Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20123093.tiff
MEMORANDUM TO: Clerk to the Board DATE: December 26, 2012 FROM: Mike Bedell, P.E., Public Works Department SUBJECT: BOCC Agenda Change Order No. 1 with Quality Well & Pump for the WCR 49 Extension Project in the amount of $26,836.23. Reference Doc #2012-3093, Agreement with East Davis Dust Control Well Contract Attached are two, duplicate original Change Order No. 1. Please return one signed original to Public Works Department. M ¢Idnc e[ kge,daMlkeBedell- I dm 0 an4,'- 0L l -e.-z -aoi3 /2c.4fi tzr - i-3 ow aoi.2- 3093 EG cc>pee CHANGE ORDER NO.1 Date: December 20, 2012 Project: EAST DAVIS DUST CONTROL WELL CONTRACT (B1200151) Owner: Weld County, Colorado Contractor: Quality Well & Pump The following change is hereby made to the Contract Documents: The WCR 49 Extension Project requires the relocation of the existing water well located on property owned by Shirley Howard because the well is located in an area of upcoming roadway construction. Quality Well & Pump constructed the existing well for Shirley Howard, and she has requested that we use the same company to construct her new well. The new water well will be constructed approximately 80 feet east of the existing well and will be used for irrigation purposes. The cost to relocate the water well provided by Quality Well & Pump is reasonable, and they have informed us that they can complete this additional work in a timely manner. The Public Works Department recommends getting the water well relocation completed now to avoid possible delay of the upcoming roadway construction in 2013. CHANGE TO CONTRACT PRICE: Original Contract Price: $87,100.00 Current Contract Price adjusted by previous Change Order: $87,100.00 The Contract Price due to this Change Order will be increased by: $26,836.23 The new Contract Price, including this Change Order, will be: $113,936.23 CHANGE TO CONTRACT TIME: The Contract Time will be increased by 0 calendar days. The date for completion of all Work will be: March 15, 2013 . RECOMMENDED: Project Manager: County Engineer: o�vrv�: nyne Howard, P.E. APPROVALS: -� C_ Contractor:_ w-- -quality Well & 131)m .p Owner: r7 Willftam Ga (BOCC Chair) Date: 1 z/Ll/I Z Date Date: i l'— / L Date: JAN 0 2 201_3 <2?a/a-o93 MReverse Rotary Drill Proposal Quality Well & Pump Prepared For Weld County - Howard Date 12/06/12 Move existing well, pump, pipe and electrical 80' to the east PART # DESCRIPTION STY PRICE EA. TOTAL 10-60009 Drilling 30" Bore 56 $ 98.80 $ 5,532.80 10-60020 18" Steel x .25" Wall Casing 36 $ 122.03 $ 4,393.08 14-60065 Galvanized 18" Johnson Screen 100 Slot 20 $ 162.20 $ 3,244.00 14-60090 Carbon Steel Well Bottom Plate 1 $ 155.00 $ 155.00 14-60095 Dig and Line Water Pit 1 $ 820.00 $ 820.00 14-60011 Grout Cement Installed 20 $ 47.50 $ 950.00 14-60013 Gravel Pack 3/8" Washer per yard - Installed 17 $ 62.75 $ 1,066.75 14-60020 Mobilization - RV6 Portadrill 1 $ 685.00 $ 685.00 14-60021 Abandon Old Well 1 $ 745.00 $ 745.00 Well Testing and Development 1 $ 933.60 $ 933.60 Pulling and re -installation Irrigation Pump (per hour) 6 $ 187.50 $ 1,125.00 Relocation of electrical services and controls 1 $3,680.00 $ 3,680.00 Relocation of pipeline 1 $1,517.00 $ 1,517.00 Relocation of meter pedestal 1 $1,785.00 $1,785.00 * Proposal Includes: Drilling of 30" borehole to shale depth (+5' .Sump) Installation of 18" Well Casing and Galvanized Johnson Screen (.100" Slot) Installation of 3/8" Washed Gravel Pack and Cement Grout Development of Well by over pumping, jetting, and surging * Note: Final billing will be based on actual materials and labor used Line shaft turbine pump might need additional work when pulled Charges from Xcel Energy are excluded from this bid FREIGHT $204.00 TOTAL $26,836.23 We Propose hereby to furnish material and labor - complete hi accordance with above specifications, for the sum of: $26,836.23 customer's Acceptance of Proposal: The above pnces, specifications, and conditions are satisfactory and are hereby accepted. Customer Signature: X Date: All materials are guaranteed to be as specified. All work shall be completed in a workmanlike manner according to standard practices. Any alteration or deviation from the above specifications will be charged based on existing estimate prices per foot or hour. Customer agrees that in the event ground water is encountered additional cost for pumping and installation will be incurred. This agreement contingent upon strikes, equipment failures, inclement weather, and all other Forces beyond Quality Well and Pump's control. Customer shall carry fire, tornado, and other necessary insurance. All Quality Well and Pump employees and equipment are fully insured and licensed in the State of Colorado. Quality Well and Pump, LLC 23275 HWY 85 Proposal La Salle, CQ 80845 99 7700.2.3854.6.7854(3Far_.. Provided I. 970.284.6445 (Fax)(Office) �aldTokFrouf QualityWellandPurr) o.com Quality Well and Pump MEMORANDUM TO: Clerk to the Board DATE: November 29, 2012 FROM: Clay Kimmi, P.E., CFM, Public Works SUBJECT: Bid Number B1200151, East Davis Dust Control Contract Award Enclosed are three signed original agreements for the East Davis Dust Control Contract with Quality Well & Pump. The contract is in the amount of $87,100.00. The Bid Number is B1200151. The Weld County Board of County Commissioners accepted the Quality Well & Pump Bid on November 14, 2012. Quality Well & Pump signed the Notice of Award on November 16, 2012. Also for the record is a copy of the Certificate of Liability Insurance, Performance Bond, Labor and Materials Payment Bond for Quality Well & Pump. Please place on the BOCC consent agenda for December 3, 2012. After the contract is signed, please return two originals to me. I will ensure that the contractor receives one of the originals and one original will be for the Public Works File. Original: pc: -3 .2; / - Clerk to the Board East Davis Dust Control Well File /:,?- /-c2D/4' ;?D/c) — 3093 EGcc)Lp'c MI\Clay \Water Rights\East Davis Dust Control Well\East Davis Bid Docs\East Davis BOCC Agreement Memo.tlocx THIS AGREEMENT, made this by and between Weld County Coloradq, h einafter ca "Owner" and v1/4 -ley ATOrD Y% doing business as (an ind id al,) or(1partnership,) or (a corporation) hereinafter called "Contractor". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. The Contractor will commence and complete the following: East Davis Dust Control Well Contract described in the Invitation for Bids, Bid No. B1200151 2. The Contractor will famish all of the material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the Project described herein. 3. The Contractor will commence the work required by the Contract Documents within ten (10) calendar days after the date of the Notice to Proceed and will complete the East Davis Dust Control Well Contract by March 15, 2013 unless the period for completion is extended otherwise by the Contract Documents. AGREEMENT East Davis Dust Control Well Contract O211 day of %1000 INA ce 2012, 4. The Contractor agrees to perform all of tilt Work described in the Contract Documents and comply with the terms therein for the sum of $ ElagI Mo on 5. The term "Contract Documents" means and includes the following: (A) Invitation for Bids (B) Instructions to Bidders (C) Bid Proposal (D) Acknowledgement of Bid Documents (E) Receipt of Addenda (F) Bid Bond (G) W-9 (H) Statement of Qualifications and Subcontractors (I) Anti -Collusion Affidavit (I) Bid Schedule (K) Notice of Award (L) Agreement (M) Insurance Requirements (N) Performance Bond (O) Labor and Materials Payment Bond (P) Notice to Proceed (Q) Change Order (R) Certificate of Substantial Completion (S) Lien Waiver (T) Final Lien Waiver (U) Notice of Acceptance (V) Appendix (W) Addenda No. I ,dated 0C4 2012 No. , dated 2012 M,WPFILES\12SPECIREAST DAVIS DUST CONTROL WELL.151doc.doc Page 31 S7s/o2 -3c 13 E �i" 6. The Owner will pay to the Contractor in the manner and at such times as set forth by the Contract Documents, or otherwise agreed upon in writing. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 8. Contract Appropriations: The Owner hereby states and affirms that the amount of money appropriated for this Contract is equal to or in excess of the Contract amount. No change order to this Contract requiring additional compensable work to be performed, which work causes the aggregate amount payable under the Contract to exceed the amount appropriated for the original Contract shall be issued by the Owner unless the Owner assures the Contractor, in writing, that lawful appropriations to cover the costs of the additional work has been made or unless such work is covered under a remedy - granting provision contained in the Contract. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in three (3) copies each of which shall be deemed an original on the date first above written. ORDERED BY: ACCEPTED BY: THE BOARD OF WELD COUNTY COMMISSIONERS BY . 3 !7 NAME Sean P. Conway TITLE Chair Date DEC 0 3 2012 (SEAL) ATTEST: Weld Coun Clerk to the Board BY CONTRACTOR BY &tstedi NAME t (Ple TITLE !ALIA, ADDRESS /;tt9 US i �1 LA L P n ?o(c1c (SEAL) ATTEST: BY VW(Sit t1 S Deputy Clef, to the Board (Please Type) ,1%)11 TITLE O-HCCe fnaNlept M:\WPFILES\12SPECIF\EAST DAVIS DUST CONTROL WELL. 151doc.doc Page 32 _G/o? -3 h CL '3 (/ AC R 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: H the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WANED, 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). CERTIFICATE OF LIABILITY INSURANCE DATE IM WDDIYYYY) 10/25/2012 PRODUCER Ingmire Phillips Insurance Inc 800 Main Street P.O. Box 489 Fort Morgan CO 80701 INSURED Quality Well S Pump, LLC 23275 Hwy 85 LaSalle CO 80645 CONTACT Fort Morgan - House Account PHONE (970)867-3000 IFA% , No): (970)061-3118 INC No Fg) WC E-MAIL ADDRESS: INSURERS) AFFORDING COVERAGE NA1C e INSURERA:COntinental Western Group 10804 INSURER B : INSURER C INSURER D : INSURER E : INSURER F stor 12-13 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 7 INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INRR SUaR IWO POLICY NUMBER POLICY EFF (MMMMYY11I POLICY EXP (MM/DD/YYYY) LIMITS A GENERAL X _- LIABILITY I COMMERCIAL GENERAL ] CLAa1S-MADE LIABILITY X OCCUR X 31'02587522-28 8/15/2012 8/15/2013 EACH OCCURRENCE S 1,- 000,000 DAMAGE TO RENTED PREMISES (Ea occurrence)._ MEDEXP(Any one n) , PERSONALS,AOV INJURY I $ ('.,000,400 GENERAL AGGREGATE S 2,000,000 PRODUCTS- COMP/OP AGG 3 •A, 000,')00 - _... GEN'L AGGREGATE LIMIT T POLICY I d 78 APPLIES PER. I I LOC 'o A�_.. AUTOMOBILE X ((ABILITY ANY AUTO ALLOARED HIRED AUTOS R x SCHEDULED AUTOSPer AUT SNMEO ain2587522-28 8/15/2012 8/15/2013 COMBINED SINGLE LIMB (Ea aconent) 1. , O 6_ 0O 000 BODILY INJURY (Per penrn) $ exidmU BODILY INJURY (AUTOS (Pe earn, YIDAMAGE .__..._._....._.._..-- $ Medreja: vents EACH OCCURRENCE $ 5,, 000 , 100, 000 A X --- UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE 002767154-26 8/15/2012 8/15/2013 AGGREGATE S l - 00,0001 $ DED I X RETENTIONS 10,000 WC-MRSCOMPENSATION ANO EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE /M OFFICCREMBER EXCLUDED? IMandWtory In NH) If yes. desmbe under DESCRIPTION OF OPERATIONS below Y/ N N/A ( ITORYTATU- I I0r E.L EACH ACCIDENT 5 -- E.L DISEASE - EA EMPLO'fi,C S E.L DISEASE - POLICY LIMI I S A Leased/Rented Equipment 1102587522-28 8/15/2012 8/15/2013 Leased/Rented ENutpmers y130,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, N more space Is required) Implement Dealer/Water Well Driller Weld County, Colorado is shown as Additional Insured with regards to General Liability. 