 30). The schedule shall cover the period from the commencement of work to the expected completion date as shown on the Contractor's progress schedule. The payment schedule may be prepared using standard spreadsheet software such as MS Excel and submitted in electronic format. The Contractor shall submit the payment schedule at the preconstruction conference. The payment schedule shall show the totai dollar amount of work expected to be completed by the end of each State Fisca! Year. The amounts shown shall include planned force account work and expected incentive payments. If the Contractor fails to submit the payment schedule by the required date, the Engineer will withhold further progress payments until such time as the Contractor has submitted it. Add the following to subsection 108.08 Determination and Extension of Contract Time: The Contractor will be required to pay$50.00 per hour for a minimum of 4 hours for each Inspector required for inspection, (for work that must be inspected), on weekends (Saturday and Sunday). Some work can be done which does not require inspection, however, all work on the weekends requires prior approval. SP-16 z REVISION OF SEC71ON 108 PROSECUTION AND PROGRESS The payment shall be subtracted from the Pay Application as "Inspector time"within the Pay period the work was performed. The request of such inspection support shall be presented in writing to the Inspection Supervisor no later than Wednesday at 5:00pm, prior to the weekend scheduled work. Written requests after Wednesday at 5:�0pm may be considered on a case by case basis and shall be deterrnined solely by Weld County. Delete subsection 108.08.(a).2 Calendar Day Contract,and replace with the folfowing: 2. Calendar Day Contract. When the work is on a calendar day basis, one calendar day of contract time will be assessed for each calendar day from the date that Contract time starts including Saturdays, Sundays, and holidays. No weather days or tess than full time charges days will be granted in this contract. Daily work hours shall be 7arn to 7pm. No work is allowed on weekends without approval from the WC Project Manager. In subsection 108.09 delete the schedule of liquidated damages and replace with the following: Ori inal Contract Amount $ Liquidated Damages per Calendar Day ($) F�om More Than To And Includin �`.�; . ����r� ` �.�5�'Gtlt}:����:�� ��� 250,000 500,00Q 700 �._ ' € :,? ��?G,{�00 _ 1,000 Q00 � 2 000,000 1,600 4,000,000 10,000,000 3,300 _.__. �__w. _.__ �_._._._____�� ���� '4t};b00,000� � �- ���. �: �3�3Q€�pi�+s�2G�f�erEaah��tdditio�a(�.1,0�t04�}t�0. �� ��. � Ccae�tr�ct`�rnaunt;�r Pa�t Thereo�C�v�r', �..,�. � �Y � ��� t Q.�OO.OO�J � END OF SECTION SP-l 7 1 REVISION OF SEGTION 109 MEASUREMENT AND PAYMENT Section 109 of the Standard Specifications is hereby revised for the project as follows: In subsection 109.01 Measurement of Quantities,delete the 17'" paragraph and repface it with the following: Vehicles used to haul material being paid for by weight shall bear a plainly legible identification mark. Each af these vehicles shall be weighed empty daily at times directed by the Engineer. The Contractor shall furnish to the Engineer, in writing, a vehicle identification sheet that lists the following for each delivery vehicle to be used on the project: (1) Earthwork requiring more than one handling (2) New materials (if required) for resetting fences (3) Fine grading (4) Staging areas (5) Additional temporary construction easements if desired by the Contractor (6) Coordination with utility companies (7) All water This information shall be furnished prior to time of delivery of the material and at any subsequent time the Contractor changes vehicles, combination �ehicles, axle length relationships, or overweight permitting of vehicles This truck list will be supplied for each day of material haul to the project site. All materials(304 -Class 6 Base Course, 403 HMA, etc.) delivered to the project site that have been weighed by a certified scale, will be issued tickets by the source certified weigh master. These tickets will be collected and compiled by a representative of the Contractor at the projects placement site. Tickets will be made available for inspection during placement to the Engineer or Inspector at all times. The Contractor will submit, in an envelope, within 48 hours of material placement, the following: -Truck Tare List -Original Scale Tickets -Weld County Materials Quantity Reconciliation Sheet, signed by Contractor's representative Material quantity discrepancies, such as waste or rejected loads will be tracked on the reconciliation sheet submitted by the contractor. Contractor will be made aware of any discrepancy immediately by the inspector. Ticket package will be submitted to the inspector or engineer within 48 hours of placement. For material quantity submittals beyond this 48 hours, a price reduction on the material in question will occur as follows: less than 24 hours 2°/a 25-48 hours 5% 48 hours to 72 hours 25% Greater than 72 hours 100% Subsection 109.01 shall be modified to include the following: The following work will not be measured and paid for separately but shall be included in applicable unit prices for which the work is required. The list below is not all-inclusive and there may be other items which are considered incidental to the project: 1. Earthwork requiring more than one handling 2. New materials (if required)for resetting fences SP-18 3. Fine grading 4. Staging areas 5. Coordination with utility companies Subsection 109.06 — partial payments, paragraph (a), (Standard Amount Retained). Delete the second sentence beginning with "The amount retained.....", and replace with the following: The amount retained will be 5%of the value of the completed work,to a maximum of 5°10 of the contract amount. Subsection 109.07 — Payment for Materials on Hand (Stockpiled Material). Delete and replace with the following: Partial monthly payments to the Contractor for completed work will include payment only for materials actually incorporated in the work unless otherwise approved by the Engineer. In subsection 109.10 Compensation for Compensable Delays,delete the first two paragraphs and replace with the following: If the Engineer determines that a delay is compensable in accordance with either subsection 105.22, 105.23, 105.24, or 108.08, monetary compensation will be determined in accordance with this subsection. (a) These categories represent the only costs that are recoverable by the Contractor. All other costs or categories of costs are not recoverable: (1) Actual wages and benefits, including FICA, paid for additional labor not otherwise included in(5)below; (2) Costs for additional bond, insurance and tax; (3) Increased costs for rnaterials; (4) Equipment costs calculated in accordance with subsection 109.04(c)for Contractor owned equipment and based on invoice costs for rented equipment; (5) Costs of extended job site overhead; (6) Costs of salaried employees not otherwise included in(1)or(5)above incurred as a direct result of the delay; (7) Claims from subcontractors and suppliers at any level (the same level of detail as specified herein is required for alf such claims); (8) An additional 16 percent will be added to the total of items (1) through (7) as compensation for items for which no specific allowance is provided, including profit and home office overhead. END OF SECTION S P-19 REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised for this project as follows: Subsection 201.02 shall be revised to include the following: This work shall include removal and disposal of tree stumps, bushes, roots, sod, and any other vegetation or organics that interferes with the work. This work shafl include removal and disposal of all minor items for which there is no specific"removal bid item", including but not limited to wooden posts, metal posts, fence posts, concrete and metal drainage items. Also included in this bid item is the removal of the following items: This work shall include removal of all trash, glass, cans, barrels, construction materials, and any other non- organic materials that interferes with the work. Any dump fees or other fees associated with Clearing and Grubbing shall be considered subsidiary to this bid item. Payment will be made under: Pav Item Pav Unit Clearing and Grubbing Lump Sum END OF SECTI0N SP-�0 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Section 202 of the Standard Specifications is hereby revised for the project as follows: In subsection 202.01, add the following: This work includes saw-cutting, removal, and disposal of existing concrete curb, gutter, walk and concrete pans and asphalt mat, withrn the existing street and intersection as shown on the plans or at locations directed by the Public Works Engineer or Inspector. Also, removal of rock wall, street signs, irrigation items and shrubbery on adjacent private properties as directed by the Public Works Engineer or Inspector. Prior to removal, the County's representative will mark the removal limits. The contractor will need to provide written authorization from the proAertv owners for removal work and anv other work to be done on private propertv. Concrete Removal. This item shall include the saw cutting, removal and disposal of existing concrete and any unsuitable material. The concrete shall be saw cut(full-depth)to provide a clean, straight edge free from spalls or other irregularities. The Contractor shall utilize properly sized equipment during the removal operations to minimize disturbed areas. The County shall clearly mark the removal limits; any area outside the removal limits which is damaged by the Contractor's operations shall be repaired at no additional cost to the project. Removal and disposal of existing concrete and any unsuitable material shall be completed with properly sized equipment to minimize disturbed areas. Any damage to the adjacent landscaping, street or sidewalk due to negligence by the Contractor, will be repaired to the satisfaction of the Inspector at no additional cost to the project. In subsection 202.02, add the following: Certain portions of the existing concrete flatwork and asphalt mat, shall be saw-cut and removed. The work associated with saw-cutting (concrete) & (asphalt}shall not be measured separately and shall be considered subsidiary to the removal bid items. The costs associated with loading, hauling, and dumping the concrete and asphalt and other removal items shall be considered subsidiary to the removal bid items. In subsection 202.04, add the following: Existing street signs and steel posts shall be removed and become the property of Weld County, Public Works Department. Pav Item Pav Unit Removal of C&G Lineal Feet Removal of Walk, Sidewalk, Concrete Pan Square Yards Removal of Asphalt Mat Square Yards Street signs and steel posts Each Removal of Wall Lineal Feet END OF SECTION SP-21 REVISION OF SECTION 207 TOPSOIL Section 207.01 is hereby revised as follows: This work consists of removing existing on-site topsoil material, stockpiling the imported topsoil material and redistributing the existing topsoil material onto the re-graded slopes at a depth of four(4)inches minimum.The topsoil material shall be generally evenly distributed throughout the project limits. Any excess topsoil generated from this project shall become the property of the Contractor and shall be hauled off the Project. Section 207.04 is hereby revised as follows: Loading and hauling to redistribute stockpiled topsoil uniformly throughout the project limits shall not be measured and paid for separately, but shatl be included in the work. Section 207.05 is hereby revised as follows: The contract unit price for topsoil shall be full compensation for all work necessary to complete the item including removing existing on-site topsoil material, stockpiling the existing topsoil material, haul, and redistributing the existing topsoil material onto the re-graded slopes. Payment will be made under: Pav Item Pav Unit Topsoil (Stockpile and Redistribute) Cubic Yard END OF SECTION SP-22 REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby revised for this project as follows: Subsection 208.01 —Add the following language to this paragraph: This project will not disturb more than one acre of ground and a Colorado Stormwater Discharge Permit will not be required_ The County Inspector shall serve as the Erosion Control Supervisor(ECS)for this project. The Inspector and the Contractor will identify Best Management Practices(BMP's) required to ensure erosion is controlled and minimized. Costs associated with installing, maintaining, and removal of BMP's shall be negotiated by the Inspector and Contractor prior to installation, and paid for utilizing the Erosion Control Force Account. When the Inspector requests specific BMP's to he installed, the Contractor shaN make immediate arrangements, and shall commence installation of the requested BMP's within 48 hours of notification. Subsection 208.02 Q)—Add the following language to this paragraph; Concrete Washout—This item includes the proper washout of cement trucks to eliminate the need for any clean-up of the street., as weU as the proper disposal of the concrete washout