Loading...
HomeMy WebLinkAbout20200595.tiffConlvuCf I D�530 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Weld County 2022 Surface Gravel Supply, Extension/Renewal DEPARTMENT: Public Works DATE: 1/18/2022 PERSON REQUESTING: Mike Livengood, Supervisor, Gravel Road Management Brief description of the problemlissue: Weld County has two different Surface Gravel Supply agreements that were awarded in 2019 and 2020. The Board has the option of renewing the Central and South locations agreement from January 1, 2022 to December 31, 2022 as permitted by the contact. The North locations contract is currently out to bid as the three year contact has expired as it was awarded in 2019. J-2 Contracting, Co. has the contract for the Central and South locations. This will be the second extension/renewal of a possible two-year renewal of the three-year contract term, contract number 2020-0595. The contract allows for a yearly bid adjustment based upon the current ENR cost Index. J-2 Contracting Co. has requested an increase within the amount allowed for the yearly bid adjustment per the contract. J-2 Contracting Co. will supply the Central and South locations with 145,000 tons at $10.40/ton equaling $1,508,000.00. Leaving a balance of up to $1,391,000.00 to be awarded for the North locations later this month. The budgeted amount for the Weld County Purchased Gravel Supply for 2022 contract year is $2,899,000.00. The Public Works department has been satisfied with the material provided by J-2 Contracting Co. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1) The Board may agree to extend/renew J-2 Contracting Co. contract as recommended. 2) The Board may decide not to extend/renew the contract. Recommendation: Public Works recommends extending/renewing the contract for one year as provided by the contracts. Approve Schedule Recommendation Work Session Perry L. Buck `J Mike Freeman, Pro -Tern Scott K. James, Chair Steve Moreno Lori Saine pc: Jay McDonald, Director, Public Works Curtis Hall, Deputy Director, Public Works (kyw0roa—, i-13/ 12Z Other/Comments: Karla Ford From: Lori Saine Sent: Tuesday, January 18, 2022 9:02 PM To: Karla Ford Subject: RE: Please Reply - Gravel Contract Renewal Passaround yes Lori Saine Weld County Commissioner, District 3 1150 O Street PO Box 758 Greeley CO 80632 Phone: 970-400-4205 Fax: 970-336-7233 Email: tsainej.aweIdgov.com Website: www.co.weld.co.us In God We Trust Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Karla Ford <kford@weldgov.com> Sent: Tuesday, January 18, 2022 1:53 PM To: Lori Saine <Isaine@weldgov.com> Subject: Please Reply - Gravel Contract Renewal Passaround Importance: High Please advise if you approve recommendation. Thank you! Karla Ford R Office Manager, Board of Weld County Commissioners 1150 O Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kford(c),weldggv.con,:: www.weidgov,com :: **Please note my working hours are Monday -Thursday 7:00a.m.-5:00p.m.** 1 BID SCHEDULE 2022 Surface Gravel Supply Central Location: (Greeley and surrounding area) Item M Item Pit Quantity Unit Price per Contract Price Location Unit 304.00 Surface Gravel DPG Pit 72,500 Ton $10.40 $754,000.00 1655 Holly Avenue Greeley 80631 Ton Ton South Location: (South of Hwy 34) Item M Item Pit Quantity Unit Price per Contract Price Location Unit 304.00 Surface Gravel DPG Pit 72,500 Ton $10.40 $754,000.00 1655 Holly Avenue Greeley 80631 Ton Ton CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS, GRAVEL ROAD MGMT. DIVISION AND J-2 Contracting Co. This Agreement Extension/Renewal ("Renewal"), made and entered into 17th day of 1 na uarv. 2Q22. by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works. Gravel Road Mamt. Division, hereinafter referred to as the "Department", and J-2 Contracting Co., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") Identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-0595. approved on March 23. 2020. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on December 31.2022. The parties agree to extend the Original Agreement for an additional 365 -day period, which will begin January 1.2022. and will end on December 31. 2022. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Contract Time Extension: This is the second extension of a possible two-year extension 2. Change to the Original Bid Schedule: the 2021 bid Schedule for the original contract will be replaced by the attached 2022 Bid Schedule. 3. Change to the Contract Price: The 2021 contract price of $10.00/ton is now modified to $10.40 per ton during the 2022 Contract Extension renewal. The 2022 total contract price is not to exceed $1,508,000. 4. Change to the Contract Quantity: The 2020 contract quantity of 72,500 tons per location will remain the same during the 2022 Contract Extension Renewal. The 2022 total contract tons is not to exceed 145,000 tons. 5. Supply Bond requirement: Weld County is requiring all suppliers of Surface Gravel material to carry a Supply Bond. A supply bond guarantees faithful performance of a contract to furnish supplies or materials. Such a bond only covers the delivery of the supplies or materials and excludes any labor or installation. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: J-2 Contracting Co Chris Leone Printed Na 73 nature BOARD OF COUNTY COMMISSIONERS pYcOLORADO o&po2o -069 Bond #2320292 SUPPLY CONTRACT BOND KNOW ALL MEN BY THESE PRESENTS, That, 1-2 Contracting Co. as Principal, (hereinafter called the Supplier), (here insert full name and address or legal title of Supplier) and North Anicrican Specialty Insurance Company as Surety, (hereinafter called Surety), (here insert full name and address or legal title of Surety) are held and firmly bound unto Weld County as Obligee, (hereinafter called the Buyer), in the just and full sum of, $1,508,000.00 (One Million Five Hundred Eight Thousand and No/100ths Dollars) (here insert full name and address or legal title of the buyer) for the payment of which sum, well and truly to be made, .the said Supplier and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally firmly by these presents. January WHEREAS, the Supplier has entered into a certain written contract with the Buyer dated; a7 _.,_20 22 to furnish the following briefly:described supplies, Surface Gravel which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW; THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, the said Supplier and Surety shall fully indemnify and °reimburse the Buyer for any loss that it may suffer through the failure 'of the Supplier to furnish said supplies in accordance with the terms of said contract, at the time(s), and in the manner therein specified. This includes any reasonable and additional costs the Buyer must expend in order to fulfill the terms of the contract, such as replacing material at additional cost. IN WITNESS WHEREOF, the said upplier and Surety have signed and sealed this instrument this 21st day of January, 2022 J-2 Contracting,Ca .