SLED Opportunity · COLORADO · CITY OF WHEAT RIDGE

    2026 Residential Streets Project

    Issued by City of Wheat Ridge
    cityIFBCity of Wheat RidgeSol. 245363
    Closed
    STATUS
    Closed
    due Apr 9, 2026
    PUBLISHED
    Mar 13, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    City of Wheat Ridge seeks bids for the 2026 Residential Streets Project involving asphalt and concrete rehabilitation, mill and overlay, sidewalk replacement, and striping updates.

    Opportunity details

    Solicitation No.
    245363
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    March 13, 2026
    Due Date
    April 9, 2026
    NAICS Code
    237310AI guide
    Agency
    City of Wheat Ridge

    Description

    Asphalt and concrete rehabilitation including striping. Mill and overlay indicated streets. Replace indicated concrete sidewalks. Replace/Update striping as shown in striping plan. Replace striping as exists unless otherwise indicated.

    Background

    The City of Wheat Ridge (the “City”) Municipal Building is located in the northwest Denver metropolitan area, with municipal offices at 7500 W 29th Avenue, Wheat Ridge, CO 80033. The City’s area consists of about nine square miles of rolling land adjacent to the Interstate 70 transportation corridor between Denver and the Rocky Mountains.  The topography is somewhat unique, with a natural ridge traversing the City. The City is a suburban community of approximately 33,000 residents. Wheat Ridge is a home-rule municipality with an elected mayor and eight council members, and a Council- Manager form of government. Wheat Ridge recognizes the Best Value procurement model which allows the City to appoint suppliers that best meet the needs of the City, taking into consideration proposer qualifications, price, products, and service capabilities and other factors relevant to the City’s policies, programs, administrative resources, and budget.

    Project Details

    • Reference ID: 26-10
    • Department: Capital Improvements
    • Department Head: Kent Kisselman (Public Works Director)

    Important Dates

    • Questions Due: 2026-03-30T22:00:00.000Z
    • Answers Posted By: 2026-04-02T22:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-25T16:00:00.000Z — https://teams.microsoft.com/meet/22802047646019?p=Wrula6sao4StBta3pM

    Addenda

    • Addendum #1 (released 2026-03-16T17:22:42.227Z) —

      Clean Bid Bond Form

    • Addendum #2 (released 2026-04-02T20:17:13.506Z) —

      Updated 2026 Residential Streets Description attachment.

      Uploaded additional documents:

      • C-F02 Speed Hump Detail (Attached)
      • S-M01 Advance Warning (Attached)

      Documents are located under Downloads as well as with this addendum.

    • Addendum #3 (released 2026-04-02T20:17:16.625Z) —

      Removed lines 7, 8, 12 & 17 from 2026 Residential Streets Bid Proposal table.

      Added lines 21-23 to 2026 Residential Street Bid Proposal table. Lines 22 & 23 reference 2 new documents uploaded for specs on Speed Humps.

    Evaluation Criteria

    • 2026 Residential Streets Program

      Asphalt and concrete rehabilitation including striping. Mill and overlay indicated streets and parking lots. Replace indicated concrete sidewalks including curb and gutter. Replace/Update striping as shown in striping plan. Replace striping as exists unless otherwise indicated. Cross pan may be required as well. Parks Parking Lot Paving to be completed between September 8th and October 9th. 

    • Definitions

      "City" (also sometimes referred to as "Owner") means the City of Wheat Ridge, Colorado. The City is represented by employees who will assume Project administration, oversight, and inspection responsibilities as further defined in the Contract, the General and Special provisions, and the current edition of CDOT Standard Specifications for Road and Bridge Construction. At the time of the preconstruction meeting, or when requested by the Contractor, the City shall provide an official list of City representatives and their titles as applies to the Project.

      "Contractor" means the person, partnership, firm or corporation responsible for the physical accomplishment of the project.

      "Subcontractor" means only those having a direct contract with the Contractor and includes one who furnished materials worked to a special design according to the plans or specifications for the work under the Contract, but does not include one who merely furnishes material not so worked.

      "Notice" means written demand, instruction or order duly served. Written notice shall be deemed to have been duly served if delivered in person to the Contractor, or if delivered in person or sent by registered mail to the address given in the Contract and shall have been duly served upon the City if delivered to the City Clerk of the City of Wheat Ridge, Municipal Building, Wheat Ridge, Colorado, either in person or by registered mail.

      "Work" means performance of the Contractor or Subcontractor including labor and materials and all services incidental thereto.

      "Cost" means all charges and expenditures of every kind applicable to the accomplishment of the work.

      "Final Completion" means when all items are one hundred percent (100%) complete and when all known defective work has been corrected as certified by the City Representative.

      "Substantial Completion Date" is the date on which the City Representative certifies the readiness of the work for beneficial occupancy or use, and is the date for terminating liability for liquidated damages and for determining incentive payments due for early completion.