as required, for the duration of the project. Payment will be made under: Pav Item Pav Unit Erosion Control FA Concrete Washout LS END OF SECTION SP-�3 REVISION OF SECTION 212 SEEDING, FER7ILIZER, SOIL CONDITIONER,AND SODDING Section 212 of the Standard Specifications is hereby added for this project as follows: Section 212.06 shall be modified to include the following: This item shall consist of the removal of existing lawn, and replacement with Sod, in areas of disturbance behind the existing walk in the areas where new curb walk is to be constructed or as directed by the Project Manager or Inspector. Replacement of Sod shall be done by the contractor and coordinated with the property owner and as directed by the Project Manager ar lnspector. Soil Preqaration: Fertilizer and soil conditioner sha11 be scarified and turned under the area designated to be seeded to a depth of four inches (4")to free seeds and other plants. Apply the specific fertilizer in the native grass area at the recommended rate and work it into the soil to a depth of four inches(4")with a disc,spring tooth harrow or other suitable equipment. Apply the soil conditioner in the native grass area at the recommended rate and work it into the soil to a depth of four inches(4")with a disc, spring tooth harrow or other suitab{e equipment. All seeded areas will then be raked and rolled to the desired finished grades with gently sloping surtaces to adequatety drain all surface water runoff. Sod (Kentucky Blue Grass or aqproved equal): Grade seeding areas to a smooth, even surface with a loose, uniformly fine texture. Roll, rake and remove ridges and fill depressions, as required to meet finish grades. Limit fine grading to areas that can be planted within 24 hours after fine grading has been completed. No additional payment will be made if the Contractor has to complete fine grading or for fine grading more than one time. Landscaae Restaration: This item shall be for restoration/repair of any existing landscaping impacted by the activities of the Contractor or at locations where grade changes necessitate more gradual transitions. Included but not limited to, will be the restoration of existing landscaping rock, sod, seeding, plant materials and sprinkler/irrigation systems(to be repaired the same day). Rain Bird or an approved equal irrigation products shall be used and installed per manufactures specifications and as directed by County Project Manager or Inspector. Landscat�e Marntenance: The Contractor shall be responsible for all landscape maintenance until the Notice of Construction Acceptance has been issued. Included in landscape maintenance is mowing of all sodded areas and the watering of all project installed plant material. All Landscape Maintenance shall be considered incidental to the project and there will not be a separate payment except for the Temporary Watering for Seeding (Native) item. Subsection 212.07 shalt be revised as the following: No separate measurement and payment will be made for fine grading, fertilizer, and soil conditioning for sod landscape restoration and maintenance. This work shall be included in the Unit Price bid for sod. Subsection 212.08 shall include the following: Payment for work under this item sha�l be full compensation for a!I work necessary to complete the installation of sod. The unit price paid for sod shall include all of the Contractor's costs including all labor, material, equipment and incidentals required to install sod and complete sprinkler/irrigation systems repairs. Any additional damage done by the Contractor shall be repaired or replaced at contractors expense. Pav Item Pav Unit Mulch SY Sod SY Seeding SY END OF SECTION sP-2a REVISION OF SECTION 214 PLANTING(contingency) Section 214 of the Standard Specifications is hereby added fo�this project as follows: Subsection 214.01 shall be revised to include the following: This item shall consist of the removal of existing vines and plants as required for the construction of new curb walk. Replacement with similar vines and plants (if required) shall be done by the contractor and coordinated with� licensed arborist and the aroaerty owner and as directed by the Project Manager or Inspector. The Arborist shall be responsible for overseeing the trimming of existing shrubbery to ensure the parent plant is saved. The Arborist shall be responsible for overseeing the replanting of shrubbery if this is required. Lan�lscaQe Restqration: This item shall be for restoration/repair of any existing landscaping impacted by the activities of the Contractor or at locations where grade changes necessitate more gradual transitions. Included but not limited to, will be the restoration of existing landscaping rock, sod, seeding, plant materials and sprinkler/irrigation systems. Rain Bird or an approved equal irrigation products shall be used and installed per manufactures specifications and as directed by County Project Manager or Inspector. Subsection 214.03 shall be revised to include the following: l.andscape Maintenance: The Contractor shall be responsible for all landscape maintenance until the Notice of Construction Acceptance has been issued. Included in landscape maintenance is mowing of all sodded and seeded areas and the watering of all project installed plant material. All Landscape Maintenance shall be considered incidental to the project and there will not be a separate payment except for the Temporary Watering for Seeding (Native) item. All work under this item shall be in accordance with Section 214 of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction, dated 2011 and these specifications. The unit price paid for planting shall include all of the Contractor's costs including all labor, material, equipment and incidentals required to install plantings and complete sprinkler/irrigation systems repairs. Any additional damage done by the Contractor shall be repaired or replaced at contractors expense. Pav Item Pav Unit Planting Lump Sum Arborist HRS END OF SECTION 5P-3; REVISION OF SECTIONS 304 AGGREGATE BASE COURSE Section 304 of the Standard Specifications is he�eby revised for the project as follows: Subsection 304.01 shall be revised to include the following: SUBGRADE STABILIZATION(contingency� This item shall consist of the removal of unsuitable material, if required, and placement of Subgrade Stabilization Material to provide a firm working platform as directed by the Project Manager or Inspector. All work under this item shall be in accordance with Section 304 of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction, dated 2011. Subsections 304.02 and 703.03 shall include the following: Base Course. All material used for subgrade stabilization shall be CDOT Class 6 Aggregate Base Course, unless otherwise approved by the Project Manager or Inspector. Aggregate Base Course(Class 6) shall have a resilient modulus of at least(R =69)when tested by the Hveem Stabilometer method. Subsection 304.04 (CONSTRUCTION REQUIREMENTS) shall be revised to include the following: General. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work directed by the County and specified herein. All machinery and equipment shall be of size to meet the requirements of the work in a satisfactory manner. All work performed by the Contractor sha�l be subject to the inspection and approval of the Project Manager and Inspector. Unclassifieti Excavation. This item shall include the removal, hauling, and disposal of any unsuitable subgrade material, which in the opinion of the Inspector, is not acceptable embankment material under new concrete. The Contractor shall utilize properly sized equipment during the removal operations to minimize the disturbed area. Any damage to the adjacent landscaping, street or sidewalk due to negligence by the Contractor, will be repaired to the satisfaction of the Inspector at no additional cost to the project. Subqrade Stabilization. This item consists of placing suitable fill material in areas directed by the Inspector. The placement, compaction, and grading of the stabilization material shall have compaction testing done by the contractor in areas directed by the Inspector. Fill material shall be placed in uniform lifts not to exceed six(6)inches. Pav Item Pav Unit Aggregate Base Course (Class 6) TON END OF SECTION SP-26 REVISION OF SECTION 403 HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403_01 shall be revised to include the foltowing: Asphalt Paving This item shall consist of subgrade preparation and asphalt paving as directed by the Project Manager or Inspector. The Hot Bituminous Asphalt Paving item will be utilized to accommodate grade changes, Sidewalk, Concrete Pan tie-ins or other areas identified by the Inspector that require asphalt paving. The estimated paving dimensions will be as shown on the plans,the actual paving limits will be determined by the Project Manager or Inspector. All work under this item shall be in accordance with Section 403 of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction, dated 2011 and these specifications. Subsection 403.02 shall be revised to include the following: Hot Bituminous Asphalt. Hot Bituminous Asphalt used for Paving shall be Grade S&SX and meet the requirements of Section 403 of the Standard Specifications. Subsection 403.03(CONSTRUCTION REQUIREMENTS)shall be revised to include the following: General. The Contractor shalf furnish all labor, materials and services necessary for, and incidental to, the completion of all work directed by the County and specified herein. All machinery and equipment shall be of size to meet the requirements of the work in a satisfactory manner. All work performed by the Contractor shall be subject to the inspection and approval of the Project Manager and Inspector. Subq dr� e Prepa�ation, Removal of loose material and compaction of the subgrade shall be completed prror to the placement of any asphalt mix. Asahalt Pavin4. All exposed faces shall be given an application of bituminous tack coat. The minimum thickness for the asphalt paving shall be (5.5) inches and shall be placed in uniform lifts not to exceed three (3) inches in thickness. The Hot Mix Asphalt mixture shall be thoroughly compacted after placement. Compaction of the bottom lift shall be accomplished with a flat plate vibratory compactor, hand tampers or other approved means. The top lift of asphalt shall be compacted with a vibratory steel drum roller. The size of the roller, or flat plate vibratory compactor, shall be sufficient to obtain the required density per the approved mix design. The lowering, raising, and adjustment of manholes and water valves and new concrete collars is required and shall be subsidiary to the top lift of asphalt bid item. METHOD OF MEASUREMENT The quantity of HOT MIX ASPHALT to be paid for shall be the number of tons placed in accordance with these specifications. BASIS OF PAYMENT Payment will be made at the unit price per ton for HOT MIX ASPHALT completed and accepted in place by the Inspector. This price shall be full compensation for furnishing all materials, labor, equipment, tools and for all preparation, excavation, and placing of materials for asphalt paving. p�em Pay Unit Hot Mix Asphalt(PG 64-22)(Grade S) Tons Hot Mix Asphalt(PG 64-22) (Grade SX) Tons END OF SECTION SP-?� REVtSION OF SECTlON 607 FENCES (contingency) Section 607 of the Standard Specifications is hereby revised for this project as follows: 607.01 DESCRIPTION Subsection 607.01 is hereby revised t�include the following: Work in this section will include removal of a 60"tall wooden fence and replacement of a 60"tall cedar fence as per the Plans. There are areas shown on the plans or per the Project Engineer that will need temporary fencing. The temporary fence shall be the 48"tall orange construction fence and it shall be put in place from the existing grade upward and with 6'tall tee posts set 18" into the ground, every 4'on center. The temporary orange construction fence shall be considered subsidiary to the final installed fence pay item. 607.03 CONSTRUCTION REQUIREMENTS Subsection 607.03 is hereby revised to include the following paragraphs: Fence shall be reinstalled per the direction of the Project Engineer, as close to the original position as possible. All posts shall be set 2' deep minimum, with a minimum of 4" clear around post to edge of hole, and in concrete a minimum of 12" deep with the bottom 6" being compacted soil and the top 6" soil placed after the concrete has cured a minimum of 3 days. Post spacing shall match the existing posts spacing but not to exceed 8' on center from post to post or per direction of the Project Engineer. Post height shall match the existing posts or per the Project Engineer. Fence rails shall match the existing or be per the direction of the Project Engineer. Connection of the fence material to the post or rails shall match the existing or better, galvanized screws of adequate length shall replace nails but shall not protrude through the other side and shall not rust or stain the fence face. When repairing a partial section of fence or gate or entire fence the Contractor will match the existing fence as close as possible including but not limited to material, height, width, natural color, paint color, post type and height coordination with the landowner will be required. 