� (Principal) (Seal) (Ti (Witness) North American Specialty Insurance Company r- LT'll! 4"- Duke R. Huggins, Attorney -in -Fact valid Corport4fower of Attorney Form BID NO 4 81700042 Page 18 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW Al.!. MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Kansas City, Missouri, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: RUSSELL D. LEAR, ROYAL R. LOVELL, KELLY T. URWILLER, STEVEN J. BLOHM, DULCE R. HUGGINS, KEVIN BAIRD, and SHAROLYN MAE NOLDE LOPEZ JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 18th of November, 2021: "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." Q!•At ,5 Steven P.Andrnan, Senior Vi ce Pmoidentof Wathiagim tatervuieaal Immure Cempanf Ga ffs„ & Senior Vice President of North America Specialty lnwrronce Compwy to �f ,••*••! Erik Jaosune, Senior Vice Preadaat „ f Waehingtae ktteraatioa.t h,snrane* Compm,y Yt' • • & Senior Vice Ptesideot ofNerlh A.,ericao Speeidty Insorwee Co opany IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 12th day of DECEMBER 20 21 State of Illinois County of Cook North American Specialty Insurance Company Washington International Insurance Company On this 1211, day of DECEMBER , 20 21 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Erik Janssens , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. ,*w,.4 .4111 r. M.r M., 411.. t• u.< wiii)ia,xn Yasmin A. Patel, Notary 1,1el 1toldberu • the duly elected Savior Vice President and A sistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of'a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insyrancc it mpany, which is still in full force and effect. '^ IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies I cla of . 20O . Jeffrey Cmidbeg, Senior Vice President & Assistant Secroury of Washington Intonational Insurance Company & North American Specialty Inswance Company ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) os/2s/2o21 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 have ADDITIONAL INSURED provisions or 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 ACT NAME: Jennifer Winter, CISR Flood and Peterson PHO E (970) 506-3206 I No(970) 506-6846 : PO Box 578 ADDRESS: iWnterc floodpeterson.com INSURER(S) AFFORDING COVERAGE NAIC Y Greeley CO 80632 INSURER A: Charter Oak Fire Insurance Company 25615 INSURED INSURER B: Travelers Indemnity Company 25658 J2 Contracting Company, Inc. INSURER c : Travelers Property Casualty Company of America 25674 105 Coronado Court, Suite Al01 INSURER 0: Pinnacol Assurance 41190 INSURER E: Fort Collins CO 80525 INSURER F: COVERAGES CERTIFICATE NUMBER: CL2192942178 REVISION NIJMRER- 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. LTR TYPE OF INSURANCE POLICY NUMBER MMIDD/YYYY MM/DD/WYY LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE Z OCCUR EACH OCCURRENCE 3 1,000,000 DAMAGE TO RENTED PREMISES occurrence $ 300,000 NED EXP Any one person) $ 5,000 PD Ded:2,500 PERSONAL&ADV INJURY 3 1,000,000 A DT-CO-325D6576-COF-21 10/01/2021 10/01/2022 GENLAGGREGATE LIMIT APPLIES PER: POLICY ® JECOT ❑ LOc GENERALAGGREGATE $ 2,000,000 PRODUCTS-COMP/OP AGG $ 2,000,000 $ OTHER. AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ ANY AUTO B OWNED SCHEDULED AUTOS ONLY AUTOS 810 -2L915661 -21-26-G 10/01/2021 10/01/2022 BODILY INJURY (Per accident) $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE Per accede $ DOC $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 C EXCESS LIAB CLAIMS-MADE CUP -9H721877-21-26 10/01/2021 10/01/2022 AGGREGATE $ 5,000.000 X DEDI RETENTION S 10,000 s D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y ANY PROPRIETOR/PARTNER/EXECUTIVE a OFFICERIMEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA 3114522 10/01/2021 10/01/2022 PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE- EA EMPLOYEE $ 1,000.000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Surface Gravel Supply Weld County, its subsidiary, parent, associated and/or affiliated entitles, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers are listed as Additional Insureds as respects General Liability, including ongoing and completed operations, and Umbrella Liability. Insurance is primary and non-contributory. A Waiver of Subrogation applies as respects General Liability, Auto Liability, Umbrella Liability, and Workers' Compensation. Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County Public Works ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 758 I AUTHORIZED REPRESENTATIVE Greeley CO 80632 © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD C O L O R O Printed On:Tuesday, November30, 2021 • Department of Agriculture AgLicense ID # 002Y6C Carol Shima J2 CONTRACTING CO COUNTY ROAD 58 GREELEY CO 80631 305 Interlocken Parkway, Broomfield, CO 80021 P 303.869.9000 F 303.466.2867 op'� www.cot.orado.gov/ag N * 1i 1876 • I COLORADO Printed On:Tuesday, November 30, 2021 • Department of Agriculture Scales/Measuring Devices License THIS License IS NOT TRANSFERABLE J2 Contracting CO Doing Business As Nameis) [DBAI J2 Contracting CO County Road 58 Greeley CO 80631 Effective Date Expires Date Scales/Measuring Devices Aglicense ID # 002Y6C Jan 01, 2022 Dec 31, 2022 1 x Scales 80,001 lbs & up Kate Greenberg Commissioner of Agriculture November 30, 2021 Print Date 305 Interlocken Parkway, Broomfield, CO 80021 P 303.869,9000 F 303.466.2867 .OV'Co www.colorado.gov/ag '•, 76 a C I[ K O L O p A.y V ® Printed On:Monday, November 29, 2021 fir► Department of Agriculture AgLicense ID # 003M2J Carol Shima J-2 CONTRACTING CO, INC 105 CORONADO COURT UNIT A-101 FORT COLLINS CO 80525 305 Interlocken Parkway, Broomfield, CO 80021 P 303.869.9000 F 303.466.2867 Oc' www.cotorado.gov/ag �� r� r � • /a7s • s C ® L O R ♦ D ® Printed On:Monday, November 29, 2021 • Department of Agriculture Scales/Measuring Devices License THIS License 15 NOT TRANSFERABLE J-2 Contracting Co, Inc Doing Business As Name(sl (DBAI DPG Pit 1620 Holly Avenue Greeley CO 80631 Effective Date Expires Date Scales/Measuring Devices AgLicense ID # OO3M2J Jan 01, 2022 Dec 31, 2022 Ix Scales 80,001 lbs & up Kate Greenberg November 29, 2021 Commissioner of Agriculture Print Date 305 Interlocken Parkway, Broomfield, CO 80021 P 303.869.9000 F 303.466.2867 .OF'CO www.colorado.gov/ag r, *1876 New Contract Request Entity Information Entity Name* Entity ID J2 CONTRACTING x=00003232 Contract Name * PURCHASED SURFACE GRAVEL SUPPLY Contract Status CTB REVIEW Contract Description* PURCHASED SURFACE GRAVEL SUPPLY - 2ND YEAR RENEWAL Contract Description 2 CENTRAL AND SOUTH LOCATONS Contract Type * Department RENEWAL PUBLIC WORKS Amount* Department Email $1,508,000.00 CM- PublicWorks@weldgov.cony Renewable * NO Department Head Email CM-PublicWorks- Automatic Renewal DeptHeadc-weldgov.conm NO County Attorney Grant GENERAL COUNTY ATTORNEY EMAIL IGA County Attorney Email CM- COUNTYATTORNEY3 WELDG OV.COM if this is a renewal enter previous Contract ID 4520 If this is part of a MSA enter MSA Contract ID ❑ New Entity? Contract ID 5530 Contract Lead * MLIVENGOOD Contract Lead Email MLivengood)co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Requested BOCC Agenda Due Date Date* 01/272022 01,'31?2022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date * Renewal Date 11 28; 2022 Termination Notice