30 day cancellation notice except for 10 day non -pay. CERTIFICATE HOLDER CANCELLATION (970) 304-6497 Weld County Public Works Dept. PD Box 758 Greeley, CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTOO REPRESENTATIVE S r - L1 g C CA-BC ACORD 25 (2010105) INS025 (201005).01 ® 1988-201CORDCORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORDM CERTIFICATE OF LIABILITY INSURANCE DATE IMM/DD/YYYYI 10/25/2012 PRODUCER 1-303-793-3388 Associates Insurance Group 8400 E. Prentice Avenue Suite 300 Greenwood Village, CO 80111 Nicole Glassman INSURED Quality Well & Pump, LLC 23275 HWY 85 La Salle, CO 80645 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE I INSURER A. PINNACOL AS SUR INSURER B'. I INSURER C. INSURER INSURER E'. NAIC S 41190 COVERAGES 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 CERTIFICAT_' r'^"','- _ `3 MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND C'... .. POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR IAOD'L POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION YI LIMITS LTR INSRD' TYPE OF INSURANCE DATE IMMIDDIYDATE IMM/DD/YYI GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE I si OCCUR GEN'L AGGREGATE LIMIT APPLIES PER. POLICY , 1 PRO- LOC JECT AUTOMOBILE LIABILITY I ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS - I NON -OWNED AUTOS EACH OCCURRENCE DAMAGE TORENTED PREMISES (Ea Dccurence) MED EXP (Any one person PERSONAL& ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG COMBINED SINGLE LIMIT (Ea acc'denp BODILY INJURY /Rev person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accoaen0 GARAGE OAHU I IY `- ANY AUTO AUTO ONLY - EA ACCIDENT OTHER THAN EA ACCLI AUTO ONLY. AG.; EXCESS/UMBRELLA LIABILITY OCCUR CLAIMS MADE r DEDUCTIBLE RETENTION 5 EACH OCCURRENCE AGGREGATB A WORKERS COMPENSATION AND I EMPLOYERS' LIABILITY I ANY PROPRIETOR/PARTNERIEXCCUTIVE I OFFICER/MEMBER EXCLUDED"? X 'l' yes describe under SPECIAL PROVISIONS below 14095602 09/01/12 09/01/13 x WC STATU- IOT- TORYLIMITSI I D- LL EACH ACCIDENT E.L. OISLASE - EA EMPLOY ' E1. DISEASE - POLICY LIMIT 1, COD, COO.DD 1,000,000.00 81,000, 000.00 OTHER DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES /EXCLUSIONS ADDED BY ENDORSE ENT / SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION Weld County public Works PO Box 758 Greeley, CO 80632 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25 (2001/08) NGlaseman ©ACORD CORPORATION 1988 29852748 PERFORMANCE BOND East Davis Dust Control Well Contract Bond # GRCO20263 KNOW ALL MEN BY THE PRESENTS; that Quality Well and Pump LLC (Name of Contractor) 23275 US Hwy 85 La Salle, CO 80645 (Address of Contractor) an LLC Contractor, and a (Corporation, Partnership, or Individual) Granite Re, Inc. (Name of Surety) 14001 Quailbrook Drive Oklahoma City, OK 73134 (Address of Surety) hereinafter called Surety, are held and firmly bound unto Weld Counts', Colorado hereinafter called (Name of Owner) lilt H Street; P. O. Box 758, Greelev,Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Eighty Seven Thousand One Hundred * Dollars. (S ), in lawful money of the United States of America, for the payment of which sum well and truly to be made. s.s 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 C;.^t:art with the Owner, dated the day of , 2012, a copy of which is hereto attached and made a part hereof for the construction of: East Davis Dust Control Well Contract described in the Invitation for Bids, Bid No. B1200151. NOW THEREFORE, if the Contractor shall well, truly and faithfully perform its duties, all of the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change. extension of time, alteration or addition to the terms of the contract or to the Work to be performed 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. *Thirty Seven AND 50/100 ($87,137.50) PERFORMANCE BOND East Davis Dust Control Well Contract Bond # GRCO2O263 IN WITNESS WHEREOF. this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this Contractor .CJtuisS4 (Lis - (Contractor) Secretary (SEAL) R._4 EY1 i' 92(/1A (Witness -cis ? contractor) day of Surety Granite Re, Inc. (SEAL) NC'. 