607.04 METHOD OF MEASUREMENT Subsection 607.04 is hereby revised to include the following paragraphs: All fence types will be measured by the Linear Foot including gates and posts at the base of the fence. 607.03 BASIS OF PAYMENT Payment for all fences will be full compensation for all labor, materials, and equipment required to construct the fence. Pav Item pay Unit Fence Wooden (60 inches) LINEAR FOOT(LF) END OF SECTION SP-'8 REVISION OF SECTION 608 SIDEWALKS AND BIKEWAYS Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.01 shall be revised to include the folfowing: CURB RAMP This item shall consist of preparation of subgrade and construction of a new Curb Ramp using (Class D Concrete) (including the installation of Truncated Domes)per Colorado Department of Transportation Design and Construction Standard Drawing (M-608-1)and as directed by the Project Manager or Inspector. All work under this item shall be in accordance with Section 608 of the Colorada Department of Transportation Standard Specifications for Road and Bridge Construction, dated 2011 and this specification. Placement of Truncated domes is to be done monolithic with the curb ramp construction. Truncated dome sections shall be"wet set" in the concrete and be flush with the surrounding concrete. Surface applied products or products that are installed on a sand bed will not be allowed in new construction. Truncated dome sections shall be installed in accordance with the manufacturer's recornmendations or as directed by the County's representative. Truncated Domes will be paid for separately,see truncated domes special provision for more detail. Subsection 608.02 shall be revised to include the following: Concrete utilized for this item shall meet the minimum requirements for Class D concrete as listed in Section 601 of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction. Fly ash (10%-20%)will be permitted in the concrete. The Contractor will be required to supply concrete from a ready-mixed concrete plant; concrete mixed on-site will not be accepted under any circumstances. The addition of admixtures or additives on site will not be permissible. Subsection 608.03(CONSTRUCTION REQUIREMENTS) shall be revised to include the following: Gener I.The Contractor shall furnish all labor, materials,and services necessary for, and incidental to,the completion of all work direeted by the County and specified herein. All machinery and equipment shall be of size to meet the requirements of the work in a satisfactory manner. All work performed by the Contractor shall be subject to the inspection and approval of the Count�s representative. 5ubarade Preparafian, Placement, compaction, and grading of the subgrade to the final line and grades shall be completed prior to the placement of any concrete. Fill material, if required, shall be placed in accordance with the Special Conditions. All fill areas shall be compacted according to current CDOT specifications . The moisture content during placement of fill shalf be within two percentage points of optimum moisture. Testing for density and moisture shall be in accordance with the Special Conditions. Subsection 608.03 (b) shall be revised to include the following: Forms. Concrete shall not be placed until all the forms have been inspected and approved by the County's representative. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to construct the improvements per the details. The forms shall be true to line and grade and shall be mortar-tight and rigid to prevent displacement and sagging between supports. Subsection 608.03(c) shall be revised to include the following: Plac�nq Concr te. Concrete shall be placed on damp, compacted surfaces. All concrete shall be placed during daylight hours, unless otherwise approved by the Project Manager. Concrete shall be placed as soon as practical after mixing and in no case later than 1 '/z hours after the batch time. The methods and techniques of placing the concrete shall be such to avoid segregation. When necessary,troughs, pipes,and chutes shall be used to facilitate SP-29 placement of the concrete. Dropping the concrete more than four feet or depositing large quantities at a single point will not be permitted. 608.03(f)shall be revised to include the following: Finished concrete shall include a light broom finish and be treated with a liquid membrane curing compound meeting the requirements of current CDOT specifications. 608.04: shall be revised to include the foltowing: Asphalt Patching will be paid for separately with Asphalt Paving item. METHOD OF MEASUREMENT The quantity of CURB RAMP to be paid for shall be the number of square yards measured and constructed in accordance with the details and per the special provisions. Measurement wifl include all area under any truncated domes sections that are installed. Truncated domes will be measured and paid for separately. BASIS OF PAYMENT Payment will be made at the unit price per square yard (SY)for CURB RAMP completed and accepted in place by the Inspector. This price shall be full cornpensation for furnishing all materials, labor, equipment,tools and traffic control for all preparation, excavation, backfilling, and placing of materials for the curb ramp. Excavation and Backfill required for Curb Ramps and will not be paid for separately but shall be included in the work. Compaction and all other work necessary to complete the above items shall be included in the work. Excavations shall not be left open for extended periods of time. Excavations left open overnight shall be surrounded by orange construction safety fence.Sheet Piling for this project is temporary and shall meet OSHA Standards and shall be removed. Pav Item Pav Unit (Class D Concrete)-Curb Ramp Square Yards END OF SECTION SP-30 REVISION OF SECTION 608 TRUNCATED DOMES FOR CURB RAMPS This item shall consist of fumishing truncated domes sections for new curb ramps. This item shall be in accordance with Section 608 of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction_ Truncated Domes. The type of truncated dome product shall be Cast Iron only and provide color contrast with the adjoining walk surface and be approved by the Engineer prior to construction. Truncated Dome Panels shall be cast iron with a natural finish, corrosion resistant, compliant with ADA accessibility Guidelines and manufactured with a slip resistant textured surtace with a minimum 0.80 coefficient of friction. CONSTRUCTION REQUIREMENTS General. The Contractor shall furnish all materials necessary as directed by the County's representative. The Contractor shall utilize care in delivering and handling the pre-fabricated truncated dome sections. Any product that is damaged during delivery or handling will be rejected and replaced at the Contractor's expense. METHOD OF MEASUREMENT The quantity of TRUNCATED OOMES FOR CURB RAMPS to be paid for shall be the number of square feet measured after installation and in accordance with this specification. BASIS OF PAYMENT Payment will be made at the unit price per square foot (SF) for TRUNCATED DOMES FOR CURB RAMPS completed and accepted in pface by the Inspector. This pnce shall be full compensation for furnishing all materials, and Include any necessary cutting of truncated dome sections. Pav Item Pav Unit Truncated Domes(materials only) Square Foot END OF SEC71ON SP-3 t REVISION OF SECTfON 608 SIDEWALKS AND BIKEWAYS Section 608 of the Standard Specifications is hereby revised for this project as follows; Subsection 608.01 shall be revised to include the following- SIDE WALK This item shall consist of preparation of subgrade and construction of a new Curb Walk using (Class D Concrete) per Colorado Department of Transportation Design and Construction Standard Drawing(M-608-1)and as directed by the Project Manager or Inspector.All work under this item shall be in accordance with Section 608 of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction, dated 2011 and this specification. Subsection 608.02 shall be revised to include the following: Concrete utilized for this item shall meet the minimum requirements for Class D concrete as listed in Section 601 of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction. Fly ash (10%-20%)will be permitted in fhe concrete. The Contractor will be required to supply concrete from a ready-mixed concrete plant; concrete mixed on-site will not be accepted under any circumstances. The addition of admixtures or additives on sife will not be permissible. Subsection 6U8.03 (CONSTRUCTION REQUIREMENTS)shall be revised to include the following: General. The Contractor shall furnish all labor, materials, and services necessary for,and incidental to,the completion of all work directed by the County and specified herein. All machinery and equipment shall be of size to meet the requirements of the work in a satisfactory manner. All work performed by the Contractor shall be subject to the inspection and approval of the County's representative. Subgrade Preaaration. Placement, compaction, and grading of the subgrade to the final line and grades shall be completed prior to the placement of any concrete. Fill material, if required, shall be placed in accordance with the Special Conditions. All fill areas shall be compacted according to current CDOT specifications . The moisture content during placement of fill shall be within two percentage points of optimum moisture. Testing for density and moisture shall be provided by the contractor as directed by the Inspector. Subsection 608.03 (b) shall be revised to include the following: Forms. Concrete shall not be placed until all the forms have been inspected and approved by the County's Inspector. Forms shall be of suitable material and shall be of the type,size,shape,quality,and strength to construct the improvements per the details. The forms shall be true to line and grade and shall be mortar-tight and rigid to prevent displacement and sagging between supports_ Subsection 608.03 (c) shall be revised to include the following: Placinq Concrete. Concrete shall be placed on damp, compacted surfaces. All concrete shall be placed during daylight hours, unless otherwise approved by the Project Manager. Concrete shall be placed as soon as practical after mixing and in no case later than 1 '/ hours after the batch time. The methods and techniques of placing the concrete shall be such to avoid segregation. When necessary,troughs, pipes,and chutes shall be used to facilitate placement of the concrete. Dropping the concrete more than four feet or depositing large quantities at a single point will not be permitted. 608.03(fl shall be revised to include the following; SP-3, Finished concrete shall include a light broom finish and be treated with a liquid membrane curing compound meeting the requirements of current CDOT specifications ASFM C 309, Type 2 (White Pigment). 608.04: shall be revised to include the following: Asphalt Paving will be paid for separately with Asphalt Paving ttem. METHOD OF MEASUREMENT The quantity of SIDEWALK to be paid for shall be the number of square yards measured and constructed in accordance with this specification. BASIS OF PAYMENT Payment will be made at the unit price per square yard (SY)for CURB RAMP completed and accepted in place by the Inspector. This price shall be full compensation for furnishing all materials, labor, equipment, tools and tra�c control for all preparation, excavation, backfilling and placing of materials for the curb walk. Pav Item Pav Un'rt (Class D Concrete)-Sidewalk Square Yards END OF SECTION SP-33 REVISION OF SECTION 609 CURB AND GUTTER Section 609 of the Standard Specifications is hereby revised for this project as follows: Subsection 609.01 shall be revised to include the following: This item consists of the preparation of subgrade and construction of new Curb and Gutter using(Class D Concrete) per Colorado Department of Transportation Design and Construction Standard Drawing (M-609-1) and as directed by the Project Manager or Inspector.All work under this item shall be in accordance with Section 609 of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction, dated 2011 and these specifications. Subsection 609.03 shall be revised to include the following: Concrete utilized for this item shall meet the minimum requirements for Class D concrete as listed in Section 601 of the Colorado Depa�tment of Transportation Standard Specifications for Road and Bridge Construction, dated 2011. The Contractor will be required to supply concrete from a ready-mixed concrete plant; concrete mixed on- site will not be accepted under any circumstances. The addition of admixtures or additives on site will not be permissible. Subsection 609.03 (CONSTRUCTION REQUIREMENTS)shall be revised to include the following: General. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work directed by the County and specified herein. All machinery and equipment shall be of size to meet the requirements of the work in a satisfactory manner. All work performed by the Contractor shall be subject to the inspection and approval of the Project Manager and Inspector. Subqrade Preparation. Placement, compaction, and grading of the subgrade to the final line and grades shall be completed prior to the placement of any concrete. Fill material, if required, shall be placed in accordance with the Special Conditions. All fill areas shall be compacted according to current CQOT specifications . The moisture content during placement of fill shall be within two percentage points of optimum moisture. Testing for density and moisture shall be provided by the contractor as directed by the Inspector. Subsection 609.03 (b) shall be revised to include the following: Forms. Concrete shall not be placed until all the forms have been inspected and approved by the County's representative. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to construct the improvements per the details. The forms shall be true to line and grade and shall be mortar-tight and rigid to prevent displacement and sagging between supports. Subsection 609.03 (c) shall be revised to include the following: Placing Conerete. Concrete shall be placed on damp, compacted surfaces. All concrete shall be placed during daylight hours, unfess otherwise approved by the Project Manager. Concrete shall be placed as soon as practical after mixing and in no case later than 1 '/z hours after the batch time. The methods and techniques of placing the concrete shall be such to avoid segregation. When necessary, troughs, pipes, and chutes shall be used to facilitate placement of the concrete. Dropping the concrete more than four feet or depositing large quantities at a single point will not be permitted. Subsection 609.03 (� shall be revised to include the following: Curin�Compound. Finished concrete shall be treated with a liquid membrane curing cornpound meeting the requirements of current CDOT specifications. SP-34 METHOD OF MEASUREMENT The quantity of CURB and GUTTER to be paid for shall be the number of lineal feet measured and constructed in accordance with this specification. BASIS OF PAYMENT Payment will be made at the unit price per square yard(SY)for CURB RAMP completed and accepted in place by the Inspector. This p�ice shall be full compensation for furnishing all materials, labor, equipment, tools and trafFc control for all preparation, excavation, backfilling and placing of materials for the curb ramp. Pav Item Pav Unit (Class D Concrete) -Curb&Gutter Lineal Feet END OF SECTION SP-3� REVISION OF SECTION 609 CURB AND GUTTER Section 609 of the Standard Specifications is hereby revised for this project as follows: Subsection 609.01 shall be revised to include the following: 8"THICK CONCRETE PAN Section 609 of the Standard Specifications is hereby revised for this project as follows: Subsection 609.01 shall be revised to include the following: This item consists of the preparation of subgrade and construction of new Concrete Pan using (Class D Concrete) per Colorado Department of Transportation Design and Construction Standard Drawing (M-609-1)and as directed by the Project Manager or Inspector.All work under this item shall be in accordance wfth Section 609 of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction, dated 201'1 and these specifications. Subsection 609.03 shall be revised to include the following: Concrete utilized for this item shall meet the minimum requirements for Class D concrete as listed in Section 601 of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction, dated 2011. The Contractor will be required to supply concrete from a ready-mixed concrete plant; concrete mixed on- site will not be accepted under any circumstances. The addition of admixtures or additives on site will not be permissible. Subsection 609.03 (CONSTRUCTION REQUIREMENTS) shall be revised to include the following: General. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work directed by the County and specified herein. Afl machinery and equipment shall be of size to meet the requirements of the work in a satisfactory manner. All work performed by the Contractor shall be subject to the inspection and approval of the Project Manager and Inspector. Subqrdde Preparation. Placement, compaction, and grading of the subgrade to the final line and grades shall be completed prior to the placement of any concrete. Fill material, if required, shall be placed in accordance with the Special Conditions. All fill areas shall be compacted according to current CDOT specifications The moisture content during placement of fill shall be within two percentage points of optimum moisture. Testing for density and moisture shall be in accordance with the Special Conditions. Subsection 609.03 (b) shall be revised to include the following: Forms. Concrete shall not be placed until all the forms have been inspected and approved by the Inspector. Forms shall be of suitable material and sha�l be of the type,size,shape,quality,and strength to construct the improvements per the details. The forms shall be true to line and grade and shall be mortar-tight and rigid to prevent displacement and sagging between supports. Subsection 609.03 (c) shalf be revised to include the following: Placing Concrete. Concrete shall be placed on damp, compacted surfaces. All concrete shall be placed during daylight hours, unless otherwise approved by the Project Manager. Concrete shall be placed as soon as practical after mixing and in no case later than 1 '/ hours after the batch time. The methods and techniques of plac"rng the SP-36 concrete shall be such to avoid segregation_ When necessary,troughs, pfpes, and chutes shall be used to facilitate placement of the concrete. Dropping the concrete more than four feet or depositing large quantities at a singie point will not be permitted. Subsection 609.03 (� shall be revised to include the following: Cu�ing Compaund. Finished concrete shall be ireated with a liquid membrane curing compound meeting the requirements of current CDOT specifications . Asphalt Patching will be paid for separately with Asphalt Paving item. METHOD OF MEASUREMENT The quantity of CONCRETE PAN to be paid for shall be the number of square yards measured and constructed in accordance with this specification. BASIS OF PAYMENT Payment will be made at the unit price per square yard(SY)for CONCRETE PAN completed and accepted in place by the Inspector. This price shall be full compensation for furnishing all materials, labor, equipment,tools and traffic control for all preparation, excavation, backfilling and placing of materials for the curb ramp. Pav Item Pav Unit (Class D Concrete)- Concrete Pan Square Yards END OF SECTION SP-37 24-HOUR CONCRETE(contingency) If directed by the County, Curb Ramps, Curb walks, and Valley Pans concrete may be required to be open within 24 hours of placement. At such locations, an appropriate Non-Chloride Polar Set not to exceed 1%, concrete mix may be required. Only when used at the direction of the County, 24-hour concrete will be paid for at cubic yards (SY). Written pe�mission from the construction inspecto�or the project manager is required prior to installation. This item shall consist of adding additional cement and/or admixtures to the (Class D Concrete) of various items, Curb Ramps, Curb walks, and Pans, to provide high early strength of 24-Hour Concrete. The Contractor will be given latitude on how the concrete mix is adjusted to provide a minimum 24-hour compressive strength of 4,500 psi. The proposed mix design shall be submitted to the Project Manager at least one week prior to use. Cement. Portland Cement Types I, II or I II shall meet ASTM C 150 requirements. FIY Ash• Fly Ash shall meet the requirements of Section 701.02 in CDOT's Standard Specifications. Not to exceed 20%. Water Reduciny Admixtures. Water reducing admixtures shall meet ASTM C 494 requirements. METHOD OF MEASUREMENT The quantity of 24-HOUR CONCRETE to be paid for shall be the number of cubic yards utilized in the construction of the various items requiring high early strength. BASIS OF PAYMENT Payment will be made at the unit price per square yard for the amount of 24-HOUR CONCRETE utilized in the construction of the various items approved by the Inspector. Pav Item Pav Unit 24-HOUR CONCRETE SY END OF SECTION SP-�3 1 REVISION OF SECTION 625 CONSTRUC71ON SURVEYING Sectlon 625 of the Standard Specifications is hereby revised for this project as follows: Subsection 625.04 shatl include the foflowing: Contractor's surveyor must establish survey control points prior to beginning of construction. The County must verify the accuracy of those control points before construction operations can begin. The Contractor must protect those points, and immediately re-establish any that are damaged or removed during the progress of the project. Prior to beginning construction, the Contractor's surveyor must stake out alt Property Lines using re-bar, lath, or hubs and marked with flagging so they are easily visible. Those indicating the limits of construction within which the Contractor is allowed to work must be maintained throughout the project.The Contractor must protect those points, and immediately re-establish any that are damaged or removed during the progress of the project. Payment will be made under: Pav Item Pav Unit Construction Surveying Lump Sum SP-39 REVISION OF SECTION 626 MOBILtZATION Section 626 of the Standard Specifications is hereby revised for this project as follows: Subsection 626.01 shall include the following: _ CONSTRUCTION STAGING: The Contractor shall take responsibility to find adequate staging area(s)for the project.Any agreements made for staging on private property shall be made in writing and copies of the written agreements shall be provided to the County prior to Construction. All staging areas shall be secured with temporary fencing and restored to ariginal conditions after construction. The Contractor shall provide erosions and sediment control for all staging areas and shall modify the Erosion and Sediment Control Plans to include staging areas. The Contractor shall inform the property �wners and the tenants at the properties prior to construction. The Contractor shall limitconstruction activities to those areas within the limits of disturbance as shown on the plans to the maximum extent practical. All costs whatsoever of the nature required for staging and additional temporary construction easements including temporary fencing and erosion and sediment control shall be considered incidental to the project. Any disturbance beyond the limits presented on the drawings shall be restored to the original condition at Contractor's expense. Construction activities, in addition to normal construction procedures, shall rnclude parking of vehicles or equipment, consolidation of constructron debris or materials, and disposing of litter and any other action which alters existing conditions.All disturbances outside the Project Limits shall be pre approved by the County and secured by the Contractor,at Contracto�'s expense STORAGE OF MATERIALS: The Contractor will be responsible for acquisition of any storage facilities necessary for completion of the work. Construction trailer locations will be previously approved by Weld County. Any storage of construction materials within road right-of-way for more than six hours will be prohibited unless previously approved as part of the required traffic control permit. BASIS OF PAYMENT This price shall be full compensation for furnishing all materials, labor, equipment,tools and equipment for this item. Pav Item Pay Unit Mobilization Lump Sum END OF SECTION sp-ao 1 REVISION OF SECTION 630 Construction Zone Traffic Control Section 630 of the Standard Specifications ls hereby revised for this project as follows: Subsection 630.01 shall include the following: This work includes furnishing, operating, and maintaining portable message sign panels. The Contractor shall submft a traffic control plan to the County for review and approval prior to construction. The plan shall address all phases of construction. The Plans provide a sample traffic control plan to be used for bidding purposes. 