    • Materials, Services, and Facilities

      The Contractor shall and will, in good workmanlike manner, do and perform all work and furnish and pay for all labor, superintendence, material, utilities, machinery, equipment, tools, transportation, facilities, temporary construction of every nature and all other services and facilities of every nature, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work, within the time stated, in accordance with the plans, drawings and specifications covered by the Contract, and any and all supplemental plans, drawings and specifications. He shall furnish, erect, maintain and remove such construction plant and such temporary works as may be required.  It will be the responsibility of the Contractor to locate/negotiate a staging area. The City will not provide a staging area on City owned property.  Any work necessary to be performed after regular working hours, on Saturdays, Sundays, or Legal Holidays, shall be performed without additional expense to the City.

    • Contractor's Title to Materials

      No materials or supplies for the work shall be purchased by the Contractor or by any Subcontractor subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work, free from all liens, claims or encumbrances

    • Observation and Testing

      All work performed and all workmanship, equipment and materials used in the construction shall be subject to Observation, examination and test, at any and all times during construction.

    • Weather Conditions

      In the event of temporary suspension of work, or during inclement weather or whenever the City shall direct, the Contractor will, and will cause his Subcontractors to, protect carefully his and their work and materials against damage or injury from weather. If, in the opinion of the City, any work or materials have been damaged or injured by reason of failure on the part of the Contractor or any of his Subcontractors to so protect his work, such materials shall be removed and replaced at the expense of the Contractor.

    • Emergency Protection of Life and Property

      In case of an emergency which threatens loss of injury or property, and/or safety of life, the Contractor is hereby permitted to act at his own discretion and in a diligent manner without prior instructions from the City to prevent the threatened loss or injury. He shall notify the City immediately thereafter. Any claim for compensation by the Contractor due to such extra work shall be promptly submitted in writing to the City for approval. The amount of any reimbursement claimed by the Contractor shall be determined in the manner provided in Article 9 of this Contract.

    • Reports, Records. and Data

      The Contractor shall submit to the City such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as may be requested concerning work performed or to be performed under this Contract.

    • Superintendence by Contractor

      At the site of the work, the Contractor shall employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such Representative shall be acceptable to the City and shall be one who can be continued in that capacity for the particular job involved unless he ceases to be on the Contractor's payroll. All directions given to such Representative in the Contractor's absence shall be as binding as if given to the Contractor.

    • Changes in the Work

      The City may, at any time, by written order and without notice to the sureties, require the performance of extra work or make changes by altering, adding to, or deducting from the work. The amount of compensation to be paid to the Contractor shall be adjusted accordingly without invalidating the Contract and in accordance with whichever of the following plans the City elects: (1) a price agreed upon, (2) a price based on unit prices of the Contract; or (3) a price determined by adding fifteen percent (15%) to the reasonable cost of the extra work, addition, alteration, or deduction; provided however, that no additions to the Contract Price shall be agreed upon by, or shall be binding upon the City if the effect of said price increase is to increase the Contract amount beyond the amount of money appropriated by the City Council, as specified in Section 2 3 of the Code of Laws of the City of Wheat Ridge.

      In giving instructions, the City may authorize minor changes in the work, not involving extra cost and not inconsistent with the purpose of the project. Otherwise, except in an emergency endangering life or property, no extra work or change shall be made unless in pursuance of a written approved Change Order or RFI response by the City.

    • Time Extensions

      The Contractor shall, within seven (7) days from the beginning of any delay, notify the City, in writing, of the causes thereof and the City shall ascertain the facts, the extent of the delay and notify the Contractor of the decision in the matter.

      The completion time shall be extended when delay in completion of the work by the Contractor is due to unforeseeable causes beyond his control and without his fault or negligence, including, but not restricted to, acts of God or the public enemy, acts or neglect of the City, acts of neglect of any other contractor, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotions or freight embargoes. The time of completion of his work shall be extended by such time as shall be fixed by the City.

      No such extension of time shall be deemed a waiver by the City of its right to terminate the Contract for abandonment or delay by the Contractor as herein provided or relieve the Contractor from full responsibility for performance of his obligations hereunder. The City's liability for delay shall be limited pursuant to the provisions of Section 2-4 of the Code of Laws of the City of Wheat Ridge and shall be limited to granting a time extension to the Contractor.

    • Defective Work

      The observation of the work by the City shall not relieve the Contractor of any of his obligations to fulfill his Contract as herein prescribed, and defective work shall be made good, and unsuitable materials may be rejected, notwithstanding that such work and material have been previously overlooked by City representative(s) and accepted or estimated for payment or paid for. If the work or any part thereof shall be found defective or at any time before the final acceptance of the whole work, or the final payment therefore, the Contractor shall forthwith make good such defect in a manner satisfactory to the City and if any material brought upon the ground for use in the work, or selected for the same, shall be condemned by the City as unsuitable, the Contractor shall forthwith remove such materials from the vicinity of the work and shall replace, at his own expense, damaged or unsuitable materials with the new materials of satisfactory quality.

