Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20191994.tiff
BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Recycled Asphalt Crushing Contract DEPARTMENT: WELD COUNTY PUBLIC WORKS DATE: April 26, 2021 PERSON REQUESTING: Duane R. Naibauer, Weld County Public Works Brief description of the problem/issue: The agreement for the Recycled Asphalt Crushing Contract can be extended from June 12, 2021 to June 11, 2022 as permitted by the contract. This extension would be the second year of a possible three-year term limit. The contract also allows for yearly rate adjustments based upon the current Engineering News -Record (ENR) price for Asphalt Course which was 3.46% increase from January 2020 to January 2021. J-2 Contracting did not request an increase for 2021. The Recycled Asphalt Crushing budget amount for 2021 is $125,000.00, J-2 Contracting contract price would be $120,550.00. J-2 Contracting was awarded this contract in 2019 as the low bid contractor and the Public Works Department has been satisfied with their work performance. What options exist for the Board? (include consequences, impacts, costs, etc, of options): The Board may either approve or deny the contract renewal/extension. Recommendation: Public Works recommends approval for J-2 Contracting Company under the Recycled Crushing Contract. Perry L. Buck Mike Freeman Scott K. James, Pro-Tem Steve Moreno, Chair Lori Saine Aoorove Schedule Recommendation Work Session Other/Comments: e&. ,S /o -al� ��f- /O -02" CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND J-2 CONTRACTING COMPANY This Agreement Extension/Renewal ("Renewal'), made and entered intomig /O day f May , 2021, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and 1-2 CONTRACTING COMPANY, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement on June 12, 2019 (the "Original Agreement'), identified as document No. 81900095 / 2019-1994. WHEREAS the parties hereby agreeto 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 extension of the original Agreement will end on June 11, 2020. • The parties agree to extend the Original Agreement for an additional 1 year, which will begin June 12. 2021, and will end on June 11, 2022. • The Renewal, together with the Original Agreement, and the 2021 Fee Schedule constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. The 2019 Fee Schedule of the original contract shall be replaced beginning on June 12, 2021 by the attached 2021 Fee Schedule, which is attached and as exhibit Rand incorporated by reference. • 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: S -Z CaNTRAc-r ivo Ca. Printed Name Signature INS LE04.6 APPROVED AS TO SUBSTANCE: MAY 1 0 2021 ATTEST: dsriwo144(i erk to the Boar D OF COUNTY COMMISSIONERS D COUNTY, COLORADO Y�r Steve Moreno, Chair /9-- /994 BID SCHEDULE 2021 Recycled Asphalt Crushing Item Description Unit Est. Quantity Unit Price Contract Bid Number 1 Mobilization (East Davis) Each 2 $1250.00 $2,500.00 1.1 Mobilization (Kersey Grader Shed) Each 2 $1250.00 $2,500.00 2 Cost per Ton Crusting Millings/Asphak Ton 20,000 $2.50 $50,000.00 3 Normal Chamber and blow bar wear (Asphalt) Ton 20,000 $1.25 $25,000.00 4 Cost per Ton Crusting (Concrete) Ton 5,000 $3.50 $17,500.00 5 Normal Chamber and blow bar wear (Concrete) Ton 5,000 $1.25 $6,250.00 6 On site Support Member Day 24 $550.00 $13,200.00 7 70 ft stacker with stale and power to operate Day 24 $150.00 $3,600.00 Total: $120,550.00 *The successful vendor is required to sign a separate contract. BID SUMMARY I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes. I further certify that the items offered for intended use by Weld County will meet all specifications it has so indicated on this bid form. FIRM 1-2 Contracting Co. BUSINESS ADDRESS 105 Coronado Ct Unit A-101, CITY, STATE, ZIP CODE Fort Collins, CO &0525 TELEPHONE NO. 970-392-0694 FAX NO. TAXPAYER I.D. # 84-1346070 BY: Chris Leone TITLE: President DATE: 4/16/21 970-392-0695 Contract Farm New Contract Request En 4 Infs rmation Entity Name* .12 CONTRACTING Contract Name* RECYCLED ASPHALT CRUSHING Contract Status CTB REVIEW Entity ID* 10003232 Contract Description* CRUSH RECYCLED ASPHALT AND CONCRETE. Contract Description 2 Contract Type* AGREEMENT Amount* S120,550.00 Renewable NO Automatic Renewal Grant Department PUBLIC WORKS Department Email CM- PublicWorks weldgov.corn Department Head Email CM-PublicWorks- DeptHead=ewe l dgov. co m County Attorney BOB CHOA 1 E County Attorney Email BCHOATE@CO. WELD.CO. US ❑ New Entity? Contract ID 4750 Contract Lead* DNAIBAUER Contract Lead Email dnaibauerPco.weld.co.us Requested BDCC Agenda Date* 05/1012021 Parent Contract ID Requires Board Approval YES Department Project If Due Date 05F(0Ei, 2021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Sid/RFP #* B1900095 If this is a renewal enter previous Contract ID If this is part of a MA 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 Effective nRIP icy Review Date* 02/15i2022 Committed Delivery Date Expiration Date 06 '11, 2022 Contact #rYfoion Contact Name Contact Type PtifthaS Purctoasr� CONSENT Approval P'roces' Department Head JAY MCDONALD OH Approved Date 05/04/2021 Fiifal Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 05(10/2021 Originator ©NAIBAUER Finance Approver CONSENT Contact Phone 1 Contact Phone 2 Purchasing Approved Date 05/04/2021 Legal Counsel CONSENT Finance Approved Date Legal Counsel Approved Date 05J04/2021 05'04/2021 Tyler Ref # AG 051021 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Recycled Asphalt Crushing Contract DEPARTMENT: WELD COUNTY PUBLIC WORKS DATE: March 30, 2020 PERSON REQUESTING: Duane R. Naibauer, Weld County Public Works Brief description of the problem/Issue: The agreement for the Recycled Asphalt Crushing Contract can be extended from June 12, 2020 to June 11, 2021 as permitted by the contract. This extension would be the second year of a possible three-year term limit. The contract also allows for yearly rate adjustments based upon the current Engineering New -Record (ENR) price for Asphalt Course which was 0.0% increase from January 2019 to January 2020. J-2 Contracting did not request an increase for 2020. The Recycled Asphalt Crushing budget amount for 2020 is $125,000.00, J-2 Contracting contract price would be $120,550.00. J-2 Contracting was awarded this contract in 2019 as the low bid contractor and the Public Works Department has been satisfied with their work performance. What options exist for the Board? (include consequences, impacts, costs, etc, of options): The Board may either approve or deny the contract renewal/extension. Recommendation: Public Works recommends approval for J-2 Contracting Company under the Recycled Crushing Contract. Approve Mike Freeman, Chair Scott K. James Barbara Kirkmeyer Steve Moreno, Pro-Tem Kevin D. Ross ©`1/©S/Aa Schedule Recommendation Work Session Other/Comments: a,6".(ze- Yu)) 4 -8 -ten ?-ot q- !4'qy rGoo 76, CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND J-2 CONTRACTING COMPAIII NY This Agreement Extension/Renewal ("Renewal"), made and entered into day Board of Weld County Commissioners, on behalf of the Weld County Department of Public "Department", and J-2 CONTRACTING COMPANY, hereinafter referred to as the "Contractor". 020, by and between the rks, hereinafter referred to as the WHEREAS the parties entered into an agreement on June 12, 2019 (the "Original Agreement"), identified as document No. 2019-1994. 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 extension of the original Agreement will end on June 11, 2020. • The parties agree to extend the Original Agreement for an additional 1 year, which will begin June 12, 2020, and will end on June 11, 2021. • The Renewal, together with the Original Agreement, and the 2020 Fee Schedule constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. The 2019 Fee Schedule of the original contract shall be replaced beginning on June 12, 2020 by the attached 2020 Fee Schedule, which is attached and as exhibit A and incorporated by reference. • 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: Chris Leone, President Printed Name Signature ATTEST:'..dNA sleitO;€1 erk to the Boa ARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair APR 0 8 2020 BID SCHEDULE 2020 Recycled Asphalt Crushing Item Description Unit Est. Quantity Unit Price Contract Bid Number 1 Mobilization (East Davis) Each 2 $1250.00 $2,500.00 1.1 Mobilization (Kersey Grader Shed) Each 2 $1250.00 $2,500.00 2 Cost per Ton Crushing Millings/Asphalt Ton 20,000 $2.50 $50,000.00 3 Normal Chamber and blow bar wear (Asphalt) Ton 20,000 $1.25 $25,000.00 4 Cost per Ton Crushing (Concrete) Ton 5,000 $3.50 $17,500.00 5 Normal Chamber and blow bar wear (Concrete) Ton 5,000 $1.25 $6,250.00 6 On -site Support Member Day 24 $550.00 $13,200.00 7 70 ft stacker with scale and power to operate Day 24 $150.00 $3,600.00 Total: $120,550.00 *The successful vendor is required to sign a separate contract. BID SUMMARY I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes. I further certify that the items offered for intended use by Weld County will meet all specifications it has so indicated on this bid form. FIRM J-2 Contracting Co. BUSINESS ADDRESS 105 Coronado Ct Unit A-101, CITY, STATE, ZIP CODE Fort Collins, CO 80525 TELEPHONE NO. 970-392-0694 FAX NO. 970-392-0695 TAXPAYER I.D. # 84-1346070 BY: Chris Leone TITLE: President DATE: 3/26/20 r 1 ® ACCM13• OF LIABILITY INSURANCE DATE (MM/DDIYYYY) DCERTIFICATE 09/30/2019 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 Flood and Peterson PO Box 578 Greeley CO 80632 CONTACT Jennifer Wnter, CISR NAME: PHONE (970) 506-3206 iFAX 970) 506-6846 ADDRESS: JWnter@floodpeterson.