7he Contractor shall take all necessary measures to maintain a normal flow of vehicular and pedestrian traffic to prevent accidents and to protect the work throughout the entire project. The Contractor shall make the necessary arrangements to reroute traffic, provide and maintain barriers, cones, guards, barricades, and construction warning and regulatory signs. Detours, street closures, and driveway closures which are required for the protection of the traveling public during construction of this project are included within the scope of traffic control and shall not be paid for separately. It shall be the Contractor's responsibility to maintain roadway traffic safety, adequately, and continuously on all portions of existing roads and cross roads affected by this work. The Contractor shall maintain that portion of the existing roadway being used to carry traffic so that traffic may readily pass over it, including provisions of any requiring temporary pavement markings. If it becomes necessary to properly move traffic through the construction area, flaggers shall be posted to slow down and reroute tra�c. Flaggers are required when workers or equipment intermittently block a traffic lane. Flaggers shall be wearing Class 3 high visibility safety apparel and shall be equipped with a sign paddle. Add subsection 630.031 immediately following subsection 630.03 as follows: 630.031 Portable Message Sign Panel. Portable message sign panel shall be furnished as a device fully self-contained on a portable trailer, capable of being licensed for normal highway travel, and shall include leveling and stabilization jacks. The panel shall display a minimum of three-eight character lines. The panel shall be a dot-matrix type with an LED legend on a flat black background. LED signs shall have a pre-default message that activates before a power failure.The sign shall be salar powered with independent back-up battery power. The sign shall be capable of 360 degrees rotation and shall be able to be elevated to a height of at least five feet above the ground measured at the bottom of the sign. The sign shall be visible from one-half mile under both day and night conditions. The message shall be legible from a minimum of 750 feet. The sign shall automatically adjust its light source to meet the legibility requirements during the hours of darkness. The sign enclosure shall be weather tight and provide a clear polycarbonate front c�ver. Solar powered message signs shall be capable of operating continuously for 10 days without any sun. All instrumentation and controls shall be contained in a lockable enclosure. The sign shall be capable of changing and displaying sign messages and other sign features such as flash rates, moving arrows, etc. Each sign shall also conform to the following: (1) In addition to the onboard solar power operation with battery back-up, each sign shall be capable of operating on a hard wire, 100-110 VAC, external power source. (2) All electrical wiring, including connectors and switch cantrols necessary to enable all required S P-41 2 REVISION OF SECTION 630 Construction Zone Traffic Control sign functions shall be provided with each sign. (3) Each sign shall be furnished with an operating and parts manual, wiring diagrams, and trouble-shooting guide. (4) The portable message sign shall be capable of maintaining all required operations under Colorado mountain-winter weather condttions. (5) Each sign shall be furnished with an attached license plate and mounting bracket. (6) Each sign shall be wired with a 7-prong male electric plug for the brake light wiring system. Subsection 630.13 shall include the folfowing: The portable message sign panel shall be on the project site at least 14 calendar days prior to the start of active roadway construction and shall remain on project until completed. Maintenance, storage, operation, relocation to different on-site locations during the project, and all repairs of portable message sign panels shall be the responsibility of the Contractor. Subsection 630.16 shall include the following: Any and all necessary and temporary signage, barricades, panels, traffic signal, cones, channelizing devices, marker and markings, including the Portable Message Sign Panels`will be paid for under the Traffic Control pay item. Traffic Control Inspection, Traffic Control Supervisor and Flagging will be paid for separately and as below: Pav Item Pav Unit 7raffic Control LS Flagging HOUR Traffic Control Inspection DAY Traffic Control Supervisor DAY END OF SECTION S P-42 FORCE ACCOUNTITEMS DESCRIPTION This special provision contains the Oepartment's estimate for force account items inciuded in the Contract The estimated amounts marked with an asterisk will be added to the total bid to determine the amount of the performance and payment bonds. Force Rccount work shall be perFormed as directed by the Engineer. BASIS OF PAYMENT Payment will be made in accordance with subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Estimated Force Account IRem n i Amount F/A Erosion Control F.A. $3,500 F/A Minor Contract Revisions F.A. $9,500 Force Account Descrlptions: F/A 01 Minor Contract Revisions-This work consists of minor work authorized and approved by the Engineer, which is not included in the Contract drawings or specifications and is necessary to accomplish the scope of work of the Contract. F/A 02 Erosion Control-Costs associated with installing,maintaining,and removal of BMP's. END OF SECTION SP-43 UTILITIES The work described in these plans and specifications requires coordination between the Contractor and the utility companies in accordance with subsection 105.11 in conducting their respective operations as necessary to complete the utility work with minimum delay to the project. The Contractor shall comply with Article 1.5 of Title 9, CRS("Excavation Requirements")when excavation or grading is planned in the area of underground utility facilities.The Contractor shall notify all affected utilities at least two(2)business days, not including the day of notification, prior to commencing such operations. The Confractor shall contact the Utility Notification Center of Colorado (UNCC)at(8-1-1)or 1- 800-922-1987 to have locations of UNCC registered lines marked by member companies. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located prior to beginning excavating or grading. The location of utility facilities as shown on the plan and profile sheets, and herein described, were obtained from the best available information. Contractor shall confirm utility locations in field. The work listed below shall be performed by the Contractor in accordance with the plans and specifications, and as directed by the Engineer. The Contractor shall keep each utility company advrsed of any work being done to its facility, so that the utility company can coordinate its inspections for final acceptance of the work with the Engineer. - Coordination with utility owners The work listed below will be performed by the utility owners or their agents� - Any utility relocation required All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the work. BASIS OF PAYMENT All costs incidental to the foregoing requirernents will not be paid for separately but shall be included in the work. No monetary compensation will be made to the Contractor for delays or any other issues related to utility conflicts. END OF SECTION SP-44 EXHIBIT '6' F2ECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids,Drawings,Specifications and other Contract Documents. , r r � � . y �� Addendum No. � _ Date. _ '�`�,�� � !"�� gy �,;�� ,r-c�,.c�� 'l Addendum No Date: By' The undersigned, hy his or her signature,hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions,specificatPons and special provisions set forth in the Bid Request No. 61700125. 2. Ttie quotations set forth herein are exclusive of any federal excise taxes and all other state and Iocal 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 Bid contained herein(including,but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County,together constitutes a contract,with the contract date being the date of formal acceptan�e of the bid by Weld County. 5. Weld County reserves the riyht to reject any and ail 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. t ' • �� ; FiRM /�� :O�+ri�G,r� i.-Ovt5 1 r_ ����1'� (r��' - �i.:�... ` �*,r', `- 7 (Please print) ADDRESS f�� Mt��r-z �.C ee-�. E�. �. '�o.t `t''�_�l DATE �,�.���f t� CITY, STATE, ZIP CODE�'��'�'� �l, ���.7 (�.�'� ���� S ! TELEPHONE# `I�.''�-l 6 rJ 'G I ��. FAX �%�'� - `,'3.� � �S �S E-MAIL�1.rs1aP_r:�rf���.ar,�:�c"+��,,�S?rS . '.�m,TAX ID# i�- ;.; � ' ;, ---�-- ---- .., SIGN/l,TURE �r�'� ��G+�+'�,~ _____ WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS#98-03551-0000. BID NO B 1���I 25 � Page 21 2017 CONCRETE REHABlLITAIONS SID SCHEDULE Item IVo. Descri tion Quanti Unit Unit Cost Total Cost Demolition Items 202 Remove Curb&Gutter _ _ 240 LF $ ,3� $ ��/Q 202 Remove Sidewalk 95 SY $ r $ 8SS 202 Remove Concrete Pan 55 SY $ 8 � y yd 202 Remove Asphalt 465 SY $ 7 $ 3 L SS 202 Remove Rock Wall 85 LF $ JS $ J Z 7S � 202 Remove exist(n Vines and Plants 26 LF $ �� $ 3Gy 202 Remave Fence(contingency) 25 LF $ � $ ��e 202 Remove Sto /Street Si n&Post 3 EA $ 75 $ Z Z S Cvnstruction Items_ 201 Clearinq&Grubbin 1 LS $ �800 ' � $ i �ao 203 Proof Rollin 10 HR $ ��S $ j 65�� ^ 207 To soil 1 LS $ /o aa '� $ �Oo O 208 Concrete Washout 1 LS $ (�ov $ Gcd Seeding, Fertilizer,Soil,Conditioner _ 212 and Sodding 60 SY $ 2.0 $ �Zoa � 213_ _3"Mulch with Weed Barrier Fabric 40 SY $ ZD $ gae 214 Planting (Arborist) 10 HRS $ !0 0 $ o 08 � _ 214 Plantin4 contin�en�l_-- --__ 1 LS $ �/5-D g y50 � 6"Aggregate Base Course(class 6) _ � 3a4 contin�ency�__ _ 160 Tons $ Z� $ ,3 Z od Asphalt Paving(PG 64-22)(grade S)- 403 3"thick 83 Tons $ /,5 0 $ (2 y� Asphalt Paving (PG 64-22)(grade SX) 403 - 2.5"thick 94 Tons $ !7S � $ 16 y p r 607 Wood Fence_(contingency� _ 25 LF $ 18 ^ $ �lSd ^ 608 CurblHandicap RamPs__ 80 SY $ 7a g $66o � Truncated Domes for Curb Ramps _ _ 608 materials onl ) __40 SF $ 3 Z $ I ZFo Drive over Curb, Gutter&Sidewalk- � � _ ^ 608 (90"width) - - — _— -- -_ 120 SY $ �0 $ � �(dU BiD NO B1700125 � iLl�:U�`J7,L1i�V C,�:.�T��'E_,C7�.,,:;�, r 1�. Page 19 (1¢t�ti. r)� r '��^ � �-� f'.�. ta Q�� <�t:;',� Pl�;try:�ip, C� ��;;i)��l (:l ri�j 7�',�-sa i �3 609 Curb&Gutter-(3Q"width) 16 LF $ � $ �`'�� �,.. 609 8"Thick Concrete Pan -(96"width) 70 SY � ��= � �' ��'� ---_ _.____— ----______------- , 24 Hour Concrete-(additional cost) -- 609 contin enc 270 SY � ?� ' `�,� : _____�_ _._Y1---------�__ $ `�'���� 625 Constriction Survey_inq_ __ _v___ 1 � LS $Z�S� � $ Z;� 5u ` 626 Mobilization 1 LS � '��� '� `'�.-a z;�� �� 63d Traffic Control Ins ectian DAY 21 $ `'5 $ ;5?; 630 Traffic Control Su ervisor DAY 6 $ �'� ' � 4''�='� + 630 Traffic Control Devices&Setup 1 LS $�-?�J � � Z ��;: ~ 630 Flaqging 210 HRS � � a� y �� "FA Minor Contract Revisions 1 LS $ 9,500 $ 9.500 *FA Erosion Control 1 LS $ 3,500 $ 3,500 C.1+ , `, -� �:r TOTAL BID AMOUNT= ' ' ' -� " ' "'Include all force account(F/A) amounts in your total bid amount. NOTE: The fo(lowing are items of work to be completed by Weld County: • Projecf/Contracr Managemenf • Construction lnspection __. --___._.__�_� __._.��. BID NO B170012$ Page 20 �a�L�.�rJ�-.a;�� co����-���c;-,;��, ,���� ��. ��n a�� �. �t�3tr�`��lla, �.� �:Civ� � (3,%�) 1�;�-� i ,� ; BID �OND 2017 CONCRETE REHABILITATIONS KNOW ALL MEN BY THESE PRESENTS that Mountain Consfructors, Inc.� as Principal, and United Fire & Casualty Companyy*'' as Surety, are hereby held and firmly bound unto Weld County, Colorado (hereinafter called the "Owner") in the penal sum of Five Percent of Amount Bid Dollars ($ 5% ), lawful money of the United States ofAmerica,for the payment of which s�m well and truly to be made, we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly to these p resen ts. THE CONDITION OF THIS OBLIGATION fS SUCH that whereas the Principal has submitted the accompanying Bid dated, August 31 ,2017, for the 2017 CONCRETE REHABILITATlONS as set out in the accompanying Bid. WHEREAS, the Owner has required as a condition for receiving said Bid that the principal deposit with the Owner either a certified check equivalent to not less than five percent (5°/al of the amount of said Bid or in lieu thereof furnish a Bid Bond for said amount conditioned such that in the event of failure to execute the proposed Contract for such construction if the Contract is to be awarded to him, that said sum be paid immediately to the Owner as liquidated damages and not as a penalty for the principal's failure to perform. NOW THEREFORE, if the principal shall,within the period specified therefore: A. On the attached prescribed forms presented to him for signature, enter into a written Contract with the Owner in accordance with his Bid as accepted, and give a Performance Bond with good and sufficient sureties, as may be required upon the forms prescribed by the Owner for the faithful performance and the proper fulfiliment of said Contract or B. Withdraw said Bid �nrithin the time specified, or C. Pay to the Owner the sum determined upon herein as liquidated damages, and not as a penalty, then this obligation shall he void and of no effect, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this 28th day of August , 2017 the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing board. Princi�al Mountain Constructors, Inc. Address PO Box 405 ATTE5T Platteville, CO 80651 �- ��+71 B�/�_�t'3.v�_ck_l.\ �.�t��-1,.`t�:�_ �� ,� ! , � , / By � a�. ��.a..y���-�— `` 7 d. , .t.-��' .�.. Surety United Fire & Casualty Companyy % ATTE5T " , �_-' '��Y�� � Address P.O. Box 73909, Cedar Rapids, IA 52407 B Y� 1 �"'�-,_..� � � 4-� �,(�.,.�_ �— 1 /`��,,, / � Anne eaux, rety�/itness gy ���-i.��,.L„ �,�/G,�r'�!1 Flonetta Acosta, Attomey-in-act BID NO B 1�00�>> Page 22 'Incorporatad in the State of Colorado "Incorporated in the State of!owa Ii�\[I F.i)I�IkC k !_'p�C 1L l Y ('Oi\IPaN\,Cf D tR R:�PII)�,L� Inquiries �ureh'Ucp.utmenl ��� (�ivl IlCli I�IIZI' k li�l)I ��itilll ('lJi�l[ aVl, N►'[3ti'1'L'.11, 1\ i IR.4ccund �rc SR P!v ��VCIAI P�ACII It-IfVSL'K�1�VC1? (UAIPA,VY,k(I( kl IV,('.A Ced.0 R,ipids,L\ �?401 Cl�;kl'lF1F,U COPC ON'PO4��Tk O1�:�TTORVL'Y ;uii�l»i�>n tiie a�Huine l_lC(�ue n��('nm����ny -�����Cer' i cu�ouj f�,�O`�l% ACL PGRSI;�l,ti [3 ' 1?(C'�li 'RI':�I N;S Ti�at C1TviTi:L) PfRli&C�\il_i�AI.�fl'LCl\-IP�YY.