      Neither the foregoing nor any provision of these Contract Documents, nor any special guarantee time limit, shall be held to limit the Contractor's liability for defects to less than the legal limit of liability in accordance with the law of the place of the construction.

      The Contractor shall pay the City all expenses, losses, and damages as determined by the City incurred in consequence of any defect, omission, or mistake of the Contractor or his employees or the making good thereof.

    • Unexpected Underground Structures; Change of Conditions

      Should the Contractor encounter underground structures at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the City of such conditions before they are disturbed. The City will thereupon promptly investigate the conditions, and if it is determined that they materially differ from those shown on the Plans, may authorize changes to be made to the Plan and/or Specifications as may be necessary.

      It is understood and agreed that the Contractor has considered in his bid all of the permanent and temporary utility appurtenances in their present or relocated position as shown on the plans and that additional compensation will not be allowed except for any unreasonable delays, or damage sustained by him due to any interference from the said utility appurtenances. Unreasonable delays shall constitute delays caused by a complete shutdown of all operations. It is understood that utilities are not owned, operated or controlled or subject to control by the City of Wheat Ridge. Relocations of facilities owned by said utilities are not a matter over which the City has control. The Contractor shall adjust his schedule in anticipation of such delays so that work in other areas may be completed away from the area of utility conflict.

      The locations of all utilities shown on the Project plans should be considered approximate. It is therefore the responsibility of the Contractor to notify the appropriate utility and obtain more precise locations. No compensation will be made to the Contractor for any damage, delay or additional cost incurred as a result of failure to obtain utility locations.

      Information on the Plans in the Contract Documents referring to the existence of utilities or other underground structures is not guaranteed to be correct or to be a complete representation of all existing data. Every effort has been made, however, to make this information complete and accurate on the basis of all data and information which could be procured by the City. The Contractor shall make his own examination and shall draw his own conclusions as to the underground facilities which will be encountered, and he shall have no claim for damages of any kind on account of any errors, inaccuracies or omission that may be found.

      There shall be no adjustment in Contract Price based on changed site conditions. The Contractor is required hereby to make an on site inspection and investigation, which includes determination of location of utilities and said and other natural conditions. Representations regarding site and soil conditions and utility locations are based on the best information available to the Owner and final determination as to both site and soil conditions and utility locations is left to the Contractor, without recourse to the City. The City shall allow reasonable and necessary access to the site to Contractor and his representatives to make such determination and site review.

    • Claims for Extra Costs

      No claim for extra work or cost shall be allowed unless the same was done in pursuance of written order of the City, as provided for in Article 9, and the claim was presented prior to the issuance of the final payment. When work is performed under the "reasonable cost" method as outlined in Article 9 of the General Conditions, the Contractor shall furnish satisfactory bills, payrolls and vouchers covering all items of cost, and when requested by the City, give the City access to accounts relating thereto.

      NO adjustments will be allowed for fuel cost of asphalt cement.

    • Right of City to Terminate Contract

      If (1) the Contractor or any of his Subcontractors shall be adjudged bankrupt or (2) if he shall make a general assignment for the benefit of his creditors or (3) if a receiver shall be appointed of his property, or (4) if the work to be done under this Contract shall be abandoned, or (5) if this Contract or any part hereof shall be sublet, without the previous written consent of the City, or (6) if the Contract or any claim thereunder shall be assigned by the Contractor otherwise than as herein specified, or (7) at any time the City shall certify in writing that the rate of progress of the work or any part thereof is unsatisfactory or (8) that the work or any part thereof is unnecessarily or unreasonably delayed, or (9) that the Contractor, his subcontractors, agents or employees have violated any of the provisions of this Contract, or of the plans and specifications, or construction schedule, the City shall notify Contractor and the Surety, and shall be entitled immediately to terminate the Contract. The Surety shall have the right to take over and perform the Contract, provided, however, that if the Surety does not commence performance thereof within ten (10) days from the date of the mailing to such Surety of notice of termination, the City may take over the work and prosecute the same to completion by contract or by force account for the account and at the expense of the Contractor, and the Contractor and his Surety shall be liable to the City for any excess cost occasioned the City thereby, and in such event the City may take possession of and utilize in completing the work, such materials, machinery, appliances and plant as may be on the site of the  work and necessary therefore. The Contractor, by signing this Contract, gives to the City in the event of default, right to use such aforesaid articles to the full extent which they could be used by the Contractor. The City shall not be liable to the Contractor for trespass or conversion.