Period Committed Delivery Date Expiration Date 12!31,2022 Contact Information Contact Info Contact Name Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD DH Approved Date 01 ,27,2022 Final Approval BOCC Signed Date ROC Agenda Date 01?31I2022 Originator ML!VENGOOD Contact Type Contact Email Contact Phone i Contact Phone 2 Purchasing Approved Date 01 .27,2022 27,E 2022 Finance Approver CONSENT Finance Approved Date 01;27;2022 Tyler Ref # AG 020222 Legal Counsel CONSENT Legal Counsel Approved Date 01 '27; 2022 CW4g5�1 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW i PASS -AROUND TITLE: Weld County 2021 Surface Gravel Supply, Extension/Renewal DEPARTMENT: Public Works DATE: 2/18/2021 PERSON REQUESTING: Mike Livengood, Supervisor, Gravel Road Management Brief description of the problem/issue: Weld County has two different Surface Gravel Supply Agreements that were awarded in 2019 and 2020. The Board has the option of renewing the agreements from January 1, 2021 to December 31, 2021 as permitted by the contracts. Connell Resources has the contract for the North location, this will be the second extension/renewal of a possible two-year renewal of the three-year contract term, contract number 2019-0582. J-2 Contracting Co. has the contract for the Central and South locations. This will be the first extension of the three-year contract term, contract number 2020-0595. Both contracts allow for yearly bid adjustments based upon the current ENR Cost Index. Connell resources does not wish to have a cost increase for this year's extension/renewal. J-2 Contracting Co. requested an increase within the amount allowed for yearly bid adjustments per the contract. Connell Resources will supply the North location with 115,000 tons at $10.25/ton equaling to $1,178,750. J-2 Contracting Co. will supply both the Central and South locations with 72,500 tons per location for 145,000 tons at $10.00/ton equaling $1,450,000. The total for both contracts is $2,628,750. The budgeted amount for the 2021 contract year is $2,899,000. The Public Works Department has been satisfied with the material provided by both Connell Resources and J-2 Contracting Co. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1) The Board may agree to extend/renew Connell Resources and J-2 Contracting Co. contracts as recommended. 2) The Board may decide not to extend/renew the contracts. Recommendation: Public Works recommends extending/renewing the contracts for one year as provided by the contracts. ADprove Schedule Recommendation Work Session Perry L. Buck Mike Freeman Scott K. James, Pro -Tern Steve Moreno, Chair Lori Saine 005W4- Other/Comments: ao�o-osgs CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS, GRAVEL ROAD MGMT. DIVISION AND J-2 Contracting Co. This Agreement Extension/Renewal ("Renewal"), made and entered into 17th day of February. 2021. by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works. Gravel Road Mgmt. Division. hereinafter referred to as the "Department", and J-2 Contracting Co.. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-0595, approved on March 23, 2020. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: . The Original Agreement will end on December 31, 2020. The parties agree to extend the Original Agreement for an additional 365 -day period, which will begin January 1, 2021, and will end on December 31, 2021. . The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Contract Time Extension: This is the first extension of a possible two-year extension. 2. Change to the Original Bid Schedule: the 2021 bid Schedule for the original contract will be replaced by the attached 2021 Bid Schedule. 3. Change to the Contract Price: The 2020 contract price of $9.80/ton is now modified to $10.00 per ton during the 2021 Contract Extension renewal. The 2021 total contract price is not to exceed $1,450,000. 4. Change to the Contract Quantity: The 2020 contract quantity of 72,500 tons per location will remain the same during the 2021 Contract Extension Renewal. The 2021 total contract tons is not to exceed 145,000 tons. 5. Supply Bond requirement: Weld County is requiring all suppliers of Surface Gravel material to carry a Supply Bond. A supply bond guarantees faithful performance of a contract to furnish supplies or materials. Such a bond only covers the delivery of the supplies or materials and excludes any labor or installation. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: J-2 Contracting Co., Chris Leone Printed Name Signature BOARD OF COUNTY COMMISSIONERS WELD WELD COUNTY, COLORADO Steve Moreno, Chair MAR 1 0 2021 _O591 BID SCHEDULE 2021 Surface Gravel Supply Central Location: (Greeley and surrounding area) Item IS Item pit Quantt Unti Price per Contract Price 304.00 Surface Gravel 24819 CR 58 72,500 Ton $10.00 $725,000.00 Greeley, CO Ton Ton South Location: (South of Hwy 34) Item IS Item Pitr quantity UnitPrice 304.00 Surface Gravel 24819 CR 58 72,500 Ton $10.00 $725,000.00 Greeley, CO Ton Ton Bond #2312124 SUPPLY CONTRACT BOND KNOW ALL MEN BY THESE PRESENTS, That, 1-2 Contracting Co. as Principal, (hereinafter called the Supplier), (here insert full name and address or legal title of Supplier) and North American Specialty Insurance Company as Surety, (hereinafter called Surety), (here insert full name and address or legal title of Surety) are held and firmly bound unto Weld County as Obligee, (hereinafter called the Buyer), in the just and full sum of One Million Four Hundred Fifty Thousand and No/100ths Dollars ($1,450,000.00) (here insert full name and address or legal title of the Buyer) for the payment of which sum, well and truly to be made, the said Supplier and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally firmly by these presents. WHEREAS, the Supplier has entered into a certain written contract with the Buyer dated January 120 21 to furnish the following briefly described supplies: Surface Gravel which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, the said Supplier and Surety shall fully indemnify and reimburse the Buyer for any loss that it may suffer through the failure of the Supplier to furnish said supplies in accordance with the terms of said contract, at the time(s), and in the manner therein specified. This includes any reasonable and additional costs the Buyer must expend in order to fulfill the terms of the contract, such as replacing material at additional cost. IN WITNESS WHEREOF, the said Supplier and Surety have signed and sealed this instrument this the 17th day of February20 21 -2 Contracting. (Principal) (Seal) `,t (Witness) North American Specialty Insurance Company urety) eal) Dulce R. Huggins, Attorney -in -Fact A ach valid orp r ower of Attorney Form (Witness) BID NO 4 B1700042 Page 18 • C O L O R A D O Printed On:Thursday, December 10, 2020 • (Department of Agriculture Scales/Measuring Devices License THIS License IS NOT TRANSFERABLE J2 Contracting CO Doing Business As Name(s) MDBAI J2 Contracting CO County Road 58 Greeley CO 80631 Effective Date Expires Date Scales/Measuring Devices Aglicense ID # 002Y6C Jan 01, 2021 Dec 31, 2021 1 x Scales 80,001 lbs & up Kate