<�corpi�rti�ion Jul� �����ini�..ed an��;xis�iug undar �h�l:��r�ui�!lto��atc oi io�ca; �_1NIl�,�:1) CIRG � INf)kiititM"I�Y i'O�AQPrWI'. a cnrporation d.0� �,rgon�u�ed,3ed ",:;sun� under nc� la�.�>of Ihe�t�tc�r Tcxus: and PfN.1tiC�[r�L P�C'P[� [TdS�IR,ANCG CO�t1':ANY. a cni��,nruiun duly or�z�nizcd��uuJ s�ivun�� �,indu ihc :a�vs .>1��he 'it��e of Caliti�rniu (herein culieclively cafleil��ie Co�upanies),urd h;t��ing dtc�r co�q,�.�rote hcnUyuartec;in ('euer R��}�id,.Stntc �:��In�vr�.���c;n�ake,c�in�[it�tc and ap�inini DOfYALD G.rtPPLL1�1�;f_)R tiAR:�H G[3RC)WN,OK��•L4RK S1���1C�V2T,OR I'ODD BG V'CC'ORD,OR FLOR[F���'fa ACOST-1,��R SUSAN,L L,.AT�TARULI),AL,f�INIIIVfDlf,4[,L.V'll�C,RC[�,NVtr!)OO b'If.LAGG,CO their�i!ie and lu����l.�l Auoi»ev(sl-iii-I���ic� �a�ith power an]iuuiori<}�h�rrb}� ;_onien�ed tu sign,se�l n�d e�ec�ue ic �t; hehail��ll ia,vliil hoiids undertrikin�s �nd other nhfi�attor)' inshnmcnls uf eimilar nutur?prov�ded tltzn nu single obfig��lio;i sltell e::ceed$I ilq,ii00.pi)rl ilq and io bind[he Cuinpwtires Uiereb.;as[��all}��nd tu thc;amc��ten�os i�,ueh insu�uiriuiits .�cre�igncd h}�ihe dui�� aul6orizcd ol`cei,aFtlie Compa�iies aud ill ofth��cts ot:;aia rViui��cy.pursuant[o tl•�c twthorii5�h2reny�i��ei� �oJ h��reb�,r�atitied and c�nlirn�ail. The Au�harit.� ��ierehy granl�d 's�.�'intiituous!ind:;hall rcmuui in Culf t�nrce�nd ettect unlil revokz�f>�-I_f1�1ITCD i�[RG�i (.',�SI;A!1Y COA4PrWl'" I�IV['fLD i'U2L& ITlDEVI,lITYCi?�fPAN1'.;AND FINA,Vt,I�A:.[',�C'[PiC tNSURl��lCFi Cl)UIP:WY �Iliis Po�+-ir oFAnurncy is made and ez�cuted ptii�uant�o�nd b��;iuthorilti� oFChe Fnll���ain�b}'Ian°duly adnpted;!n V(<iy I�. '01 l, hy�he 3uards pl Direc�oi�s uY 11NlTED I'IR1: K �'ASi_T�LTY� �'C)��1PANY. (INIT�7 FIRE & (NDE'�[NTTY"CO;YIP,�N1'. ,ind FIN:1�1C1;1L P�4CIP[C CNS(T[Z:1NCN: COtv1P;��1Y. ":�i•ticle V7 -Surety fionds aud Undertakings„ Section ?. ;�ppoinimen� o(�Attarney-in-F;ict. '`T�a President or an�- Vic� PresidenC, rn am� ciher nl'ticzr o(;h� C�omp�nies m�ey- frnm tinte tu timc. ap�oin� by ���rit[eo cartrlleai�, �ttorneys-in-fhct to act in behalf nf tha Co�upanies in �Le execuiinn nf polic;es u(�ins��rance, hends. undertakinhs and olhar olili�air���,; instrnm?nls uf fike nature. �Che signatu�'e oC:�u�r ot'.icer authorized hereby. mtd ihe C�omor�te sc�l, m�y be affixad �� facsiinile le :iny po��ver,�C at�cri7ey or;pecia' i�u�eer oC.iltoiney or�enilicaiion��i,�ither:�utliorized hereb�•:-,uch si�iuiure and�eal. �.vhrn s�i used,being adopLed b� !he Companies �as�hc orieinal sign�ilure ui',uch nl�iicer and the�rgin�al ecal of t(ie.Compauics, 'o be valiJ and hindin�upon !he Compauies�vith �l��saiue lbrce and ett�ect�_�; diough mnnuall���Ifixed Si.�ch :�ttumeys-in-I�ucl.subject to :he'�.imi�ations sel forth in their respective cerli�cates ��I authurity si�a�. h>we Iull po���cr t�� bind the Con�p�mies I;y tl��ir;ignat�.ira and e�zeu�ion of any such insu�iments nnd tu aunch �he cenl of the e'omnanies thcre���_ 1Le Pre;ideni or ai�p Vice Presidenl_tl�e Clev�d nf f)ii��ctors nr an� ui.'i��rnFhcer ni' nc�Comptuiies mey�al�n}'lime re��oke�II puwer and audmriq�pre�-inusly�iven to any atlumey-in-fact. �,,,��!�����,,, ��,,,,uw,,,,,� N ,,„ [�I Wf T'�lF.SS VJKf'Ri:Of' the C<?MP�?vTES liave aach ��used�hese pretien�s to he signed by its �o`.� �,,q,, dF�.,in,.r;''•, � �ris � � tir .�� r �s,. .., ,.•���G ua�y v�nr n.�s�d��nl �n i rts ccnpr r,u:�te:tl ro be here(o alfit�d li!s I ,t:�y �1 1:1�lUAR Y.?0!5 _'.,�'��oNruu,,ir i �? <:<,ernRn�rl�!' `YQP�GaPFnR*�;�C i _- = - = :����:. ����= �rivrr�:n E�1R��c-�su.�i r���oNira�v��r :; —•— _- —•— _ :�: � � � �°� UNITED�IR��c NDI?R4N'TY CO\4PArlY tif,AL +� S�� iEAL "� � ... ;'�{.. 19Bo —. . � � 'y^ 4�� . �� s L'�C !.'2 s `'��q�tinnrn++`��`�� �i`asree«•�•�r` ����t�FOH,}�:�to' PIT`(Ar(CI.ALP4CIf'ICRVS�CL.1i`J(�E:irlMP,1VY �rnhuutu�• ���nnnuuaPN` .._.. - n�i������m��•c`• �-r����-----_ �� ��� S!ate oFlo�+n.Cow�h:oi Linn,ss. V�ce Pre;ident On I�Td�y ni�JA�VUARY,?0IG.beti�re ma pers�.inally came Dennis I Richir,:uin ro me I;nown.a�ho heing by me duly s«rorn,did depose and;ay: Iha�,he resides in t=ed�r Ruplds,S�ai��:�[lo�va: �hit he is a Vice Presidcii� ot CN[TED fTRC& CASUAI."Il`CON[P,�,NY, u Vice Presid�n� ut i;NITED PiRi�: � I'VDGititN1['Y CO��[�ANY,�nd a'd ice I'resident ol�lNAN��IiAL Pr1C[F[C [NSI_IRAt�ICI�:COtitPANY�he�orpora�ions d�,crih��l iu an�l �vhicl; e.�ecuted ihe abuve in;uvmtnt:Uim I�c I:no���;;he;eal ol;:�iid corporaiions: that Uic scal nttltied !o thc;aid inslrum�tu is such coiporr.te seaL t�iat i� ����s�;o �:it�fi�ed pur;u;int ti.�nuihoru�:eiven b,rhe(3ourd uC'Directors uY'�,aid e<�ipor�tion; mid'hat i��;i�ned his name Ihecolo nursiianl i.�� like antl��;rit,�r.�ud-ickno��eie�i_es ;nmv t��i�e�he act;ind d c oE,a��d�urpuratiuns- ��e �8� Judith�.f)avis 4 lowa Notarial Seal � � L A ' Commission numher 173041 �� Nutau�y Public ow• My Commission Expires Oa123/2018 . N[y�onur.s:�wn c.�pires:�)<t/_3!_'pl8 [. f)�ivid A. I:�nge. Secretttr�� of'[!N�"II[�) ['TRL& C;�,S'J.�I T1'COi41;'A_V}� jitiJ .lsnistuu� .Se��,ta�}� u��[;�iTTI) I�fltl`�_� [f�i�I�A4NIT1'C�JtbfPANY- and A9sista�il Sccrc�m'y oC�PiN:�Nf--I.-V.. I'��1Ci1�1(_' �NSURAf�{('F. (�ON(PrW`i. do 6ereby ccrtify �Ital I h�va r.nmpa�rcd dic fi7rcgnin�copy uf tht P�iw�:r uf�1ltomey and aPfid:i��it,and!6e copy oC ihe Scction uf the byluws<md re;�olutions nf_;aid Corpuratio�r; as;et fnrtli �n;aid No�,ti-er of�[!omey.n�ikh[he ORIGIN,ALS Or! FlLC[T�1 THC HO1�1E(��P1C�rJF�AID COR?ORATIONS.ar.d th�t dia st+me;�re��nreci u��n;cripu �hereut:a�id ot die�i�hule o�ihe said origuials,and th�tt thc;aid Po�ver nf�Au�rney h�t5 uut l�een��e��nked and is no,s�in tidl force anJ �Ffec�. In testimony���hercuf t hnee!�.ereun�o,ubscribrd my nar�e and atllxed thz eurporaie seai ol�the;aid C��ipurr.�tions lhis 28th _ Jaq_�I� August _ '�1'- — d��X�tulu,pr. Pu�qqr u nuru,,, � ���� � PP��iu �i}��', fa\�,���NSUqa ���`�� �' :�.>` r- PPO �'�. ?j` �? ` a,��o �+r�,.�.. q =� ��ouinu�it ?� iour�n�ic °: 7�.u� � ° o: �,��J// /j �s ; ' —� ' -� 1785 �bi Li\�� �'�l"` /�`'% �y'� a1..Al � tiG\I ;y�'.P r.- � J '}y .1��FaNN.� �%O���«�rias'° ..�°�ru �`� tii'::rclt�r'�. UC'&C. `�h�m�uaa`��` r��rqlllluqP\���+``` „��.���� ' ��.;,ist:mt Seca:t�n�, l.fP&IiPPIC �i�rnuuan.i���i _�,�, W'9 Request for Taxpayer Give fomi�o a,e "' """ "' ' Pdentification Number and Certific�toon requester,Oo not send to Ihe IR3. Nnma las�Avxn r}n vWf�IGIXM 4Nt�9W111) D '�'�1�'t7(./ls^�,.'"�'�{/^� 1�t'� l;!'.j,.�:�_.i`�,�! � �,_)+� . QBLLf1OK3�OY+19.d JM.O��RI I(ofr�]b4Vs f C O N �C Ctf_w:A uPprKxiota bov:��, fMr�i4uNrSol?prnpnn�cv � C:rcpwation '_i PartnwsMp ! . � I E�en5pt � . , Umlted Madiity compunY Enter Ru au cl�asd�cntlrn�p.=dls�aga�tleU�nnDl.C�capomlion P-parrna�;�hip?► i , � ��� �3� 1 i -::-����:a•�sr�-rafs ► � ��'• '"` � _—'_—�___ _ ._._. — ___—. _ _._ _ ...._.�.__. _..__..._ a i Addrass.numb?`.stro.K �nA�Pt M SUII��O I 179QUWt?f 5�7f11P OIIU OAHIM6 ioptlorou I 1 `—' ��s� ����i.^ �'L��=y..�. � I'�. _:�,���4��5 __. � City.s+ata ond ZIP code � � . �:�P�����,e{�rre,�`�_���C�f ' ` - ----. _._ . _ --__ _.__ — �° �oplionnll Taxpayer ldentltication IVumber(TIN) Eitar your TIN in tha appropriate bux Tha TIN prov�AAd must match Uie name prven on�ne 1 to aaoid i 5odol.wcvity�umber oackup will�holding.Fa inUiNdUal9.lhi9 13 yOU�SOCi81 99CUnly numbar(SSN�.Ho�vever.tor a residenl � �� ' alien.sole proprieLor.or disregarded anlily,see the Part I mst.uclicns on page� For other en6lies.it is � ' your amploysr!deniificatlai nwiibgr fEIN� it you do not nave a nwnber..see Hoiv to dar a 77N on pa9a 3. or -----,_..._-__.__. . NOSb.II 1I19 dCCW11I i3 ii�mp(e thOn O�tB nm116,9FC IhC dhort qt pag9 J fot'guid01in0s on:Yh090 Bmployor idenilfl¢oilon mun6ar '�. number lo enler. ) ,J �� : � Certification Under penallies of per�ury,I certify Ihal: 1 The number;horm on Ihis form is my carecl taxpayar ldenlification number(or I am viaiting lor a number b be issued to me),and � I�m nol sub�ec!lo backup wlfhholtling becausa (a)I�n exampt from backup�vdtiholdinp,cx rb)1 liave not been nollfiad hy Ihe Infernal Favenue Servica lIRS)Ihal I am subject to backup viitlihdding as a resull of a lailure m report all intx?st a dividends,or(c)Ihe IRS ha5 nolified me th�t I om no longer subjeci to bachup wilhhalding,�nd 3 I am a U 3.cNtzen or other U 3 person idefinect below� Certlflcalimi Insiruclions.You mu�l r.ross oul rtem 2 above d you have bean noGfied oy�Ne IR6 Ihat you ore currenlry sub�ect Io backup vAlhhGtlh9 because yai hays lalled to repat all Interect�nd diwtlentls on your tax retum.For real estate iransactions,Item 2 doss not apply For mortgage Inferest paltl.ooquislUon or a4ondonmenl ot eecuretl property.cancellaha;ol debt,conhiAuUais to en�ndfvttlual rellrement arrangament�IfiA),and genorally.payments other Ihan Interast and dlvidends.you are not requlred to sian ihe CeAlt�atlon,bul you must provide yaur carrecT TIN.Saa tlia lnstn�ctfons on pa9a 4 —.�T._�.------._...._._-f}—--------------- 519n � s�gmwro o� '. � ' ---- -----�-----1.�__.._*------_------- Hera �.s. �ti��� 'r---J ��,. �5� 1 � t^ �..�o�. �.-- c General tnstructions Dollnitlon of a U.3, porson. For lvderal (ax purposes, you are gc��ion refarences ve to the Inlernal Rev?nue Cecle��nlpss conslderetl a U S person ii you are: olhervnse noled. • 4n indivitlual who is a U S ciflzAn or U S resideM aNen •.4 putnersMp.corporallon, company,a associalion crealed or Purpose ot Form orc�a�ized in the United S12tes a under thg taws ol Ihe Urvt?d A person v�ho Is requlrr_d to file an Inforrrr3tlon returr��vRh fhe Stales. IRS musl obtain your correcl taxpay?r id?ntificatlon numb?��TINj � An astate(othar Iha�a foreign e;t�fa�,or lu�v��wt.fa ezainpW.mcoma paid lo you�eai�ta�e •A tlumesUc lrust(as deflned In Reguladon;sectlon transadions,mortgage mtarest you pald,acquiatlon or 301 7701-7). abandcnmenf of Wecured propPrly.cancell�lion of debt.ur g�cial rules lor partnarshlps.Parinership5 that conduct a conlrfbulions you made In an IRA. Irade a bu.lnass In Ihq UnitaA States:�rs generally requhed to Vse Form W-�cnry it ycu ara a U.S p�rsan i4nclutling a pay��,yilhhoMiny tan an any for4rgn px!nero'sharg ol inrnme rasiueiN atlen),to provlUe yuur correct TIN to the p.ws�b� from such business Further,In certain cases where a Fam W-9 requesling it(Ihe requesier)and,when appOcabls,to: haa rtol ueen rqe9Hed,a partnershlp ig requhed to prqsuma Ihat 1.Ca�ily that the TIN you are giving is correct(or you ar? a pvinsr is a larsiqn p?rson,and pay Iha vrdhholding lsuc. vaaltlng for a number fo ba issued) Thwei«e,d you are a U.3,pn_rson that Is a partner in a 2 Cerfily thal you�+ra not sub�ucl In backup svithholding or PT<<��f5hlp r,W1dUCtin(�d tl0cle Of bu81119SS f0 Ih9 Un1�9U St3f9s, pravidg Form W-9 lo the p2rinerahip Io esteblYsh yout U.S 3.Glalm gxemplion Irom 4acKup vrltlinolding d you are a li S. slatus and avoid atilhholding on yout share of pattrtersliip exernpl payae.If appllcable,yuu are aiso ceiiityiny lhal as a income. U S pare,on,your altxabla shve ot any��vinershlp incame from n�9 persan tivho qrvns Form W-9 lo Ihe partnersMp for a U.S.t�ade or bususess is nvl sub�sct fo Ute nilhiwtdin,y!ax on Iaeiyn ptvMers'ehare o(ettectivwy wnr.�cted�ncanw purposas ol astabtlshlnp Ifs U.S.status and avoidfng v�Rhholding on rts:allocable shaia W nel irtcon»trom Ilix pertrre�ship Noto.If a requast�r givWs yuu a loim other than Frnm W-9 lo r.�i�;��ng a Irada a buslnsss In the Unfted Sl'af�3s(s In Iha request yow TIN.you musl usn 1he requestar',fam if it is following c2sss: sUbstaol4'+Ily similai t0 IhIS FOrm U!-9. •The U.S ����ner o(a disre �rded anlil 9. y:tnd npl�h9 qllQly. C�1 No IO^31R Fo.m -9�Rev IJ�2007) BID NO B 1700I25 Page 24 STATEMENT 0F QUALIFICATI0NS AND SUBCONTRACTORS DATE 0F THIS STATEMENT: 4��q!.l� � .31 o�r'J�� All questions herein must be answered b�+all bidders and the information given must be legible,clear in meaning and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submit any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the lowest reliable, responsible and qualified bidder as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. � Name of Bidder(Company or Firm); �����r�v�� ' "� , ^ �� �-u�.-^� °���• �`� _ Permanent main office address. ,s,L� r+rt a'� ,�,. <� �-. �= P;^�r?v� ;:�� �x:� �G S�' Phone Numnes G^? "' ��-r. br. t � Fax Number� �?^_ ���- .� S 5 Year Company was organized ��'.�4'� t�t-- i ���`�.. Number of years this Company has been engaged similar construction: �� `�.`°;.�r S . Under what firm, company or trade names has this company been engaged in this type of construction, how long under each name and how long has each company been bonding work? Sf]rvL P List all projects that the Company has under contract at the present time. Show the contract amount and the anticipated date of completion for each; �-, ��. !.��i�-I'�+L-�� $ � $ List all contracts which were not completed by the contracted and completion date. Include the project description and state the number of days beyond the contract completion date. ���'�(? ° List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. 'J ,1,,: `� List all contracts within the last 3 years during which or after which the Company filed a protest with the owner. � ,r _ ' a-� .