      All expenses charged under this article shall be deducted and paid for by the City out of money then due to become due the Contractor under this Contract or any part thereof, and in such account the City shall not be held to obtain the lowest figures for the work of completing the Contract or any part thereof or for insuring its proper completion, but all sums actually paid hereafter shall be charged to the Contractor and his Surety. In case the expenses so charged are less than the sum which would have been payable under this Contract if the same had been completed by the Contractor, the City shall be entitled to retain the difference and in case such expenses shall exceed the said sum, the Contractor and his Surety shall pay the amount of the excess to the City upon completion of the work without further demand being made therefore.

    • Construction Schedule

      Before any work is begun, the Contractor shall provide to the City a written schedule detailing the order and manner of doing the work. Before the first partial payment is made, the Contractor shall deliver to the City an estimated construction progress schedule in form satisfactory to the City, showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract. The Contractor shall provide an updated schedule every 30 days.

    • Payments to the Contractor

      During the course of construction, the Contractor shall request payment of work actually performed during the preceding month. The City will once each month make a progress payment to the Contractor on the basis of an evaluation of the claim by the City as to amount of work done and that the City has received full value thereof. In accordance with House Bill 11-1115, the City shall retain five percent (5%) of the value of the completed work. Retainage shall be held until final completion and acceptance of all work, as part security for the fulfillment of the Contract by the Contractor. The amount of the progress payments shall be the balance not retained as aforesaid, after deducting all previous payments and all other sums to be kept or retained under the provisions of this Contract. The Contractor shall have no right to either terminate the Contract or to claim damages if he considers partial payments inadequate.

    • Certificate of Completion

      Upon completion of all work whatsoever required including completion of all known defective work, the City shall file a written certificate with the Contractor as to the entire amount of work performed and compensation earned by the Contractor including Extra Work and compensation therefore, and including the date of completion.

    • Final Payment

      After the filing of the Certificate of Completion, the City shall pay to the Contractor in accordance with applicable Colorado laws (Article 38, Chapter 26, Section 101 Et. Seq. Colorado Revised Statutes) and C.R.S. 38-26-107 (2012), upon authorization of funds disbursement by the City Council the amount therein stated, less all prior payments and advances whatsoever, to or for the Account of the Contractor. All prior estimates and payments including those relating to extra work shall be subject to correction by this payment.

    • Payment Withheld

      The City, as a result of subsequent discovered evidence, may withhold or nullify the whole or a part of any payment to such extent as may be necessary to protect the City from loss on account of:

      1. Defective work not remedied.
      2. Claims filed or reasonable evidence indicating probable filing of claim.
      3. Failure of the Contractor to make payments properly to Subcontractor or for material or labor, or to comply with laws relative thereto.
      4. A reasonable doubt that the Contract can be completed for the balance then unpaid.
      5. Damage to another Contractor.
      6. Damage to the real or personal property of another and failure to repair or replace the same.

      When the grounds for withholding payment have been corrected to the satisfaction of the City, the City shall proceed to process any amounts due.

    • Final Payment to Terminate Liability of City

      The acceptance by the Contractor of the last payment made as aforesaid under the provisions of Article 19 shall operate as and shall be a release to the City, its officers, or agents from all claims and liability to the Contractor, his vendors, laborers or Subcontractors for anything done or furnished for, relating to, or for any act or neglect of the City or of any persons relating to, or affecting the work, except the claim against the City for the remainder, if any there be, of the amounts kept or retained as provided in Article 17, 19 and 20 of these. Said acceptance shall also operate as a general release of the City by the Contractor.

    • Effect of Certification and Payment

      Neither the certification nor payment made to the Contractor, not partial or entire use or occupancy of the work by the City shall be an acceptance of any work or materials not in accordance with the Contract. The making and acceptance of the final payment shall constitute a bar of all claims by the Contractor, except those previously made in writing and still unsettled.

    • General Warranty

      The Contractor shall guarantee the work against defective materials or workmanship for a period of one (1) year from the final completion date. Upon discovery of any defects including any damage to other work resulting, repair and replacement that is required, in the opinion of the City, shall be done immediately by the Contractor at the Contractor's expense. Should the Contractor fail to repair such defective material and/or workmanship, or to make replacement within five (5) days after written notice by the City, it is agreed that the City shall make such repairs and replacements and the actual cost of the required labor and materials shall be chargeable to and payable by the Contractor.