Greenberg December 10, 2020 Commissioner of Agriculture Print Date 305 Interlocken Parkway, Broomfield, CO 80021 P 303 869.9000 F 303.466.2867 op'co, www.cotorado.gov/ag ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 0 9 /2 512 02 0 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 pollcy(ies) must have ADDITIONAL INSURED provisions or 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 NONE: Jennifer Winter, CISR Flood and Peterson PHONE (970) 506-3206 (970) 506-6846 Exti No : F -MAIL s: JWinter@floodpeterson.com PO Box 578 INSURER(S) AFFORDING COVERAGE NAIC 5 Greeley CO 80632 INSURER A: Phoenix Insurance Company 25623 INSURED INSURER B: Travelers Indemnity Company 25658 J2 Contracting Company, Inc. INSURER C: Travelers Property Casualty Company of America 25674 105 Coronado Court, Suite A101 INSURER D: Pinnacol Assurance 41190 INSURER E Fort Collins CO 80525 INSURER F: COVERAGES CERTIFICATE NUMBER: CL2092536624 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 CONTRACTOR 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. LTR TYPE OF INSURANCE I Sp wvi POLICY NUMBER MMIDD/YYYY M LIMITS X COMMERCIAL GENERAL LIABILITY I CLAIMS -MADE OCCUR EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTEO PREMISES Ea occurtance $ 300,000 X MED EXP(Anyonnpersonl $ 5,000 PD Ded:2,500 PERSONAL&ADVINJURY $ 1,000,000 A DT-CO-325D6576-PHX-20 10/01/2020 10/0112021 GEN'LAGGREGATELIMITAPPLIESPER: POLICY Q ER LOC GENERALAGGREGATE $ 2'000,000 PRODUCTS-COMP/OPAGG $ 2,000.000 $ OTHER: AUTOMOBILE LIABILITY COMBIBI SINGLE LIMIT $ 1,000,000 ANYAUTO BODILY INJURY (Per person) S B OWNED SCHEDULED AUTOS ONLY AU70S 810 -2L915661 -20-26-G 10/01/2020 10/01/2021 BODILY INJURY (Per accident) $ HIRED t/ NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE Paraoddard $ $ DOC X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 5,000,000 C EXCESS LIAB CLAIMS -MADE CUP -9H721877-20-26 10/01/2020 10/01/2021 AGGREGATE $ 5,000,000 OFD X RETENTION $ 10,000 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) (yes, describe under DESCRIPTION OF OPERATIONS below N I A 3114522 10/01/2020 10/01/2021 �/ 0TH X STATUTE . E.LEACHACCIDENT S 1,000,000 EL DISEASE- EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) RE: Surface Gravel Supply Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers are listed as Additional Insureds as respects General Liability, including ongoing and completed operations, and Umbrella Liability. Insurance is primary and non-contributory. A Waiver of Subrogation applies as respects General Liability, Auto Liability, Umbrella Liability, and Workers' Compensation. A 30 -day written notice of cancellation applies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County Public Works ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 758 AUTHORIZED REPRESENTATIVE Greeley CO 80632 © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD New Contract Request Entity Information Entity Names J2 CONTRACTING Contract Name * PURCHASED SURFACE GRAVEL SUPPLY Contract Status CTB REVIEW Entity ID's W00003232 Contract Description * PURCHASED SURFACE GRAVEL SUPPLY - 1 ST YEAR RENEWAL Contract Description 2 CENTRAL AND SOUTH LOCATIOIS ❑ New Entity? Contract It) 4529 Contract Lead MLUVENGOOO Contract Lead ail MLiveng000d, co.weld.co.us Parent Contract ID :a. s rar • Contract Type* Department Requested BOCC Agenda Due Date RENEWAL PUBLIC WORKS Date * •03 /06 2021 #23 10, 202 Amount Department Email Si51,450,a-10,00 CM- will a work session with BOCC be required?* PubiicWorksTweldgovcom NO Renewable YES Department Head Email d Does Contract require Purchasing Dept. to be include CM-Publ cWorks- NO NEO Automatic Renewal oeptHead _ weldgov.cr€ 3 NO County Attorney Grant BOB CHOATE County Attorney Email IGA BCHOATE@CO,'WELD.CO.UJS If this is a renewal enter previous Contract ID 3463 If this is part of a MSA enter MSA Contract ID iikte: the Previous Contract Number and Master Services Agreement Number should he left blank if those contracts are not in OnB.ase Contract Dates Effective Date Review Date * Renewal Date * 1 1 29, 2021 01 01 2022 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head JAY MCDONALD DH Approved Date 03 04 2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03'`x02021 Originator MMLI%. EN CLOD Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approved Date finance Approver CHRIS D OVIDIO Finance Approved Date 03H)5 2021 Tyler Bet #{ AC $31 °2F Legal Counsel BOE CHOATE Legal Counsel Approved Date 3 ,15 2027 C + 1V 3 �3 MEMORANDUM TO: Board of Commissioners FROM: Jay McDonald, Public Works Director Curtis Hall, Deputy Director DATE: February 24,2020 SUBJECT: Surface Gravel Supply for 2020, Central and South Locations (BID REQUEST NO. 2000071) Weld County Public Works Department is recommending J-2 Contracting Co. to serve both the Central and South Locations for the 2020 surface gravel supply. The total budget for the 2020 surface gravel supply is $2,899,00.00. This recommendation is for a total of 145,000 tons of surface gravel material totaling $1,421,000.00. There is $1,720,250.00 left in the budget after the BOCC approval of the contract extension with Connell Resources. for the North Location for 2020 surface gravel supply consisting of 115,000 tons at $10.25 per ton for $1,178,750.00. Central and South Locations: Weld County Public Works Department recommends the low bid from J-2 Contracting Co. be awarded the bid for both the Central and South Locations material supply based on the low bid and the pit location relevant to road resurfacing needs. 145,000 tons @ $9.80/ton = $1,421,000.00. Pit Location: 24819 WCR 58, Greeley, CO 80631 If you have any questions please call Jay at extension 3761 or Curtis at extension 3721. Cam.-.�.�.{- BID REQUEST NO. B2000071 WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR SURFACE GRAVEL SUPPLY Renewable for 2021 and 2022 January 2020 Weld County Public Works Gravel Road Management Division 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-356-4000, Ext. 3721 TABLE OF CONTENTS The following checked forms and provisions take precedence over plan drawings and supplement the 2017 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications) and the most recent CDOT field Materials Manual which is to be used to administer the construction of this project. Page # Notice to Bidders / Invitation to Bid 3 Instructions to Bidders 4-5 General Provisions and Information 6-11 Specification and Scope of Work 12 Contacts 13 Terms and Conditions 13 Submittal Requirements 13 Project Special Provisions Revision of Section 106, Samples, Test, Cited Specifications 14 Revision of Section 106, Storage Materials 14 Revision of Section 703, Aggregate 15 Bid Schedule 16 Signature Page 17 Notice of Award 18 Supply Bond Form 19 BID REQUEST #B2000071 Page 2 REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: January 29, 2020 BID NUMBER: #B2000071 DESCRIPTION: Surface Gravel Supply (Central and South Areas) DEPARTMENT: Gravel Road Mgmt. Division, Public Works MANDATORY PRE -BID CONFERENCE DATE: February 7, 2020 BID OPENING DATE: February 17, 2020 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: Surface Gravel Supply (Central and South Areas) The project, in general consists of stockpiling and loading up to 145,000 tons of aggregate material for the re -graveling of roads within the north areas of Weld County. A mandatory pre -bid conference will be held on February 7. 