��. BID NO B I700125 Page 25 L+st all contracts within the last 3 years during which or after which any of the Company's subcontractors or suppliers filed a verified statement of claim with the owner or failed to provide the Company with a lien waiver upon request. ;`v {� ° Has any owner,as party to any of the Company's contracts within the last 3 years,contacted the Company's bonding company concerning late completion of the project, poor performance on the project, etc., or attempted to have the perFormance bond invoked? If yes,explain in detaii. _L_ :� , Describe all contracts that the Company failed to complete. t'f.�n P � � Describe all contracts on which the Company defaulted or from which the Company was terminated. �:�Y?P Lisf all or a maximum of three (3) of the most recent project, similar to the project described in these Contract Documents,which the Company has successfully completed within the last 5 years or are under construction at the present time. List the project name, locafion, project superintendent, owner's representative and phone number, date completed and contract amount for each project. Project Name: �vz�,L�,. .�y�� Location: _ I Supt: Owner's Representative: Phone: Completion Date: �Contract Amount: Project Name: Location: Supt: Owner's Representative: � Phone: Completion Date: Contract Amount: Project Name: ; � Location: � Supt: Owner's Representative: ` Phone: � Completion Date: �-- Contract Amount: BID NO B 1700125 Page 26 List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE STATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM 15%OR MORE OF THE WORK. SUBC'C)NTR�C"I'O(� W(')RK [�ESCR[PTION %OF WOEZIC �{2 �: � � t2:�?��- t�����.� 25 List the principal members of the company who will be invoived with this project, including the superintendent, foreman, project manager, etc. NAME � TITLE YRS.EXP v� ��`�'�'�u- .�`�,..�ri� List all lawsuits previously filed agair,st or currently pending against you,the Company or any officers of the Company. ��,,�'�r c_ The undersigned hereby swears and affirms that the infoimation contained herein is complete and true and further, hereby authorizes and requests any person,company,firm or corporation to furnish any information requested by the County of Weld in verification of the recitals comprising this Statement of Qualifications and Subcontractors. Dated this �i � day of `� �,a �s� , 2017 Bidder. �t/�+,����,'!'E�:n_ _.�r2 ��1��<.r��r-s���tG. ,-� Company ;` By. � ���t ,�r.r.!✓Y� K- ignature Name: _ i��� f<,��Y"''�' (Please Type) Title: ''�t'e S���..'Y`;,t�"t'. NOTARY County of �i����',� .� ) ss. State oF �-:; �r ;�.�, _� ) , �x� � _ :�+ ��_r""� "� being duly swom, deposes and says that he is �fE���df��%:"�L of (Title) `r'�;�.�Z��r �.,.,^r�;;�',,���r�� . �"r, , , and that fhe answers to the foregoing questions and all BID NO B I�0�l 25 Page 27 (Company Name) statements therein contained are true and correct � Subscribed and swom before me this�_day of ����, , 2p�7. .ANDY P AREND (SEAL) 3TATE7OF COLORADO NOTARY ID 1991a01J586 MY C0b1MISSI0N EXPIRES MAY 1 2619 .) ^ � ,"��i;Z,�, � aC C�1 a ,,����L^n.c,C.t_t ��� ,-�'�..z.v�-r��-.�`�-__ C mission Expires Notary Public BID NO B l 700125 Page 26 MOUNTAIN CONSTRUCTORS, INC. OFFICERS AND PRINCIPALS 622 MAIN STREET PLATTEVILLE, CO 80651 YEARS OF (NDUSTRY NAME TITLE EXPERIENCE Sandy Arends Corporate Secretary/VP Finance 19 Steve Brsig Genera( Superintendent/Project Manager 44 Dan Boyer General Superintendent/ Project Manager 11 Mathew Carlson Erosion Control / EEO-Safety Officer 10 Joe Kuntz President/Owner/ Estimator 47 None of the above employees or company officers have ever been convicted of bid related crimes or vio�ations in any jurisdiction. Nor are any of the above employees or company officers under notice of intent to disbar or has ever been debarred in any jurisdiction. � � z ~ V J o o a Q g rn � r`�. W � �" U O Z W u. � � � � Q � 1~tl o N � 0 W J N � N � aa � � �, tn O 0 a� N � � U � p W � a ti r � Q � o � o � H N N N � � � O� � c�7 r � d � � ti � W � N I--� N � F' o � o � U � � � � � ' � V M � � N � � N � F Z � � V !L O a N � � r°�iw ' O U � � r� « e3 y� � � 0 � Z �- Q uv.l _ � _ Z U � � � � a Y a � � � " �� �' W � � � N � � O z o � .� � � M � o Q � o 0 0•no--�. I- °' U °' U O1 L V � � � Y a � � � W Q � m � Z O v� �' � c W � m v O � � o o` H �, c � 'c a > � � ¢ �, � Z 7 � � c � o � � > a� Q m � � .` � m � a0 O N � c0 I` CO O O aJ I� C7 d� O N � (") c0 00 � � J� Q) c0 00 � f- i� �(7 4'i M 1� O� N c0 CO N f� O V f�- I� U7 V' h u) O � aD � a0 �JJ W O � :il O� V O O N I� N N CD t'n �l O� O) z m 7 tn f� CO O N (*7 c- N V N (�J C`�"1 N cD O O Q O � Q1 � u� CO .^i O O cD � �D cD N (D N u'1 �1'7 S � �D C7 N M M � JJ M (7 .T 'V O� � � � � M (+7 � � r+� O M O O O c7 O O O O O O O O M O O Z O I� O 1� I` h- O f� f� I� I� I� I� N !� O I` f� c''1 QJ M � � O) � � 6J 6� Ql � 6l � � (7 O) � v U C C Z a a a � a w n ui � � z o� � o � a ai 4. aNi a. a N a ° � p c � �' � � � r =C7 > � � O U C � � � � N � `L—J 3 U] Q7 tn (0 L @ C +�-.-' � E N U7 y CA �6 � 47 J � y � "� Q � O � ` � N @ �' � Q Y w � � � � rn a� m m y' U v3i � m � CJ v � � m � a� cn U v Z > � m m � — m a� ` w ✓� � c — � Y m ql .� � � �> Y Y L U .V Y � (p � � — �7 �G Y (� F- � �' Q V � Z Cn '"J LL. W � U Q � � d � W 7 Q tA Z � W � c'1 f� M ('7 C7 M �,.� M c'J c`� M c+l c� 7 V V �. V J" W W O O O O O O � O O O O O O Q O O O ZW � a N N N N N � n� N N N N N N N N N � N � � � � O N O m � � jn CO (��O O � O N N N O � N � z Q � LO t� a0 � � � ` N N c� 7 � in O � U � � � r � � V S O O O O M O a0 00 N � 61 O M � tc') O 7 ?� � V �n o 0 o co �n co �n <r v v c� o ti o �n c� o � rn � �ri v ai ao o c N �ri o �i ai co O F' � Z a V Q1 V' N fh � 00 I� eD N N CO M (`') CO M CO O (n F"' � � F- oD M O O O I� 00 c0 � W f9 O] M O o0 f� M V � W J Z z tn cD tD ch a0 tn O N CD W V' O � '� N �- N ' � M (`'"1 u"I N OJ ln tn N 00 O � 00 47 CO O� m 7 (tJ O CO N U-T ER y� N FA tf1 N � 69 N N EA 69 V Q � V � UT fn fR V> ER tA EH EA Efi Efl fA z a w � Q ra- r� w z Z lfJ (,� LL � H Q W � J a � � � � m O � y � c� � s '� `� y a�i � o � � � `a O � U � � W E � °' aQi °. 4' � c o g � a � � � � � o o � � a o E n� � -o - � = o rn - m y � Z � n W >� � � 'n a F- @ � n' m cn o � Q V � ? O N ll N .�.� N f,�1 N � W O C ¢ � UJ � l0 � I� j N C � N/ o Ul ` N p � � � `° � m aLLi o `n N � � c w a�i � Q c a a'� °�' � � L a¢i �' � � Q m °' � c� ca�J ° K � m � a z � > � N � c�i � 'S v��i w � � n d o n a� m m °� m � � o � �n �n � Q E �, a� � � � c �o � �� :» (� w � >, o o m � p !� � °21 � c a� o '° a� v ,—�� � Q rn N ni c� � c cn Q C ��' � 4 Q m O .C V7 � 00 L M y �' � L �(` (h M j — N � (n z � 0- V V � � � U� � > Z �2 �N N U 2 W �N J C � O Ul � U ` � Lll � � � � O O Z > w �° � � � N N � � � � �, u � Q O C� � � � a a 'n m V � m � � � cv d n� m �' c�n m '� c`a y a"i � m > � o � � � >, a. y � a� a� 3 a� N v m O cn � � U c a� m � � � w o 0 0 � �j y m a � E C9 S � U .� o � � N � �� C9 C� c � � L �` � ~ N '� Zi '� O C O O � O - O � a � � r c � O m a� m � � � � f° � � � Y m rn � z J U U � a �S � U H U C) d C� 1� U �� O C7 c0 O f� N �n M (p � ao N O a0 CO 07 t3� O V' 7 � 6�i 1�~- � � � � T O N O u� � � � � � � m W � � W W �— N (O N O (p c� N !'7 N � M N ch � N N Z m � N 7 V� N (O .-- N N riJ I� O N I� N (D cr N O ti �D O f� �A N C�! V (O N (O �n 7 (D C' M 1� (D _ � V C7 <+J CO N N N � 6l N c0 c�] � c0 � c7 (L� Q� a � o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z � � � � � � � � r� s rn s rn rn rn rn rn rn rn rn rn m rn rn w rn rn w w 2 uj � � (~j a c a � z H � � o c � � w E o a w � '� n o Z ° a °' 16 �O C y N O � � � � n � N � � � � N � � '� � � N C f0 N � � � � J l/J Y (0 N C (6 C � Q1 Q a Y m ~ = Ql T U N J t � 3 L 3 � � >. C ` y N C L � � -� Y � � U U V N N � � ro Y � '� L N � 'U f0 — � � � N (�"�6 7 � � � � U m in �' 07 W � 0a � 0� �] 00 � U � W a � � ¢ �n z � � ¢ w � � v a v v � v v � v �n u, ,n �n �n �n �n u� �n zr W W o 0 0 0 � � o 0 0 0 0 o a W �' a N N N N N N N N N N � O N `� N N � N �� � C 'L � c'7 c� M N M � (h M c�y N S � N M C) N � � Z p � u� co r� oo � � � N ch � v v in �n c� �o O �~y a u� � co co 0 o v o ao � o o r� o cv cv o ch � S � V m �'`1 Ol � O i� LL'1 O O O N M O 00 I� cn � O O (h a0 fh O) ^ N O 7 c`"J (D �fl I� �fl � � z a ao v v o co 00 � r �n �n oo ro r� rn o r� z V O F z N O N CO f� c0 N m M I� a0 � M N O� (h CD 07 V c0 O O N V W � fh 00 N N �D ['i CO 6� O U � � 0 O � rn ch �n m o �n r� ao o c� �n u� o �n � ER � � 54 Efl � fA � � y9 N y� fA � � � N U N Qp�„ Z Q Q c�' ≤+9 � � 2 W W Z ' � � � LL � W � J a � O � v U o � � � � `c m > y C� Y C � Q � � @ � N � u� o m c �i � U m � � v� �a � n ?� d c Z Q o > Z c � � g ap pp 0' U F � O U � ' f9 N � � O C O N w � m `�' E m U 3 � o a� c � = o y � O O � J O W c y 'C — � � � � N U Z .� � � � c � cn `� � ° a � � N vr `� � m a � a � Q y aNi m � o � Q a � � v � a� Y � M '� � j U N K1 � � lL r 'L L U U � C 9 ° 2 F' a o Q � m o `° � N ' d a�i ti a � > CA o S N ;p . N N y �p al N � Q E 'cp cj N C U � � 4 � Gj � � � N � � � � > � N J O c0 a O C!1 `' cV p a1' a' Cn � m � Q1 p � � C N � � � � L U> � N .� N a a� � a> Y y j 3 a L � U U 7 ? 1� W = � E � Cn ry� 7 � N � F- J � � � N � � W p � � U U J C O � J U) � fn C � � � F �J � O C C C � � C i6 � ry O> p U c a rn m � ' �' � �` c � Y U � y U (`� � � (`� � �' � (O p m > c a� t t > � x a� r x c y � > � � � o � � � � � ° ° w a W � o a W J U � � O ll LL J LL OC C� LL OC LL ('J O ,J O O � C � C O O O O N O O t� O O C O Y � v � � � T A T T J }. T 7 �. T 3 T U U S�' t° Q � U U U C) U U U U U U F� U O O � M V v ;p CO M � � !� N m u� N N O m co cD � co co rn io r ti �n �n o � v c� co � � cv r o co c r� � x v � v cv o � �n a� W W Q� �1 N N N V Cp N N N N O cf 6� CO O N O� O m u� �f'7 O N CO i� d O N (O N � \I O u� :D N � 6i �T u� (O V N O u) CO N (D .- �!] � N cD � _ � M ("7 M m (O � M M m � � N d' (�') N N 61 •"1 a � Z O O O O O O O O O M O O O O O O O J � ti � r. � � r- r� ti o r- ti r r- � � r.- - rn s rn rn rn o� rn rn o� r� rn rn u� rn rn m rn s uJ r uj Q. �J w Q o a � � � ~ Z rn � � � � o `° -oa 'a N ` � � � a`�i o u`�i �v .o _ v ,�°� � a� c� � `° `° 3 a� V m .� � � � � v � � � �p � c � v o � �7 L L c rn O) C� v� N N � c N m U �C u! '� 7 �o� Y W �,W `� �ll d � � d y d � C a � c � � m C � y. J .C � , J '> .- 'U N � � � .� y w y Z � Z t0 U U � L t U C � � '� � Z � m m Y w w w � U `° � � = � = � t c°� � m F-- � Y w � c� tn u) U Y tn cn U) Y F W a � v�i z � � W � �n �r, ,�, �n �n �n � u� �n co co c� c� c� � � co c� � W W o 0 0 0 o a o o � � � � � � � ZW F' a `1 N ON N N � N N N � N � � � O ip N ON (n LL � O �O c� C�? 6��i M � � � N O c'�7 ch (''') M M M V O iti � Z � U f� 00 � (h V V u7 l� � � CD OD OF Q � � .�- c- O O O O I� N f� O V O � O f7 7 I� O tn � '� � V N O � O c7 N � CO O N �f] CO V (O (O u� O (O � � :V — M �7 � f� O O U'7 (O (D � c") O � �"' � O � O I� S � N oJ O N I� O O) f� ('�7 00 W I� (A F c� ro r� rn rn cn �n o v co w ro c+> s � o � v Z U U � Z � cD oi v ai r co v ti rn ri r- rn o 00 � o �n Q � J Z � (O O N O 6� N c0 O I� CO ('� a� i!7 Op N 2 � � V � � c� � s�'a zNs � � � sa sNs � � � � � v> � `�w a w J a �» � zw � z _ � LL � W � a � c�a '�' U o c � o y � ca � x m - � = a� � ` w 2� y � N 07 � .U 41 Q � N � � N J � a @ W Z � ,�„ `� � 'C7 ot1 U � v m � C E 01 — O I- � � C7 � a� y F- � L � N J N � T o c o ' � v � ,� o � � L a L a�i o .° � y a O � a � � � � Q a � � � c � o � � � N a> > m d > � a � � � � � 3 � � 7 'i E � `�' o m c E Q � c � ,n c � U � � o c c ca �n � ¢ � � � � o � � oa � N C a ¢ c � Q c -�p a a u. 3 � y � N �` � z t ' � m � c � .o m o ro o m N Cn �t5 U � .u� U r� � u� ,� �° � c � aci � m 4 v L @ � m a�i c�`ri � � a v a� N N � � U � �, m Y � L N (n t0 � N O z f0 V 2 U � v p O — v N o a m � v� c� v� � a rn c.� � O � � = m z � � in � Y m �d Z N � � �6 .� 3 a � � � E � v C aJ' U ~ (0 O C � O � � D — N v y C � � N O C � � 7 � � � J L a � N � U � O T�, Y (U � O 'O = O O C N .` — N N o' U � 3 0' w o o d `° � 7 a a � O J `� O (.J J O J �i' "O ` � N O J O � ~ � F c a ~ � c O o � N � c o c D � _ � � •-�'+ �' U1 � •-T- � •.�'• � � �'' � �i � � J1 C� (� _1 H � (� (� f- �,J L1 U Q1 W d i- (� F- � � M O tl�0 h u�7 h � cD V O x �n CD �7 c`"J s � � �D � � CO � � O 00 C'') M CO � M O 47 M � ZW (+3 M N N m N N c� N .— N � O N O Oi W � O) m v � v r� �r, � ;o � co u i c� r� � c%� o o� d �n _ = N V CD �1 M D � � QNi � � N M (D CO M N M N 4' Z O O O (+� O O O o'J M O O O O O M O C] O O f� I� I� O t� f� I� O O I` I� I� I` I� O f� O I� r- O� Ch 6� c� O1 � � ch ch 6� 6� � � rn (+� O� M � p� � W � � v a' W zI-Q- � a,' a v� � o' � � c 1 � r Q � OI � N o � � N � � N � � N G � U C Q' C N — G U7 � � N N p .. N n- LL O :y C N = � � � p y -O = �C v N c a� � � Q � rn ro i, o � � m a m � �a cn c Cj � � � c Y W cLi � � a E c � m � � � � m` o N � J l6 C:� Y m � ` (O fU '� @�,. � Y � al l4 N !Q U Y ►�— U C7 � � Y m F— � � � c�n � � m ° ¢ c7 i w` Y m U � d L�' O Ul N > ¢ a 'm m w z � 'm a � � � � a � Q W W W � c0 CO co co cD c0 N r r r � r ti N N � r r V � � J O � � p N ry N O O O O � O O O O O O z j a a N � O O � �.,� � N N N N N N N N � � O �L M � c+� c"� `- � � N N N N � � .C- � � QO O O � � � Z p VO O1 rn rn rn � � c� v `v "� u� �n v� �n c�p ≤o O � � � � � � U ~ o �i � o a°'o o N o o "' v o r�i o o � o rNi o(p � � F- F � Z Q O U) [U (D C7 fD � O � W V � � O1 O - � ry O N (O CO O CO � I� O N f� i[7 V' 7 CD O � Z U U I� Z � � 7 c") M CO V M M a0 N M t(l N CO � p O O � M W ('r) (O � O � a0 ul O m tt 61 U � Q O O � � � � ti � m°j ≤fl � o °' � rn co ro � r°�� � Q a z J Q � � � � � u> � � � ^ v� er� � Z W w Z � H � LL O W � J a O L^ " � c U E `L° E @ � in a� c = c o � o � ° y ro � a = w a c � � � L .3 a � � � y L � LL � L � � � Z � ` � a � � � � a Q U � �, ,� E- v � o. a, � � o t� N aj ; r � v W N N � ot5 � � N � O � � N � � � O N O � w � � N Q c � � � � � � N � « J � �c a d m o � � Q ui m � CJ � -o c ai c �� �° � o � `m E � � <o � o � > o °o `° � u� �' a� N U 7 � n � N L � N � Vl (/J � �? mp. � (U O (n N m V N c C O) � C l6 N � ti c� � � 3 � aJ v � Q � U o m m = � � `oo Q I— u. o o � � U � C7 4. r� v N M (O c�') � � � L c0 00 "O � B � Q N N � 0 � c=n N � o m o rn > � m° w' � m° = u� � � � �j N C � u] Q O W � `° � ` � Y3 Z m m U � U � ° V O � � Y � C U7 Y � .0 O U ; N �o t° C � � a � i� N O � w v w .