    • Responsibility for Work; Priority of Documents
      1. Debts and claims: The Contractor shall pay all debts for labor and materials contracted for by him on account of the work herein contemplated. The Contractor shall assume the defense of, and indemnify and save harmless, the City and its officers and agents, from all claims relating to labor and materials furnished for the work; to infringement or alleged infringement of invention patents and patent rights used in, or in connection with the work or however originating from any of the work under this Contractor from conditions created thereby; to injuries to any persons or corporation caused by the acts or negligence of the Contractor or any of his agents or employees, or of any Subcontractor or any agents or employees of any Subcontractors, in doing the work or in consequence of any improper materials, implements or labor used therein; and shall fully reimburse and repay to the City all outlay and expense which the City may incur by reason of his failure to do so. The Contractor shall satisfy all suits and claims against the City arising from the violation of any law, ordinance, regulation, order, or decree on the part of the Contractor or any of his agents or employees, or any Subcontractor, or agent or employees of any Subcontractor; shall fully indemnify and save harmless the City against and from all cost, loss, and damage which the City may suffer by reason of his failure to do so; and shall fully reimburse and repay to the City all outlay and expense which the City may incur in making good any such default. The Contractor shall fully complete the work required to be done under this Contract, free from all liens and claims of any kind whatsoever.
      2. Plans and Specifications: It shall be the duty of the Contractor to carefully study and compare all drawings, specifications and instructions, visit the project site and acquaint himself with all conditions, and call to the attention of the City any discrepancy, error, omission or inconsistency that may exist in the plans or specifications, or between the plans and specifications, or any conflict between existing conditions and requirements of the plans and specifications. The execution or work in accordance with the plans, specifications or other instructions will be considered as evidence that the Contractor is thoroughly familiar with the true intent of the plans, specifications or other instructions. Change orders will not be issued to cover any cost, loss, or expense for additional labor or material required to rectify any discrepancies discovered or reported to the City after the execution of the work, unless the discrepancies are errors in structural, mechanical or electrical design as determined by the City.
      3. Priority of Documents: In case of discrepancy or inconsistency in the terms or conditions of any documents, the Contract Documents shall have the following order of priority, in accordance with Subsection 105.09, such that a statement appearing in the document with the higher priority shall control any inconsistent statement in a document of lower priority. (The following are listed from the highest priority to the lowest priority):
        1. The Agreement
        2. Special Provisions
        3. Drawings and any notes appearing on the drawings
        4. Current edition of CDOT Standard Specifications for Road and Bridge Construction and all supplements thereto (English Version).
        5. General Provisions of the Contract for construction.
    • Care and Protection of Property

      The Contractor expressly undertakes expense:

      To assume full responsibility for the preservation of all public and private property, and use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property or on account of any act, omission, neglect or misconduct in the execution of the work on the part of the Contractor, such property shall be restored by the Contractor, at their expense, to a condition similar or equal to that existing before the damage was done, or the Contractor shall make good the damage in another manner acceptable to the City. No representations are made by or on behalf of the City concerning the conditions, locations or state of repair or existing sewers, drains, water mains and other underground structures;

      To store any apparatus, materials, supplies, and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of any work by themselves or any other Contractor;

      To provide suitable storage facilities for all materials which are liable to injury or exposure to weather, theft, breakage, or otherwise;

      To place upon the work or any part thereof only such loads as are consistent with the safety of that portion of the work;

      To clean up frequently all refuse, rubbish, scrap materials, and debris caused by his operations, to the end that at all times the site of the work shall present a neat, orderly and workmanlike appearance;

      To fully and completely remove all utility markings generated by or as a result of the project from public rights-of-way utilizing a method that is least destructive to the existing improvements, and which method has been approved by the City. Should the contractor propose to remove the markings with pressure washing, all pressure washing runoff and residue shall be contained and collected in accordance with Best Management Practices and Wheat Ridge Ordinance Chapter 20, Stormwater Quality and Control. Removal of all markings shall occur no later than twenty (20) days after completion of work.

      To remove all surplus material, false work, temporary structures, including foundations thereof, plant of any description and debris of every nature resulting from his operations, and to put the site in a neat, orderly condition before final payment;

      To affect all cutting, fitting or patching of his work required to make the same to conform to the Plans and Specifications and, except with the consent of the City, not to cut or otherwise alter the work of any other Contractor. The Contractor shall not, except after written consent from proper parties enter or occupy with individuals, tools, materials or equipment, any privately owned land except on easements provided herein.

    • Lands for Work and Right of Way

      The City will provide land, right of way and easements for all work specified in the Contract.

    • No Damages for Certain Delays

      The City may delay the commencement of the work, or any part thereof, if the City shall deem it for the best interest of the City to do so. The Contractor shall have no claim for damages on account of such delay, but he shall be entitled to so much additional time in which to complete the whole or any portion of the work required under this Contract as the City shall certify in writing to be just. The Contractor shall have no claim for damages on account of any delay on the part of another Contractor. Contractor expressly acknowledges and accepts the provisions of Section 2 4 of the Code of Laws of the City of Wheat Ridge as controlling this Project.

    • Required Provisions Deemed Inserted

      Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein, and the Contract shall be read and enforced as though it were included herein, and if through mistake or otherwise, any such provision is not inserted, or if not correctly inserted, then upon the applications of either party, the Contract shall forthwith be physically amended to make such insertion.