2020 at 9:00 AM, at the Weld County Weld County Public Works Operations Conference Room located at 1111 H Street, Greeley, Colorado 80631. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: Febnlary 17, 2020 at 10:00 am(Weld County Purchasing Time Clock). PAGES 1 -8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at https://www,weldgov,com/departments/purchasinq located under "Current Requests". And, on the BidNet Direct website at www.bidnetdirect.com, Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. BID REQUEST #B2000071 Page 3 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com. 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 submitlmail hard copies of the bid proposal. 2. Mail or Hand Delivery. 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, 1150O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 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 incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms, The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. BID REQUEST #B2000071 Page 4 In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. BID REQUEST #B2000071 Page 5 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. BID REQUEST #B2000071 Page 6 G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. BID REQUEST #B2000071 _ �� Page 7 O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 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 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 appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. BID REQUEST #B2000071 Page 8 T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, 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 County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums 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 Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. BID REQUEST #62000071 Page 9 The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. BID REQUEST #82000071 Page 10 Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2000071 Page 11 SPECIFICATIONS AND/OR SCOPE OF WORK: Purpose: Weld County is soliciting bids for surface gravel supply. The project, in general consists of crushing, stockpiling and loading up to 145,000 tons of aggregate material for the re -graveling of roads within the Central and South areas of Weld County. GENERAL CONDITIONS AND SCOPE: 1. All surface gravel shall meet specifications described on page 15 & 16 of this document. Weld County will not supply any material for this project. 2. The contractor will follow all rules and regulation stipulated in the permit for the site. 3. Project time will be from January 2020 through December 2020. 4. Weld County will select the bidder based on the lowest cost to the County. 5. The successful bidder shall provide a Supply Bond to the County as arranged by the parties. 6. The successful bidder shall provide a certificate of insurance to the County as arranged by the parties, 7. Certified scales are required. 8. Payment shall be made according to the bid prices per ton times the tons of material supplied as determined by scale tickets from the pit. All tickets must be legibly signed by a Weld County employee. 9. The Contractor shall follow all OSHA AND MSHA regulations. The Contractor is also required to provide all permitting associated with the contracted equipment and labor. > MSHA ID # (for crusher unit) > APCD (State Health and Environment Department) > Air Pollution Permit (for crusher unit) 10. Weld County Public Works personnel normally work 7:00am to 3:30pm, Monday through Friday. Occasionally, due to circumstance beyond our control, work may extend to earlier than 7:00 am and later than 3:30 pm and/or Saturday and/or Sunday. The successful bidder is required to accommodate these situations as necessary for the unit price shown in the bid. 11. Weld County will select the bidder based on the lowest cost to the County, considering job -site location and hauling cost. Materials' may be purchased from multiple bidders based on plant location. 12. The specification for material supply shall be in accordance with the most current Colorado Department of Transportation, Standard Specification for Road and Bridge Construction and Cdot field materials manual, unless otherwise stipulated in this document. References to the division shall mean Weld County and all documentation required will be handled through the Weld County Public Work Department. 13. Weld County reserves the right to terminate this contract at any time if, in the opinion of the Public Works. Director, the successful contractor(s) are not performing according to provisions outlined in this contract or according to Colorado Department of Transportation Standard Specifications for Road and Bridge Construction. 14. Weld County reserves the right to utilize county personnel and equipment to load materials at the contractors facility at any time if, in the opinion of the Public Works Director, the successful contractor(s) are not diligently attempting to load materials to efficiently supply county operations. BID REQUEST #B2000071 Page 12 Schedule: Bids due to Purchasing Bids accepted by BOCC February 17, 2020 March 4, 2020 Weld County Contacts: Question related to the project and procedures should be directed to: Joshua J. Holbrook — Construction Inspection Supervisor Curtis Hall — Deputy Director Weld County Public Works Weld County Public Works (970) 400-3734 (970) 400-3721 Jholbrookc weldgov.com challc&-weldgov.com Mike Livengood — Gravel Road Mgmt. Supervisor Weld County Public Works (970) 400-3757 mliivengoodD-weldgov.com TERMS AND CONDITIONS: This one-year contract is renewable for up to (2) additional years. Material cost adjustments will be considered at the end of each calendar year that this contract represents. Any price adjustments must be verified by justification of base bid cost increase of materials, labor or other associated items included in the original cost of the material supply. Cost increase must be consistent with regional trends. Weld County will use the ENR Cost Index. The base price per ton may increase from one year to the next by no more than the increase reflected in the Engineering News Record for the cost index for the Base Course Item out of Denver as a measure of reasonableness for justified increase. Price adjustments will not be implemented without final approval from Weld County. Weld County reserves the right to cancel this contract and re -bid the surface gravel supply contract if, in the opinion of the Public Works Director, the cost increase is not justified or consistent with regional trends. BID REQUEST #B2000071 Page 13 REVISION OF SECTIONS 105 and106 CONTROL OF WORK AND CONTROL OF MATERIAL Revisions of Section 105 Conformity to the Contract Section 105 of the standard specifications is hereby revised