� 'an o`�� m � a � ` a ' ` '° � a � r`o m` S 01 > U U v a� c `—° v' � t`� c m � a� _ � x � v m � � � 5 w v� W o o w` > o � � w �j m a �° � o 0 0 0 � m o w � �, o � N C7 � U � � N G7 C C C N O � C O O � � N C O � p � � 3 3 3 > >• � 3 � m t � � I� IQ H U U .J F-� (� U C� � U Q U � C� !- Marcia Walters From: Bids <bids@mtnconstructors.com> Sent: Thursday, August 31, 2017 8:52 AM To: bids Subject: 2017 Concrete Rebahabilitation Attachments: 20170831075153375.pdf I hereby waive my right to a sealed bid. Please see the attached bid for the 2017 Concrete Rehabilitation-Carriage Estates. Thank you! Joe aCuntz Mountain Constructors, Inc. (970) 785-6161 (970) 396-1784 Cell P.O. Box 405 Platteville, CO 80651 1oe@ mtnconstruCtors.com 1 Client#: 33585 MOUCONPC DATE(MMIDD/YYYY) ACORD.M CERTIFICATE OF LIABILITY INSURANCE 9/12/2017 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 endorsement(s). PRODUCER CONTACT pat Reece NAME: Holmes Murphy-Colorado PHONE 720-622-8246 FAX 855-668-0069 ac,No,exc: ac,No: 7600 East Orchard Road, SUIt2 330 SOUtFI E-MAIL reece holmesmun c �om -�ADDRESS: P � P Y• Greenwood Village,CO 80111 INSURER(S)AFFORDING COVERAGE NAIC# I iNsuRean:Travelers Indemnity Company 25658 INSURED iNsuRea s:Travelers Property Casualty Co. 25674 Mountain Constructors, Inc. iNsuRERc:Pinnacol Assurance Company 41190 622 Main Street — — ' PO Box 405 INSURER D: INSURER E: Platteville,CO 80651 INSURER F: COVERAGES CERTIFICATE NUMBER: 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 ADDL SUBR POLICY EFF POLICY EXP -- - - -- LTR TVPE OF INSURANCE __ INSR.WVD POLICY NUMBER (MM/OD/YYYY) (MMIDDIYYYY) LIMITS A X COMMERCIALGENERALLIABILITY X X DTCO326D0332171ND 7/0�IZ0�7 07/0�IZ0��EACHOCCURRENCE $��OOO�OOO CLAIMS-MADE � OCCUR PREMISES�aoccu ence '�s300,000 X PD Ded: $1�000 MED EXP(Any one person) $S�000 � PERSONAL 8 ADV INJURY �$��OOO�OOO GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $Z�000�000 � PRO- I POLICY I ^ JECT I LOC PRODUCTS-COMP/OPAGG i$Z�000�000 �OTHER: $ B AUTOMOBILE LIABILITV X X DT810326D033217TIL 7/0�IZ0�7 07/0'IIZ0�p�COMBINED SINGLE LIMIT �� OOO�OOO M_�a_acciden� S X ANV AUTO BODILY INJURY(Per person) � ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS I NON-OWNED PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS � Per accident X rive Oth Car $ B �( UMBRELLA LIAB X OCCUR X X DTSMCUP5J415805172 7/01/2017 07/01I201�'EACH OCCURRENCE $$0QD Q0Q EXCESS LIAB CLAIMS-MADE AGGREGATE $5�000�000 - -- DED r X�RETENTION$�OtOOO . $ ` -- - ---- - -� -- - - - -- - - C WORKERSCOMPENSATION X 3027994 7/01/2017 07/01/201�' X �ST_ATUTE _ _I�RH _ _ �AND EMPLOVERS'LIABILITY ---- ANY PROPRIETOWPARTNER/EXECUTIVE v/N E.L EACH ACCIDENT $��OOO�OOO �,OFFICER/MEMBER EXCLUDED? N N/A �(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE,$��0�����0 .If yes,describe under � DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT �$�,OOO�OOO B Installation Flt. QT6605059R618TIL17 7/01/2017 07/01/2018I $200,000; $1,000 Ded B Leased/Rented Eq. QT6605059R618TIL 7/01/2017 07/01/201� $250,000; $2,500 Ded DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICIES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: 2017 Concrete Rehabilitations As required by written contract or written agreement,the following are included as Additional Insured under General Liability,Automobile Liability, Umbrella Liability,and a Waiver of Subrogation in favor of the Additional Insureds applies to Worker's Compensation,General Liability,Auto Liability&Umbrella with respect to the above referenced. (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Weld Count C010�8CI0 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y� THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Richard White ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 758, 1111 H Street Greeley�CO S063Z AUTHORIZED REPRESENTATIVE �' ��� �O 1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) � pf 2 The ACORD name and logo are registered marks of ACORD #S305445/M292291 ROMJ1 DESCRIPTIONS (Continued from Page 1) Additional Insureds: Weld County, its subsidiary, parent, associated and/or affiliated entities, successors,or assigns,its elected officials,trustees,employees,agents,and volunteers. General Liability is primary and non-contributory as required by written contract. A 30 Day Notice of Cancellation shall apply to the Certificate Holder,as requested per written contract. SAGITTA 25.3(2014/01) 2 of 2 #S305445IM292291 MEMORANDUM Date: September 18, 2017 To: Rob Turf, Purchasing Manager From: Richard White, P.E., Project Manager RE: Bid Request No. B1700125 BOCC Approval Date September 20, 2017 Bids were received and opened on August 31, 2017 for contracted construction of the 2017 Concrete Rehabilitations Project, which includes Concrete Sidewalk, Pans and Curb Ramps within the Carriage Estates Subdivision. Six (6) bids were received ranging from $111,567.00 to $183,183.00 with the lowest bid submitted by Mountain Constructors, Inc. from Platteville, Colorado. The submitted bids have been reviewed for errors and completeness. No errors were identified. A detailed bid tabulation of all six bids is attached to this memo. Public Works recommends awarding the construction contract to Mountain Constructors, Inc. for a total amount of $111,567.00. Upon approval of the bid award, construction will commence by the end of September and is a 21 day contract so we are anticipating project completion by the end of October, 2017. &017- 1'3 DATE OF BID: AUGUST 31, 2017 REQUEST FOR: CONCRETE REHABILITATIONS DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1700125 PRESENT DATE: SEPTEMBER 6, 2017 APPROVAL DATE: SEPTEMBER 20, 2017 VENDOR MOUNTAIN CONSTRUCTORS INC 622 MAIN ST P O BOX 405 PLATTEVILLE CO 80651 NORTHERN COLORADO CONCRETE 31793 CR 29 GREELEY CO 80631 NARANJO CIVIL CONSTRUCTORS INC 1863 2ND AVE GREELEY CO 80631 NORTHSTAR CONCRETE INC 1220 S GARFIELD AVE LOVELAND CO 80537 FRONT RANGE CONCRETE 6648 CR 56 JOHNSTOWN NO 80534 NORA CONCRETE CONSTRUCTION CORP 39673 E 160 AVE KEENESBURG CO 80643 PUBLIC WORKS WILL REVIEW THE BIDS. WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwalters(cr�co.weld.co.us E-mail: reverett(a�co.weld.co.us Phone: (970) 400-4222 or 4223 Fax: (970) 336-7226 TOTAL BID AMOUNT $111,567.00 $131,680.00 $137,090.00 $140,597.50 $153,426.50 $183,183.00 2017-3093 'tic, ta2-7-4-1 bL''eldCnumv Pubilc W'orks 43fc7 Teb £ur `'(117 Cuncrte Rehuh 11nitPrice Total �nitPrire To�l Price 11nit Price Totla hire Vnit Price Totla hice Vnit Rice Totla Prke 11NIT hire Total Price 11nit hire 11nit hire Moontain Mounhnin No��hem Co. Nuthem Co. Nuthstar Nor�hs�ar fmn� NanRe front NanRe NONRR NONRR I�mNa EstRty 11nit Engineer Engineers Constructors Constroctors Concre�e Concrete Naran]oCiNl Naan]oCivil �oncre�e Concrete Concrete Concrete Concrete Concrete �emolitlan Itrms 202 RemoveCurb & Gutber 2-04 LF $ 4C� $ 96�C� $3.5� $640.0� $15�0 $36C0O0 $]20 $1,]2800 $1000 $2,9�OC0 $ 1050 $2,52OC0 $ 1200 $?88000 202 Remove5idewalF 95 SY � ].CO $ fi65.00 $9.0� $&55.0� $12.00 $1,190.00 $7.80 $]41C0 $22.50 $�,137.50 $23.50 $2,232.50 $ 17.00 $ 1,615.00 20T RemoveConcretrFan 55 $Y $ lOC0 $ SSOC0 $60� $940.0� $1600 $89000 $]80 $429-CO $2]00 $1,985_CO $3000 $1,65OC0 $2500 $ 1,3]500 202 RemoveAsphalt 4&5 SY $ 4.50 $ 2,092.50 $].0� $$255A0 $12.OP $5,580.00 $19.90 $9,W1.00 $25.00 $ 11,625.00 $26.50 $ 12,322.50 $ 12.00 $5,580.00 202 RemoveRodWall 65 LF $ 15_CO $ 1,2]500 $]5.0� $1,2]SAO $2000 $1]C0O� $]20 $612_CO $1500 $1,2]5_CO $ 100� $85000 $280� $2,3800� 2'�� RemoveexistingVinesandPlants 2i LF $ S.CO $ 130.00 $]9.0� $%9.0� $20.00 $520.00 $22.00 $5]2.00 $20.00 $520.00 $8C0 $208.00 $50.00 $�,300.00 202 RemoceFenre [mntingency) 25 LF $ 4C0 $ 10OC0 $0.0� $ID0.0� $20.00 $5CO�0 $1420 $355_C� $1000 $�SOC0 S20O0 $50OC0 Sz0O0 $50OC0 2�2 Remove5[opf5treet5ign & PoSY 3 EA $ 100.00 $ 300.00 $]5.0� $225.0� $]SO.CO $450.00 $78C0 $234.00 j75.00 �ZZS.CO $50.00 $ 150.00 $121C0 $363.00 co�so-�r.tfo� rc�,s 5 - $o.00 io.co io.00 io.00 io.00 So.00 zoi ClearingffiGro66ing � �s g 7so.co 5 �so.co 5�,soo.00 5i,soo.00 is,000.o0 53,oco.00 S�Azo.co S�A�o.00 i�o,000.o0 5io,oco.00 Sa,sso.00 ia,s3o.co 5�,eao.co 5�,eao.co 2a3 ProofRolling io Hn S ics_co S i6s000 $iss.00 $i,cso.00 Ss000 Ssc000 Seaco Seaoco Sasoo Sssoco Svsoo S�,�soco S�soco Sis0000 zor TOPso;I � �s 5 wo.co 5 wo.co $�,000.00 $i,000.00 ii,000.00 S�,oco.00 is2o.co Sszo.co Ssco.00 Ssoo.00 52,eco.00 32,eoo.co Sz,soo.00 Sz,soo.00 2oa co��rea� wasno�t � �s S �soco S �soco $soo.00 $soo.00 Ssooco Ssc000 S�aoco S�soco Sisc000 S�,sooco S� sc000 S�,sooco Si�0000 Si�0000 Zi2 Seeding, Fertilizer, 5oil, Cundi5oner bo sr 5 izco 5 �zo.co 5zo.00 5i,wo.00 i�s.00 Seco.00 ia3.co 32,sso.00 ias.00 i2,�oo.co Sas.00 32,�oo.co Sss.00 5s,3oo.00 soaa� zi3 3" Muld� withWeedBarrixFabdc no sr S izco 5 asoco $zo.00 $eno.00 Sr000 Sac000 S��-so Ss�zco S��oo S�,�oco S�soo S�,cooco 53soo Sia0000 zia Planting {N6orist} io nRs 5 so.co 5 soo.co 5ioo.00 5i,000.00 ieo.00 isco.00 i�ao.co i�,soo.00 ieo.00 Seoo.co ii6s.00 3�,6so.co Seo.oa i9oo.co 214 Plantlng {mntingmcy� ] LS $ SO�C� $ SO�C� $45�A0 $0.50.0� $100d00 $]pCODO SYFilUf1 5'MUpO SIOUO.OU SIUOL9f1 5._I ��UII 54,I �S (1tl cG_li(Lflll 4G ] illflll 3�5 6" Aggrege[e6eseCoorse (dess6� [antingenc 160 TONS $ 25.00 $ 4,000.00 $20.0� 5�,wo.00 $30.00 $4,8C0.00 S$'_.T� $,Y,4.i?.1'H9 SJ ).f14] $K,81H1.119 S�if1V SN3611.474] �W:;90 5`'_911.W -0f13 0.sphaltPaving �PG69-22} �gade5J - [3' tl�ick] 83 TONS $ 95_00 $ ],885D0 $15�A0 $]2,450.0� $]50_00 $12,450_00 SIJ; I)fi iJL�Rh9UVl )7z4 (i0 g11,�Y�LO 511,�IU 571^lls�)�) SIG? IN 513G95Ylfl d09 AspheltPaving �PG6422} �grede5X} - {25" tl�i 94 TONS $ 105.00 $ 9,8]0.00 $1]SAO $]6,450.0� $]50.00 $ 14,100.00 51 'U.qtl >1F :Jd.OG 51 ?S.UI� 51 ?.G'1U,U0 $ H�OIN;1 515,ti19.0{) $ Hc119 51 £ r�0.�1] 907 WoodFmce[contlngency] 25 Lf $ 15_CO $ 3]5_CO $]S.O� $W0.0� $20_�0 $5CO_00 S�dXV S13 ?i1R1) S,�� ��t� S7?n11i1 'Sa�tlll SIf11%) ilQ SGSUO 51bc3470 soa Cur6MandiraRRamps so sr 5 ao.co 5 s,2oo.00 $zo.00 $s,eoo.00 S�oo.co Ss,oco.ao � Sa.4nUelU , s5.7c�a.op , 55J��.tiui 51 _.aiiU.Uu 5,i .lr� 5?3. Il, 5?_.dn 5 � 55.'io fi0B Truncated �omes4orCurbFamps [materialso 90 5f $ 20_00 $ 800_00 $3L0� $1,28�A0 $90_00 $]6COD0 5�1 �� SI?NY1U0 j_i.�il� filAfM) UU �� ��� SIGU') 041 S;S �i[i $] JE]IlElll &0& priveoverCor6, Qutter & Sideuaalk - {90" widt 120 SY $ 40.00 $ 4,800.00 $]0.0� 5&Qoo.00 $100.00 $ 12,000.00 yW7,�M' )] add0.00 �;i,{��� 55,4fH1.[Jti t��� ���� 5kdIX1.941 1�_ ���� SR.fiA0.ti0 @04 Lurb & Gutter [3FY' widtlQ 16 Lf $ 20_CO $ 320_CO $28.0� $948.0� $90_00 $690_00 Sy � �H� 549GU11 ��� ���Z SA%liMl S;frbU S���'��t� Si�UD i���� &09 8" ihickConae2eFen- {96" widih} 70 SY $ 45.00 $ 3,150.00 $]0.0� $Q90�A0 $140.00 $9,8G0.00 '���.��� 53'9�F,A�� ShL01) 5'"���1�'���� )hR.O�i �{�'� �'�'��� $ IW119 Si.jP111,P111 �ag zaHoorconae2e-�additionelcosq 2?o sr $ 1s.eo $ 4,oso.00 $]s.00 $qo5o.00 Sso.00 $ s3,soo.00 5'_.a,?9.fx1 510.�1a+i9b $Id] ?.ii1 5fi.J60,11�) (contin6�cV} 59JIV 530.00 Si.': )?J.UU 525 ConstriRion Surveying 1 LS $ 2,500.00 $ 2,500.00 $2,250.0� 5z,zso.00 $1,000.00 $1,000.00 S, ����� �x� 53 .1d0.{Hl �� 5��� ��t� 15(N1.Ufl h� '�t�� ��� SR,U{g7.{)�) y� _1��� Q� 5[{.tiU0A0 &2B Mobilieation ] LS $ 4,OOODO $ 4,OOODO $9,�00.0� $9,OO�AO $2.5OQ00 $25COD0 51k.I111p.Vt) �] Yl10UD9 $IO.W11.tP) �11��1111110 Slb.i1141.{141 �1h51111110 �+6.930d1{1 S"'-[�9df11�!] fi3fY Trefflc0ontmllnspestion 21 �AY $ 45.00 $ 945.00 $]5.0� $1,5]SAO $200.00 $4,2CO.P0 S„� �� V Inig��Q ,�� ���� 51 "�.OG y7U ���� 51 .3'0.90 SIfiL911 �'-�� GO.UO &36 Traf�� fnntml5upxvisor 6 �AY $ 8]5_CO $ 5,250D0 $]S�AO $qsoo.00 $400_00 $2,4COD0 Sy� ,•.ti10 �y���tx1 �a��� ���� S'_,`lfN10E] ���, ��`� SJa410f1 5� ��� ���� 9; 9011E70 fi3U Treffic0ontmloeviws & 5rWP 1 LS $ 1,500.00 $ 1,500.00 $2,]Oo.00 $2,]Oo.00 $2,000.00 $2,OCo.00 y'.�pi,lNi '�'?"y�;.i� 3>.Vil1rl00 Ss,ry,g1.041 ���„��.�i�� S?.Y�.'d].Ot] j?.;il�l.u�) 5'Af10.tl11 &38 Flagging 2]0 Hk5 $ 26_CO $ 5,460D0 $26.0� $5,96�A0 $32_�0 $6,ROD0 S ��� �W� SG-OUIlY1 �� � ��� 52?Si1 {��� ��� �i�� St ,yy�� U� 5�� ��� 5z?�11f10 ' FA MinorContmcYRevisions 1 LS $ 9,500.00 $ 9,500.00 $9,500.0� $9,5O�A0 $9,500.00 $9,5C0.00 St� ,���� �N� 59911U!,H7 ,�� ����� {��� 595lR1.0E7 S9.ip(�.SIU S�-�'�'�� 59.511il.tlq ��'4��'�X� ' FA EmsionContml ] LS $ 3,SO�D� $ 3,SO�D� $3,500.0� $3,5O�A0 $3,5OQ00 $3 SCODO S� ,���� (M� b�IiU lHt � � ��i�� {11 l4 i� �1 Spll y1Q _ i;SfIU fIU . 9 ��G�� S,i ?�i1.i711 Si.)jZil.illl T6t21 $83,42].50 TOtdl $]11,56].00 TOpI $131,680.00 TOtdl $ 13],WO.CO TOtdl $190,59].50 T�t21 $153,426.50 TOtdl $183,183.00 Hello