    • Protection of Lives and Health

      The Contractor shall take all necessary precautions for the safety of employees of the work, and shall comply with all applicable provisions of Federal, State, and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises where the work is being performed. He shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workmen and the public and shall post danger signs warning against the hazards created by the construction such as protruding nails, hod hoists, well holes, elevator hatchways, scaffolding, window openings, stairways, and failing materials.

      The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL 91 596) and under Section 107 of the Contract Work Hours and Safety Standards Act  (PL 19 54).

    • Wage Rates

      The attention of the bidder is called to the requirements and provisions of all applicable laws and any amendments thereof or additions thereto as to the employment of labor, and to the schedule of any minimum wage rates established in compliance with such laws. If, after the award of the Contract, it becomes necessary to employ any person in a trade or occupation not classified in the wage determinations, such person shall be paid at not less than such rate as shall be determined by the officials administering the laws mentioned above.

      The Contract is subject to the applicable provisions of the Contract Work Hours Standards Act. Public Law 87 581, 87th Congress. No Contractor or Subcontractor contracting for any part of the contract work shall require or permit any laborer or mechanic to be employed on such work in excess of eight (8) hours in any calendar day or in excess of forty (40) hours in any work week unless such laborer or mechanic received compensation at a rate not less than one and one half times his basic rate of pay for all hours worked in excess of eight (8) hours in any calendar day or in excess of forty (40) hours in such work week, as the case may be.

    • Employment of Labor

      The Contractor and each Subcontractor shall hire qualified workers for the project who are citizens of the United States or legal resident aliens with first preference being given, insofar as practicable, to those having served in the armed forces of the United States and having been honorably discharged or released from active duty therein.

      The Contractor shall employ only competent persons to do the work, and whenever requested in writing by the City Representative, the Contractor shall discharge any person who commits trespass or is, in the opinion of the City Representative, disorderly, dangerous, unfaithful, insubordinate, incompetent or otherwise unsatisfactory.

    • Sanitary Precautions

      Sanitary conveniences for the use of all persons employed on the work, properly screened from public observation, shall be provided in sufficient numbers in such manner and at such points as shall be approved. The contents shall be removed and disposed of in a satisfactory manner as the occasion requires. The Contractor shall rigorously prohibit the committal of nuisances within, on, or about the work. Any employees found violating these provisions shall be discharged and not again employed on the work without the written consent of the City Representative.

      The Contractor shall supply sufficient drinking water from approved sources to all employees.

      The sanitary convenience specified above shall be the obligation and responsibility of the General Contractor until the completion of the work. The facilities shall be made available to all other Contractors and Subcontractors.

    • Sales and Use Tax

      Do not include sales or use taxes in your bid. House Bill 1451 provides that Contractors shall make application with the Colorado State Department of Revenue for a tax exempt number which will be issued for the duration of the project. This tax exempt number is for State taxes only. The City of Wheat Ridge will issue its own tax exempt number for local sales tax purposes. An affidavit must be signed by the General Contractor for such project before the City tax exempt number can be issued. Please be advised that a supplier is allowed by Colorado law (C.R.S. 39-26-703 (1) to disallow any exemption because the seller is ultimately responsible for the tax. When a supplier exercises this right, please seek a refund of sales taxes paid from the appropriate jurisdiction (city or state).

    • Business License

      A business license is required for all Contractors performing work in the City prior to beginning work.  Please contact the City Sales Tax Division to obtain a license.

    Submission Requirements

    • Bid Proposal (required)
    • Bid Bond (required)

      Please download the below documents, complete, and upload.

    • Sample Performance Bond

      To be completed by awarded vendor at time of award.

    • Sample Payment Bond

      To be completed at time of award by awarded vendor.

    • Bond Acknowledgement (required)

      By clicking "Please confirm", Contractor acknowledges that they need to:

      1. Provide a copy of the Bid bond (uploaded to Bid Bond above), and
      2. Either mail-in or drop-off the Original version of the bond to the City of Wheat Ridge
    • Sample Notice to Proceed

      Please download the below documents for review.

    • Sample Final Receipt

      Please download the below documents for reference.

    • Sample Agreement

      Please download the below documents, complete, and upload.

    • Bidder Acknowledgement Form (required)

      Please download the below documents, complete, and upload.

    • What is your FEIN/SSN? (required)
    • Certification Statement for Keep Jobs in Colorado Act (required)

      Please download the below documents, complete, and upload.

    • Contractor's Qualification Form (required)

      Please download the below documents, complete, and upload.