for this project as follows: Section 105.3(3) shall be revised to include the following: 2,000 tons of material delivered will be considered a lot. Revisions of Section 106 Samples, Test, Cited Specifications Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.03 shall be revised to include: 1) Process Control: Sampling and testing will be done in accordance with table 1-A 2) Weld County reserves the right to select random samples from the stock pile at any time. OA acceptance will be sampled from (unprocessed) windrow on grade in accordance with CP 30 / 4.3.5 or from a Stockpile in accordance with CP 30 / 4.3.3. Those materials sampled and tested that do not meet the requirements of the contract will be rejected or will be evaluated for prices reduction based on section 105.03. FREQUENCY GUIDE SCHEDULE MINIMUM MATERIALS SAMPLING AND TESTING 1-A Type of Test OA Sampling and testing PC Sampling and Testing Verification testing (ASTM, AASHTO or Colorado Procedures) Gradation 1 per 2,000 tons 1 per 1,000 tons AASHTO T27 and T11 CP31-13 Atterberg Limits 1 per 2,000 tons 1 per 1,000 tons AASHTO T89 and T90 LA Abrasion I per source 1 per source AASHTO T96 R -value 1 per source 1 per source CP-I 3101 BID REQUEST #B2000071 Page 14 REVISION OF SECTION 106 STORAGE OF MATERIALS Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.08 shall be revised as follows: Materials shall be stored to assure the preservation of their quality and fitness for the work. Stored materials, even though conditionally approved before storage, will be subject to inspection and testing prior to incorporation into the work. Storage of material could be required for the length of the contract. REVISION OF SECTION 703 AGGREGATE Surface Course Aggregate. Section 703.03 shall include the following: Furnish hard, durable particles or fragments of crushed stone, crushed slag, or crushed gravel conforming to the following: (1) Los Angeles abrasion, AASHTO T96 40% max. (2) Fractured faces, one or more, ASTM D 5821 45% min. (3) Free from organic matter and lumps or balls of clay (4) Liquid Limit, AASHTO T 89 35 max. (5) Dust ratio: % passing #200 2/3 max. % passing #40 (6) Gradation and plasticity index, AASHTO T 90 (Gravel Surfacing column) Table 7-8 BID REQUEST #B2000071 Page 15 Table 7-2 Target Value Ranges for Surface Course Gradation and Plasticity Index Sieve Designation Standard { Mesh 150.00 6 100.00 4 Mass Percent Passing Square Mesh Sieves ----- LL not greater than 35 LL not greater than 20 Gravel Class 1 Class 2 Class 3 Class 4 Class 5 Class 6 Class 7 Surfacing 100 100 95-100 75.00 3 63.00 2'/2 100 50.00 2 95-100 100 37.50 1 '�: 90-100 100 100 25.40 1 s/. — — 95-100 100 100 90-100 19.00 50-90 95-100 65-10 12.5 1/2 4.76 No. 4 30-65 _ 46.65 2.38 No. 8 _._ 25-55 20-85 33-53 0.42 No. 40 16-36 0.07 No. 3-15 3-15 20 max 3-12 3-15 3-12 5-15 4-15 Plasticity Index 0 _-. 0 0--- 0 0 0 0 4-12 LA wear test96) ,_-_- 0 _.. 0 0 50 max 50 max 0 40 max BID SCHEDULE 2020 Surface Gravel Supply Central Location: (Greeley and surrounding area) I '1T_...__ PIT LOCATION QUANTITY !I 1 T PRICE PER CONTRACT PRICE 0 _ UNIT 304.00 Surface Gravel o 72,500 TON $9.80 $710500.00 TON TON South Location: (South of Hwy 34) QUANTITY 72,50O UNIT -. . PRICE PER TON $9.80 TON TON CONTRACT PRICE $710500.00 Prices will include all labor and equipment costs necessary to stockpile and load material ready for use. Transportation of all the aggregates wilt be by Weld County personnel. BID REQUEST #82000071 Page 16 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 requestfor proposal for Request No. #82000071. 2_ The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM J-2 Contracting Co BUSINESS 105 Coronado Ct. Unit A-1 01 ADDRESS CITY, STATE, ZIP CODE Fort Collins, CO 80525 TELEPHONE NO 970-392-0694 FAX 970-392-0695 TAX IDS 84-1346070 PRINTED NAME AND3hrIS Leone, President SIGNATURE E-MAIL Chrisleone@j2contracting.com DATE 2/16/20 ""THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS *98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1-11. ATTEST: Weld Co( BY: BID REQUEST #B2000071 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO 2020 Page 17 NOTICE OF AWARD Surface Gravel Supply To: J-2 Contracting Co. 105 Coronado Ct. Unit A-1 01 Fort Collins, CO 80525 Project Description: The project, in general consists of crushing, stockpiling and loading up to 145,000 tons of aggregate material for the re -graveling of roads within the central and south areas of Weld County. 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 $710,000.00 for 72,500 tons at $9.80/ton for the Central Area of Weld County or as shown in the Bid Schedule. In addition your Bid has been accepted in the amount of $710,000.00 for 72,500 tons at $9.80/ton for the South area of Weld County or as shown in the Bid Schedule. You are required by the Instructions to Bidders to execute the Agreement within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement within ten (10) 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 r &-r, c- 2020. Weld County, Colorado, Owner By Mike Livengood, Supery or Gravel Road Mgmt. ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by — Contractor) F Th Dated this day of , 2020. By: . 1'7.g3 L [<2ilE Title: BID REQUEST #B2000071 Page 18 Bond#2289946 SUPPLY CONTRACT BOND J-2 Contracting Co. 105 Coronado Court, Suits A-101 KNOW ALL MEN BY THESE PRESENTS, That, Fort Collins, Co 00525 as Principal, (hereinafter called the Supplier), (here insert full name and address or legal title of Supplier) North American Specialty Insurance Company 1200 Main Street, #800 and Kansas City, MO 64105 as Surety, (hereinafter called Surety), (here insert full name and address or legal title of Surety) are held and firmly bound unto Weld County as Oblige, (hereinafter called the Buyer), in the just and full sum of One Million Four Hundred Twenty Thousand and No/100ths Dollars ($1 420.000.00) (here insert full name and address or legal title of the Buyer) for the payment of which sum, well and truly to be made, the said Supplier and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally firmly by these presents. WHEREAS, the Supplier has entered into a certain written contract with the Buyer dated 20,LO to furnish the following briefly described supplies: Surface Gravelwhich contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, the said Supplier and Surety shall fully indemnify and reimburse the Buyer for any loss that it may suffer through the failure of the Supplier to furnish said supplies in accordance with the terms of said contract, at the time(s), and in the manner therein specified. This includes any reasonable and additional costs the Buyer must expend in order to fulfill the terms of the contract, such as replacing material at additional cost. IN WITNESS WHEREOF, the said Supplier and Surety have signed and sealed this instrument this the day of Jf %)') -c l 2QX' J-2 Co t Co. rincipal) North American Specialty Insurance Company (Surety) (Seal) R ne E Vogel, torn -in-Fa t (lit ttach valid Cor Power of Attorney Form (Witne *Weld County, 1111 H Street, P.O. Box 758 Greeley, CO 80632 