6`Qin b.( R .2012. (Address) Witness as tb Sure 8055 East Tufts Ave., Suite 800 (Address) Denver, CO 80237 Quality Well and Pump 23275 US Hwy 85 La Salle, CO 80645 (Address) .% Attorney -in -Fact Cory R Mt -Teller 14001 Quailbrook Drive (Address) Oklahoma City, OK 73134 NOTE: Date of Bond must not he prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. IMEMBER NASBP M TO % usoa1an Of wren oat moOKERS MOODY INSURANCE AGENCY, INC. 8055 East Tufts Avenue, Suite 1000 DENVER, COLORADO 80237 PHONE: (303) 824-6600 1 • LABORS MATERIALS PAYMENT BOND East Davis Dust Control Well Contract KNOW ALL MEN BY THE PRESENTS: that Quality Well and Pump LLC (Name of Contractor) Bond # GRCO2O263 23275 US Hwy 85 La Salle, CO 80645 an LLC (Address of Contractor) hereinafter called Contractor, and a (Corporation, Partnership. or Individual) Granite Re, Inc. (Name of Surety) 14001 Quailbrook Drive Oklahoma City, OK 73134 (Address of Surety hereinafter called surety. are held and firmly bound unto Weld Count". Colorado (Name of Owner) I I I I I I Street, P.O. Box 758 Greeley. Colorado 80632 (Address of Owner) Eighty Seven Thousand One Hundred Thirty Seven AND 50/100 hereinafter called Owner, in the penal sum of Dollars, ($ 87,137.50 ), in lawfd: money of the United States of America, for the payment of which sum well and truly to'ne made, ur bind ourselves. successors and assigns, jointly and severally firmly by these presents. TILE CONDITION OF THIS OBLIGATION is such that whereas. the Contractor entered into a certain C:o„n acs. with the Owner, dated the day of , 2012. a copy of which is hereto attached and made a part hereof for the construction of: East Davis Dust Control Well r',7;-, described in the Invitation for Bids. Bid No. BI200151 NOW, THEREFORE, if the Contractor shall promptly make payment to all persons, firms, Suhcontracrors. an.i corporations furnishing materials for or performing labor in the prosecution of the Work provided for in SUC' contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, nil, 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 stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may he unsatisfied. LABOR & MATERIALS PAYMENT BOND East Davis Dust Control Well Contract Bond # GRCO20263 IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original. this IA_ Ott .i Ii-CcL (SEAL) (Contractor) Secretary day of 2t'hbCe ) ,2012. Quality Well andP4tnlp-LLC ConOctor.� BY �/ vi,, 23275 US Hwy 85 La Salle, CO 80645 (W.iMess/s to Contractor) (Address) (Address) Surety Granite Re, Inc. (SEAL) 8055 East Tufts Ave., Suite 800 (Address) Denver. CO 80237 'Attorney -in -Fact Cory R Mueller (Address) 14001 Quailbrook Drive Oklahoma City, OK 73134 NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. MEMBER MOODY INSURANCE AGENCY, INC. NASBP NATIONAL 9J TVV SOC�fACOsea 8055 East Tufts Avenue, Suite 1000 DENVER, COLORADO 80237 PHONE: (303) 824-6600 GRANITE RE, (NC. GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office at the City of OKIAHOMA CITY' in the State of OKLAHOMA does hereby constitute and appoint: EVAN E. MOODY; SARA G. HOECHST; KAREN A. FEGGESTAD; VERA I. K,AI BA; CORY R MUELLER its true and lawful Attorney-ie-Iaclls) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby r. rirri Hirt or.,ii i'. and whatsoever the said: EVAN E. MOODY; SARA C. HOECHST; KAREN A. FEGGESTAD; VERA T. IGALBA; CORY R MUELLER may lawfully do in the premises be virtue