    • List of Subcontractors and Amount (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion Affidavit Confirmation (required)

      Bidder confirms they are of lawful age, being duly sworn, on oath says that (s)he is the agent authorized by the Bidder to submit the attached bid. Affidavit further states that the Bidder has not been a party of any collusion among Bidders in restraint of freedom of competition by agreement to bid at a fixed price or to refrain from bidding; or any Federal, State or Municipal official or employees as to quantity, quality, or price in the prospective Contract, or any other items of said prospective Contract; or in any discussions between bidders and any Federal, State or Municipal official concerning exchange of money or other thing of value for special consideration in the letting of a Contract.

    • Non-Discrimintation Assurance Affidavit Title VI Regulations at 49CFR Part 21 (required)

      Title VI of the Civil Rights Act of 1964 prohibits discrimination of the basis of race, color or national origin by any entity receiving federal financial assistance.

      The City of Wheat Ridge is a recipient of Federal financial assistance and as such, it, as well as all of its responsible agents, contractors and consultants, is required by the United States Department of Transportation Title VI Regulations at 49 CFR Part 21 (the Regulations) to assure nondiscrimination. The City of Wheat Ridge assures that no person shall be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination on the grounds of race, color, or national origin under any program or activity conducted by the City.

      All bidders are hereby notified that the City of Wheat Ridge will affirmatively ensure 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 or national origin in consideration for an award. This applies to all solicitations for bids for work or material subject to the Regulations, and for all proposals for negotiated agreements.

      The bidder, whose name and signature appear below, certifies and agrees as follows:

      1. The bidder shall comply with the provisions of Title VI of the Civil Rights Act of 1964.
      2. The bidder assures the City of Wheat Ridge that disadvantaged business enterprises are afforded full opportunity to submit bids as sub-contractors or sub-consultants and will not be discriminated against on the grounds of race, color or national origin in consideration for award.
      3. The bidder shall comply with all reasonable requests made in the course of an investigation of Title VI, the Regulations and this assurance by the Colorado Department of Transportation, the US Department of Transportation or the City of Wheat Ridge, as a sub-recipient of Federal financial assistance.
      4. The bidder agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under Title VI, the Regulations and this assurance.
    • Proposal Form (required)

      Please download the below documents, complete, and upload.

    • Bidder Acceptance (required)

      The Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Contract Bid Documents, to complete all Work as specified or indicated in the Contract Bid Documents for the Contract Sum and within the Contract time indicated in accordance with the Contract Bid Documents.

      Bidder accepts all of the terms and conditions of the Instructions to Bidders. The Bid will remain open for sixty days after the day of Bid opening. Bidder will sign the Agreement and submit any documents required by the Contract documents within seven (7) calendar days after notification or the designated date.

      By submission of this Bid, each Bidder certifies, and in the case of a joint Bid, each party thereto certifies as to his own organization, that this Bid has been arrived at independently without consultation, or communication with any competitor.  Every bid submitted to the City shall contain a statement certifying that the Bidder has not participated in any collusion or taken any action in restraint of free competitive bidding. This statement shall be in the form of an affidavit provided by the City and included in the Bid Proposal. The Bidders proposal will be rejected if it does not contain the completed Non-collusion Affidavit.

      Bidder agrees to abide by the following federal requirements:

      Executive Order No. 11246 as amended, including specifically, the provisions of the Equal Opportunity Clause, the Immigration Reform and Contract Act of 1986, and the Americans with Disabilities Act of 1991.

      United States Department of Transportation Title VI Regulations at 49 CFR Part 21 the Civil Rights Act of 1964, assuring that no person shall on the grounds of race, color, or national origin be excluded from participation in the opportunity to bid, or be discriminated against in consideration of award of this project.

      The Notice to Proceed shall be issued within fourteen (14) days of the execution of the Agreement by the Owner. Should there be reason why the Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the Notice to Proceed has not been issued within the period mutually agreed upon, the Contractor may terminate the Agreement without further liability on the part of either party.

      The Owner may make such investigations as he deems necessary to determine the ability of the Bidder to perform the Work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the Agreement.

      Bidder has examined the site and locality where the Work is to be performed, the legal requirements (federal, state and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress, or performance of the Work and has made such independent investigation as Bidder deems necessary.

      Bidder will complete the Work for all accepted bid items.

    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items.
    • Will there be an evaluation to review the proposals and score them based on weights and multiple criteria? (required)

    Questions & Answers

    Q (Bid Bond Form): The Bid Bond Form has ITB-24-150-Hayward Park Walking Trail. Is this the correct Bond form you want executed?

    A: That line was left in error, please use form from the Addendum published 3.16.26


    Q (Pavement Markings): Are the lane lines (double yellow, white solid) epoxy? Are any of the stop bars, cross walk bars marking thermoplastic?

    A: Lane lines will be epoxy with glass beads(CAS# Glass 65997-17-3 Swarco glass beads). Stop and crosswalk bars will be thermoplastic.