BID REQUEST #B2000071 Page 19 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Kansas City, Missouri and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Kansas City, Missouri, and Westport Insurance Corporation, organized under the laws of the State of Missouri. and having its principal office in the City of Kansas City, Missouri does hereby make, constitute and appoint: RUSSELL D. LEAR, DARLENE KRINGS, K'ANNE E. VOGEL, ROYAL R. LOVELL, KELLY T. URW1LLER, WESLEY J. BUTORAC, STEVEN J. BLOHM, DULCE R. HUGGINS, AND KRISTEN PEREIRO JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington'Intemational Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signattire of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." ��ptnlaNlWriri, `�' 4O�O�TRG`w 0�� 'i' '�'lpllnth a+r,�n By Stncn r.An enon, a r ce rro,,000lo os n5.on IflioroaeIono n uranaoCompans & Senior Vice President arNorth American Specialty Insurance Company & Senior Vice President ar�Westport Insurance Corporation Mike A. ho, Stator Vice President of Washinplgn International Insurance Compaq & Senior Vice President of North American Specialty insurance Company & Senlur vice President of Westport Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 4TH day of DECEMBER ,20I5. I3 North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook ss: On this 4TH day of DECEMBER , 20 l8, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. _ OFFICIAL SEAL M. KENNY ` _i NotryaPut$c -Sta1C td llliaah ' My emu» fEopres M. Kenny, Notary Public ~' I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of _P. kC-k , 20. relrrey Goldberg, Vice President & Anistant Secretory of Wash'mgtun Inrematianul insurance Company & North American 3pceialiy iruurmce Cornpaoy & Vice Prenidenr & Meant Semrkay of Wentprat Insurance corporation ACORU CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDO/YYYY) 03/06/2020 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(les) must have ADDITIONAL INSURED provisions or 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 NAME: Jennifer Winter, CISR Flood and Peterson PHONE (970) 506-3208 (970) 506-6846 A/C No PO Box 578 ADDRESS: JWinter@floodpeterson.com INSURER(S) AFFORDING COVERAGE NAIC U Greeley CO 80632 INSURER A : Phoenix Insurance Company 25623 INSURED INSURER B: Travelers Indemnity Company 25658 J2 Contracting Company, Inc. INSURER C: Travelers Property Casualty Company of America 25874 105 Coronado Court, Suite Al 01 INSURER D: Pinnacol Assurance 41190 INSURER E Fort Collins CO 80525 INSURER F: COVERAGES CERTIFICATE NUMBER: 1L1993031692 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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. LTR TYPE OF INSURANCE POLICY NUMBER MMIDDIYYYY MIO LIMITS COMMERCIAL GENERAL LIABILITY I CLAIMS -MADE [] OCCUR EACH OCCURRENCE 1,000,000 $DAMAGE TO RENTED PREMISES Ea occurrence) $ 300,000 ,..._. . MED EXP one person) $ 5,000 PD Ded:2,500 A DT-CO-325D6576-PHX-19 10/01/2019 10/01/2020 PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATELIMITAPPLIESPER: POLICY © JECOT- LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGO $ 2,000,000 $ OTHER AUTOMOBILE LIABILITY COMBINEDBSINGLE LIMIT-_ Ee a $ 1,000,000-- BODILY INJURY (Per person) $ ANYAUTO B OWNED fi SCHEDULED AUTOSONLY AUTOS 810 -2L915661 -19-26-G 10/01/2019 10/01/2020 BODILYINJURY(Paraccident) $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMA E Pera rJ $ DOC $ UMBRELLA LIAR OCCUR EACH OCCURRENCE $ 5,000,000 C EXCESS LIAR I CLAIMS -MADE CUP -911721877-19-26 10/01/2019 10/0112020 AGGREGATE $ 5,000,000 DED I XI RETENTION S 10,000 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNERIEXECUTIVE Y OFFICER/MEMBER EXCLUDED? (Mandetory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA 3114522 10/01/2019 10/01/2020 PER I I 0TH - STATUTE ER E L, EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 EL DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS! VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if move space is required) RE: Surface Gravel Supply Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers are listed as Additional Insureds as respects General Liability, including ongoing and completed operations, and Umbrella Liability. Insurance is primary and non-contributory. A Waiver of Subrogation applies as respects General Liability, Auto Liability, Umbrella Liability, and Workers' Compensation. A 30 -day written notice of cancellation applies. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County Public Works ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 758 I AUTHORIZED REPRESENTATIVE Greeley CO 80632 © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD W-9 Request for Taxpayer Give Form to Form (Rev. October 2018) Identification Number and Certification the requester. Do not Oopamnad of the Treasury send to the IRS. ktterttal Ravens service ► Go to wwwjnfr.gov/FormW9 for Instructions and the latest Information. I Noma (as shown on your income tax return). Nnmo is required on this trio: do not leave this toe blank. J-2 Contracting Co. Inc 2 fhnlnaae namo/disrogardod entity name. If different from above 3 Check appropriate box for federal tax classification of the pproprl person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain enttfiae, not Individuals; sae O IndIvidua /sole proprietor or ❑ C Corporation © S Corporation O Partnership ❑ TruWeetate Instructions on page 3): single -member LLC Exempt payee code Qt any) ' ❑ Limited liability company. Enter the tax classification (C -C corporation, S -S corporation, P:Partnership) Note: Check the appropriate box in tho too above for the lox classification of the sfngto+manner owner. 0o not check Exemption from FATCA reporting LLC If the LLC is ciasslilod sea sirtpio-m rnber LLC that is disregarded from the owner unless the owner of the LLC is another LLC that Is not disrogatdad from the owner for U.S. federal tax purposes. Otherwise, a skmlo. member LLC that code (H any) Is disregarded from the owner should check the appropriate box for the tax claseficatbn of its owner, Other (sae Instructions) ► (Avswr a ecaamb me•YWreurdEe the tl.s./ H1 5 Address (number, $beet. and apt. or suite no.) Soo Instructions, Requesters name and address (Optional) 105 Coronado Ct. Unit A-101 a City, state, and ZIP code Fort Collins CO 8062E 7 List account number(s) hero (optional) Div taxpayer tclenuttoatton NumDer (TINj Enter your TIN in the appropriate box. The TIN provided must match the name given on Ifne 1 to avoid [social security number —j backup withholding. For Individuals, this is generally your social security number (ESN). However, for a resident alien, ado proprietor, or disregarded entity, see the instructions for Part 1, later. For other - m - entitles, It is your employer identification number (EIN). If you do not have a number, see how to gets TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer Identification number Number To Give the Requester for guidelines on whose number to enter. (—(—( Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer Identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I em exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that lam subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that lam no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and The FATCA code(s) entered on this form (If any) Indicating that I am exempt from FATCA reporting is correct. Certification Instructions. You must cross out Item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have fatted to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (RA). and generally. payments other than interest and dividends, you ark trotljegtdted to gn the certil(cgjlon, but you must provide your correct TIN. Sae the instructions for Pan II, later. 