of these presents. In Witness Whereof, the said GRANIIE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary,Treasurer, this 26"'' day of July, 2011. STATE OF OKLAHOMA SS: COUNTY OF OKLAHOMA 1 Kenneth D. Whittin on, President Rodman A. Frates, Secretary,'Cree,.!rrr On this 26''''' day of July, 2011, before me personally came Kenneth D. Whittington, President of the GRANITE RE, !Ns:. Company and Rodman A. Frates, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by Cr sworn, said, that they, the said Kenneth D. Whittington and Rodman A. Rates were respectively the President and the Secretary:Treasurer of the GRANITL RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew' sI r,f ,ltd corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Bn , said corporation, and that they signed their name thereto by like order as President and Secretary: i reasure1, respectively, of rpo origicx:v. My Commission Expires: May 9, 2012 Commission 4: 00005708 GRANITE RE, INC. Certificate THE UNDERSIGNED, being the duly elected and acting SecretaryTTreasurer of Granite Re, Inc., an Oklahoma Corporation, HERERY CERt ft LS that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to arapoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the companp fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this day of , e0 GR0800-1 Kodman A. Frates, Secretary/Treasurer COLORADO MEMORANDUM TO: Rose Everett, Purchasing DATE: November 6, 2012 FROM: Clay Kimmi, P.E., CFM, Public Works SUBJECT: Bid Number B1200151, East Davis Dust Control Well Contract The above mentioned bid closed on October 29, 2012. A total of two bids (Quality Well and Pump and Hydro Resources) were received by the bid closing. The two bids were for $87,137.50 (Quality Well and Pump) and $200,047.00 (Hydro Resources). The difference between the two bids was $112,909.50. The low bid was submitted by Quality Well and Pump. All the bid packages submitted contained the required bid documents. A review of both bid packages was performed. Both bidders were in attendance at the October 17, 2012 pre -bid meeting. Both bidders were supplied with the identical information. After review of the bid documents, Weld County Public Works recommends that the contract be awarded to the lowest bidder, Quality Well and Pump, in the amount not to exceed $87,137.50. Email & Original: pc: cc: Rose Everett, Purchasing East Davis File Dave Bauer, Public Works Page 1 of 1 M:\Clay\Water Rights\East Davis Dust Control Well\East Davis Bid Does \East Davisl Bid Recommendation.doc /z/Aaoia or47-3rx3 WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: mwalters(cilco.weld.co.us E-mail: reverettco.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: October 29th , 2012 REQUEST FOR: EAST DAVIS DUST CONTROL WELL DEPARTMENT: PUBLIC WORKS DEPT BID NO: #61200151 PRESENT DATE: October 31x1, 2012 APPROVAL DATE: NOVEMBER 14111, 2012 VENDOR TOTAL QUALITY WELL & PUMP LLC 24275 US HWY 85 LaSalle CO 80645 HYDRO RESOURCES - ROCKY MOUNTAIN INC 13027 CR 18, Unit C Ft Lupton CO 80621 $87,137.50 $200,047.00 Engineering Estimate: Well drilling (70 ft deep and 18" diameter) = $24,000 Pump (600-1000 gpm, includes electrical work) = $12,000 Gage house with concrete loading pad (includes control box for well and drainage pipe for spillage) =$18,000 Total Cost = $54,000 *Bid is being reviewed by dept. East Davis Dust Control Well Contract which in general consists of a contract for the design and turnkey construction of: 1. Dust control well capable of producing and metering up 1,000 gallons per minute; 2. Filling stand capable of filling the County's water haul trucks at the rate of well pumping; 3. Building to house the pump controls; 4. Concrete filling pad for trucks to park on; and 5. 12 inch drain pipe to direct overflow away from the site. 2012-3093 /V 3/A0/,
Hello