    Q (Blank Unit Pricing): There are a few concrete items that have a zero quantity. Does the City want unit pricing for these items or do you want them left blank?

    A: These items have been removed and unit pricing will not be needed.


    Q (Working Hours): I do not see working hours in the bid documents. Can the City clarify the working hours?

    A: Working hours for residential streets in Wheat Ridge are 7am to 5pm


    Q (Cover up spec): What is the cover up spec after milling is performed?

    A: Cover up spec will be 2” asphalt after milling is performed


    Q (Liquidated Damages): What are the liquidated damages on this project? I do not see any in the project documents.

    A: Please reference CDOT Liquidated Damages. Section 108. Original Contract Amount ($) Liquidated Damages per Calendar Day ($) From More Than To And Including 0 1,000,000 1,300 1,000,000 2,000,000 2,300 2,000,000 5,000,000 3,100


    Q (Speed Humps): There are a number of speed humps on this project. How does the City want these addressed?

    A: Concrete speed humps will remain and ideally not be affected by construction. Asphalt speed humps are to be removed and replaced with concrete speed humps. A new line item and detail have been added to the project. Please see new attachments. Speed humps are billed per hump installation. Advance warning markers are to be thermoplastic. Humps are located on Chase St (2 humps street is 24’ wide), Zephyr St (2 humps street is 36’ wide), and Allison St (3 humps street is 30’ wide). Speed humps are not to be considered incidental to the project.


    Q (Variable Message Boards ): Are VMB's required on this project?

    A: Variable message boards will not be required for this project.


    Q (Public Notices): Are public notices required on this project?

    A: Residents of affected streets will need to be notified by contractor via doorhanger approved by Wheat Ridge minimum 48 hours prior to construction.


    Q (Street Descriptions): There are streets listed on the description list that are not shown on the map (Garland 38th to S end), (W. 37th Ave Garland to Garrison), and (Garrison W. 37th Ave to end). Are these part of the program?

    A: These roads are not part of the program and have been removed from the description. Only roads shown on map are part of the program.


    Q (Builders Risk Insurance): Will Builders Risk insurance be required for this contract.? My experience is that it is only good for structures out of the ground.

    A: Yes, Builder's Risk Insurance is required as it covers the materials and work completed. Payment & Performance Bonds are also required.


    Q (Subgrade Prep for Concrete Items): What type of Subgrade preparation are we expected to perform under the concrete items? Nothing? Reconditioning? Remove and Replace?

    A: Subgrade reconditioning is expected at all locations, in the event the subgrade is determined to be not suitable a line item has been added for Class 6 Road Base. This is to be used as needed during the remove and replace of concrete.


    Q (3' Sidewalk): What location is the 3' sidewalk expected to be installed?

    A: There is around 1100 Linear Feet of Monolithic 3’ Sidewalk gutter pan (5’-3” total) located along the roads to be resurfaced. Areas will be marked. Concrete work is to be completed prior to Asphalt work.


    Q (Crosspan): Where is the location of the crosspan work to be performed?

    A: This line item has been removed.


    Q (Item 9 Curb and Gutter): What type of Curb and Gutter is required for Item 9-Curb and Gutter? 12" Pan? 24" Pan?

    A: This is typically 24” gutter pan with vertical curb. Matching surrounding conditions.


    Q (Item 10 - Inlet (Storm Water)): What is the scope of work intended to be performed for Item 10 - Inlet (Storm Water)?

    A: Item 10 – Inlets are storm drain inlets. These are to have the upper portion removed and replaced. The metal grates are to be re-used when possible.


    Q (Sidewalk): What is the intended thickness required for the new sidewalk?

    A: 6” is typical thickness


    Q (Asphalt Gradation and Binder): What gradation and binder will be required for the asphalt and patching items?

    A: PG64-22 SX


    Q (Curb Ramp): What type of Curb Ramp (dimensions) will be required for this pay item?

    A: The curb ramp line item has been removed and will not be part of the project.


    Q (Item 18 - Remove Existing....): What is the existing material to be removed for Item 18?

    A: Existing dirt conditions. 12” depth to be removed and compacted. Then replaced with 6” of class 6 road base and 6” Asphalt. This line item is for 12” removal, compaction, and 6” of road base. This is located on the South end of Everett St south of W 35th Ave.


    Q (Parks): Are we able to close either of the parks? If not, what is the minimum phasing for each park that we can expect?

    A: Vehicle access to work zones within the parks is to be closed. Parks will remain open to pedestrian access. Contractor is to be responsible for restricting pedestrian access to work zones using signage, barricades, or other similar means. Vehicle access will remain to parking lots outside of work zones. Construction for these areas will be limited to a restricted timeline 9/8/2026 to 10/9/2026 excluding 9/27/2026 at Prospect Park.


    Key dates

    1. March 13, 2026Published
    2. April 9, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.