71L_ ign 1prwarae orero 6 parson ► Oste ► a - /% , ' (7 General Instructions - Form 1O99-DIV (dividends, Including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise noted. • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) Future developments. For the latest information about developments related to Form W-9 and its Instructions, such as legislation enacted • Form 1099-13 (stock or mutual fund sales and certain other after they were published, go to www.frs.gov/ForrW9. transactions by brokers) • Form 1099-S (proceeds from real estate transactions) Purpose of Form • Form 1099-K (merchant card and third party network transactions) An Individual or entity (Form W-9 requester) who is required to the an • Form 1098 (home mortgage Interest), 1098-E (student loan Interest), Information return with the IRS must obtain your correct taxpayer 1098-T (tuition) Identification number (TIN) which may be your social security number a Form 1099-C (canceled debt) (SSN), individual taxpayer Identification number (IT"N), adoption taxpayer identification number LATIN). or employer Identification number • Form 1099-A (acquisition or abandonment of secured property) (EIN), to report on an information return the amount paid to you, or other Use Form W-9 only it you are a U.S. person (including a resident amount reportable on an information return. Examples of information alien), to provide your correct TIN. returns include, but are not limited to, the following. If you do not return Form W-9 to the requester with a TIN, you might • Form 1099-INT (interest earned or paid) be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2016) COLORADO Printed On:Thursday, March 05, 2020 Department of Agriculture AgLicense ID # 002Y6C Carol Shima J2 CONTRACTING CO COUNTY ROAD 58 GREELEY CO 80631 305 Interlocken Parkway, Broomfield, CO 80021 P 303 869.9000 F 303.466 2867 ,oF'CO www.colorado.gov/ag is /896 COLORADO Printed On:Thursday, March 05, 2020 • Department of Agriculture Scales/Measuring Devices License THIS License IS NOT TRANSFERABLE J2 Contracting CO Doing Business As Namets) (DBAI J2 Contracting CO County Road 58 Greeley CO 80631 Effective Date Expires Date Scales/Measuring Devices AgLicense ID # 002Y6C Jan 01, 2020 Dec 31, 2020 lx Scales 80,001 lbs & up Kate Greenberg March 05, 2020 Commissioner of Agriculture Print Date 305 Interlocken Parkway, Broomfield, CO 80021 P 303.869.9000 r 303 466.2867 of c www.coiorado.gov/ag N � � lB7I3 New Contract Request Entity Information Entity Name* J2 CONTRACTING Contract Namet SURFACE GRAVEL SUPPLY Contract Status CTB REVIEW Entity ID* @00003232 ❑ New Entity? Contract ID 3463 Contract Lead* MLIVENGOOD Contract Lead Email MLivengood rr co.weld.co us Contract Description* SURFACE GRAVEL SUPPLY NEW CONTRACT Contract Description 2 SURFACE GRAVEL SUPPLY NEW CONTRACT FOR 2020 WITH A 2 YEAR POSSIBLE RENEWAL Parent Contract ID Requires Board Approval YES Department Project # Contract Type * Department Requested BOCC Agenda Due Date CONTRACT PUBLIC WORKS Date* 03/1412020 0311812020 Amount* Department Email $1,421,000-00 CM- Will a work session with BOCC be required?* PublicWorks veldgov.com NO Renewable* YES Department Head Email Does Contract require Purchasing Dept. to be included? CM-PublicWorks- Automatic Renewal DeptHead@weldgovcorn County Attorney Grant BOB CHOATE County Attorney Email IGA BCHOATE cCO.WELD.CO.US If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Review Date* 11/30/2020 Committed Delivery Date Renewal Date* 01,10112021 Expiration Date Contact Information Contact Info Contact Naive Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD DH Approved Date 03,116/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/23/2020 Originator MLIVENGOOD Submit Purchasing Approved Date 63/16/2626 Finance Approver CONSENT Finance Approved Date 63116/2620 Tyler Ref # AG 032320 Legal Counsel CONSENT Legal Counsel Approved Date 03/162020 MEMORANDUM TO: Board of Commissioners DATE: February 24, 2020 FROM: Jay McDonald, Public Works Director Curtis Hall, Deputy Director SUBJECT: Surface Gravel Supply for 2020, Central and South Locations (BID REQUEST NO. 2000071) Weld County Public Works Department is recommending J-2 Contracting Co. to serve both the Central and South Locations for the 2020 surface gravel supply. The total budget for the 2020 surface gravel supply is $2,899,00.00. This recommendation is for a total of 145,000 tons of surface gravel material totaling $1,421,000.00. There is $1,720,250.00 left in the budget after the BOCC approval of the contract extension with Connell Resources. for the North Location for 2020 surface gravel supply consisting of 115,000 tons at $10.25 per ton for $1,178,750.00. Central and South Locations: Weld County Public Works Department recommends the low bid from J-2 Contracting Co. be awarded the bid for both the Central and South Locations material supply based on the low bid and the pit location relevant to road resurfacing needs. 145,000 tons @ $9.80/ton = $1,421,000.00. Pit Location: 24819 WCR 58, Greeley, CO 80631 If you have any questions please call Jay at extension 3761 or Curtis at extension 3721. ©3�©�i E&0079 WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: reverett(a�weldgov.com E -Mail: cmpeters(a�weldgov.com Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 18, 2020 REQUEST FOR: SURFACE GRAVEL SUPPLY DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B2000071 PRESENT DATE: FEBRUARY 19, 2020 APPROVAL DATE: MARCH 4, 2020 VENDOR J-2 CONTRACTING CO 105 CORONADO CT, UNIT A-101 FORT COLLINS CO 80525 MILL IRON MINING 801 8T" STREET GREELEY CO 80631 C&H AGGREGATES LLC 43646 CR 45 AULT CO 80610 MARTIN MARIETTA 1800 N. TAFT HILL RD FT COLLINS CO 80521 CENTRAL LOCATION - (GREELEY & SURROUNDING AREA) SOUTH LOCATION - ( SOUTH OF HWY 34) PUBLIC WORKS WILL REVIEW THE BIDS. QTY - 72,500 tons PRICE PER UNIT CENTRAL LOCATION $9.80/ton - $710,500.00 (24819 WCR 58) Pit Location Greeley CO 80631 $12.00/ton - $870,000.00 (Derr -595 Balsam)Pit Location Greeley CO 80631 $16.25/ton - $1,178,125.00 (46355 CR 39)Pit Location Nunn, CO 80648 $16.50/ton - $1,196,250.00 (27494 WCR 13)Pit Location Johnstown, CO QTY — 72,500 tons PRICE PER UNIT SOUTH LOCATION $9.80/ton - $710,500.00 (24819 WCR 58)Pit Location Greeley CO 80631 $12.00/ton - $870,000.00 (Derr -595- Balsam)Pit Location Greeley CO 80631 $16.25/ton - $1,178,125.00 46355 CR 39)Pit Location Nunn, CO 80648 $16.50/ton-$1,196,250.00 (27494 WCR 13)Pit Location Johnstown, CO 2020-0595 Hello