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Phoenix Insurance Company 25623 INSURED J2 Contracting Company, Inc. 105 Coronado Court, Suite A101 Fort Collins CO 80525 INSURER B : Travelers Indemnity Company 25658 INSURER c : Travelers Property Casualty Company of America 25674 INSURER D : Pinnacol Assurance 41190 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: CL1993031692 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD sUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MMIDONTYY) LIMITS A X COMMERCIAL GENERAL LIABILITY DT-CO-325D6576-PHX-19 10/01/2019 10/01/2020 EACH OCCURRENCE s 1,000,000 CLAIMS -MADE XI OCCUR PREMIIDAMASE�E S (Ea occurrence) 3000 $ 0,0 X PD Ded:2,500 MED EXP (Any one person) $ 5,000 PERSONAL aADvINJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PRO -2,000,000 POLICY ©7 OTHER: PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG g $ B AUTOMOBILE _ X X _ X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY DOC --SCHEDULED .....4 _ AUTOS NON -OWNED AUTOS ONLY 813 -2L915661 -19-26-G 10/01/2019 10/01/2020 COMBINED SINGLE UMIT fEa accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C X u UMBRELLA UAB EXCESS X .^ OCCUR CLAIMS -MADE CUP -9H721877-19-26 10/01/2019 10/01/2020 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED I XI RETENTIONS 10,000 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below y/N Y NIA 3114522 10/01/2019 10/01/2020 XI SPER TATUTE I_ , ER E.L EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1 ,000,000 Et DISEASE • POUCY LIMIT 10, $ , 00000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Recycled Asphalt Crushing 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 and Workers' Compensation. CERTIFICATE HOLDER CANCELLATION Weld County Public Works Division of Road and Bridge PO Box 758 Greeley CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Fonn W-9 (Rev. October 2018) Department of the Twain Internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/ForrnW9 for instructions and the latest information. Clive Form to the requester. Do not send to the IRS. i I 1 Name (as shown on your Income tax return). Naar Is required on tide line; do not leave this me Wank. J-2 Contracting Co., Inc. 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name Is entered on Ana 1. Check only one of the following seven boxes. ❑ IndividuaVsole proprietor or ❑ C Corporation ❑✓ S Corporation ❑ Partnership ❑ Trust/estate single -member LLC ❑ Limited liability company. Enter the tax classification (C.=C corporation, S=S corporation, P=Parbhershlp) ► Note: Check the appropriate box in the line above for the tax cissatficatbn of the single -member owner. Do not check LLC If the LLC is classified as a single -member LLC that Is warded from the owner unless the owner of the LLC is another ILO that Is not disregarded horth the owner for U.S. federal tax purposes.. °theme% a single -member LLC tNt is disregarded from the owner should check the appropriate box for the tax classification olds owner. ❑ Other (see bta4Uctons) e. 4 Exemptions (codes apply only to certain entitles, not individuals; see Instructions on page 3): Exempt payee code (If any) Exemption from FATCA reporting code (If any) MOW to accounts maMhlnad onhlda rho US.) 5 Address (number, street, and apt. or suite no.) See Instructions. 105 Coronado Ct. Unit A-101 fi City, state, and ZIP code Fort Collins, CO 80525 7 List account number(s) here (option Requester's name and address (optional) Part I Taxpayer Identification Number r (TIN) Enter your TIN In the appropriate box. The TIN provided must match the name given on tine 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entitles, it is your employer identification number (ERA. If you do not have a number, see How to get a TIN, later. Note: If the account Is in more than one name, see tit instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Social musty number or Employer Identification number 8 4 1 3 4 6 0 T 0 Part II Certification Under penalties of perjury, 1 certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waking for a number to be issued to me); and 2. I am not subject to backup withholding because: (a)1 am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on thls forth (if any) Indicating that I am exempt from FATCA reporting is correct. Cardfloation 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 failed to report all interest and dividends on your tax retum. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured , cancellation of debt, contributions to an Individual retirement arrangement (IRA), and generally, payments other than interest and divldsrtda, not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. NV signature or Here u.s. parson► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Forth W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormVV9. Purpose of Form An Individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (MN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an Information retum the amount paid to you, or other amount reportable on an information retum. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (Interest eamed or paid) nets► /Q�� • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by broken;) • Forrn 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident ellen), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Contract Farm New Contract Request Entity Information Entity Name* J2 CONTRACTING Contract Name* RECYCLED ASPHALT CRUSHING Contract Status CTB REVIEW Entity ID* @00003232 ❑ New Entity? Contract ID 3511 Contract Lead* DNAIBAUER Contract Lead Email doeibauer@coweldco.us Contract Description * CRUSH MILLINGS, TEAR OUT ASPHALT AND CONCRETE TO BE RECYCLED. Contract Description 2 Contract Type* AGREEMENT Amount $125,000.00 Renewable* NO Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CNI- PublicWor-ks@weldgov.com Department Head Email CM-PublicWorks- DeptHead@weldgov.com County Attorney BOB CHOATE County Attorney Email BCHOATE@CO.WELD.CO.US Requested BOCC Agenda Date* 04/08/2020 Parent Contract ID Requires Board Approval 'YES Department Project # Due Date 04/04/2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* 2019-1994 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 Review Date* Renewal Date 03/15/2021 Termination Notice Period Committed Delivery Date Expiration Date* 06/11/2021 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Purchasing Approver CONSENT Approval" Process Department Head Finance Approver JAY MCDONALD CONSENT Purchasing Approved Date 04/02O020 DH Approved Date Finance Approved Date 04/02/2020 04/0212020 Final Appravat MCC Approved R©CC Signed []ate ROCC Agenda date 04/08/2020 Originator ©NAIBAUER Tyler Ref # AG 040$20 Legal Counsel CONSENT Legal Counsel Approved Date 04/02/2020 Submit Rob Turf From: Sent: To: Cc: Subject: Attachments: Carol Shima <carol@j2contracting.com> Thursday, May 23, 2019 9:14 AM bids Chris Leone B1900095 Submittal 81900095 Bid Submittal.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. "I hereby waive my right to a sealed bid" CaroCShima .,administrator carof@j2contracting.com voNTR4 Z Jr ,7 C� 'fir i 4M P A� /a -so -d1o/9 J-2 Contracting Co. 105 Coronado Ct. Unit A-101 Fort Collins, CO 80525 Phone: 970-392-0694 Fax: 970-392-0695 doll -199y 6400?!o 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 request for proposal for Request No. 81900095. 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, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM J-2 Contracting Company, Inc BUSINESS ADDRESS 105 Coronado Ct. Unit A-101 CITY, STATE, ZIP CODE Fort Collins, CO 80525 TELEPHONE NO 970-392-0694 TAX ID # 84-1346070 PRINTED NAME AND TITLE Chrls Leone, President FAX 970-392-0695 SIGNATURE E-MAIL chrisleone@j2contracting.com DATE S/:32//9 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** 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. BID REQUEST #B1900095 Page -12 - COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT C, W rn)N Weld County I heroby attact mat I am In0 poison responstbie within my firm for the final decision as to the Mortis) and amount of this bid or, a not, that f have written authorization. enclosed herewith, from that person to make lire statements set out below on his or her behalf and on behalf of my firm. I further attest that - 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting compefftlon with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the prlce(s) nor the amount of this bid have been dlsclOsed to any other firm or person who is a bidder or potential primp bidder on this project, and will not be so disclosed prior to bid opening. 28 Neither the pecee nor the amount of the cod of any other firm or person who le a bidder or potential prime bidder on this project nave bean disclosed to ma or my firm. 3A. No altompt has been made to solicit, cause or induce any Ism or person who re a bidder or potential prima bidder to refrain from bidding en this project, or lo submit a bid higher than the Oki ut this Wm, or any intentionally high or non- oompelltive lid or other form of complementary bid. 38. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on Ihis project to submit an intentionally high. noncompetitive or other form of complementary bid on this project 4, The bid 01 my firm ts made In good faith and not pursuant to any consultation, communication, agreement or discussion wsh, or Inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other lorm of complementary bid. S. My firm has not offered or entered kilo a subcontract or agreement regarding the purchoee or sale of materials or servM ea from any firm or person. or offered. promised or paid cash or anything of value to any firm or person, whether In connection with this or any other project, in consideration for an agreernenl or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6 My Iirm tae not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or poison, whether In connection with Ibis or any other project, In consideration tot my lirm's autimitling any intentionally high• noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I have made a diligent inquiry of all members. officers, employeea, and agents of my firm with responsibilities relating to the preparation. approval or submission of rry hem's hid on this project and have been advised by each of them that he or 0110 has not participated in any communication, consultation. diecusefon, agreement, coWrllon, or other conduct inconsistent with any of the slatemente and representallone made in this affidavit 8, I understand and my firm underslanda that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department 01 Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE T AND COMPLETE TO THE BEST OF MY KNOWLEDGE. `'-ttilteontracting Company, Inc 105 Coronado Ct. Unit A-101 Fort Collins, CO 80525 2ad MellMAY'S inn a cCnpanY rune (u Pave vp. I S/27 /i S President or T ,c Vi • day of ?al 20 f? N r E: This document must be signed in ink, CNOTARY Plitt NSOTATE OF COLO�gR�ppAgg0��0 MY COMA6w ' k t ` IIMC111Z 2021 COOT Farm 0604 Iran BID REQUEST #61900095 Page - 13 - SPECIFICATIONS AND/OR SCOPE OF WORK: The Colorado Department of Transportation, 2017 Standard Specifications for Road and Bridge Construction, are the guidelines for the construction standards of this project. The following general conditions supplement the 2017 Standard Specifications for Road and Bridge Construction. Purpose: This project in general consists of producing 20,000 tons of minus millings and 5,000 tons of crushed concrete. The contractor shall screen off approximately 34% of 1" to 3" clean aggregate and stockpiled separately. When computing tonnage of crushed concrete, the %" minus shall be scaled on stacker accounting for 66% of total concrete crushed with 34% added for the 1" to 3" clean that is not scaled to make a total of 100% crushed concrete. Weld County will furnish the location and materials to be crushed. The contractor will produce the millings with an impact crusher that will be fed by county crews and equipment. GENERAL CONDITIONS AND SCOPE: 1. The County will furnish the material to be crushed, location, one (1) track excavator with operator and two (2) loaders with operators. 2. The contractor will need to furnish an impact crusher capable of crushing'/," minus material and screening off 1" to 3" clean concrete cobble. Contractor will also furnish one 70ft stacker with scale for tonnage and power to operate stacker. 3. The full-time on -site support member is to operate and perform all maintenance on contractor owned equipment that will be used. The on -site support member line item will not be used during the set up/tear down of equipment and/or when contractor owned equipment breaks down. Contractor will supply fuel for contractor equipment and Weld County will supply fuel for Wed County equipment. 4. Weld County will select the bidder based on the lowest cost to the County, 5. Payment shall be made according to the bid prices per ton of material produced as determined by certified scale on the stacker. Contractor shall supply documentation of last certification of scale on stacker. BID REQUEST #61900095 Page - 14 - 6. The Contractor shall follow all OSHA AND MSHA regulations. 7. Weld County Public Works personnel normally work 7:OOam to 3:30pm, Monday through Friday. Working after 3:30pm and Saturday/Sundays will need approval from Road and Bridge Construction Supervisor Duane Naibauer. Weld County Contacts: Questions related to the project and procedures should be directed to: Duane R. Naibauer — Road and Bridge Construction Supervisor Weld County Public Works (970)400-3786 dnabbauer@weldgov.com Curtis Hall — Deputy Director Weld County Public Works (970)400-3721 shall uPweldgov.com * The successful vendor is required to sign a separate contract (a sample contract is included as a separate attachment.) 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 Crushed Stone/Asphalt Course 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 #B1900095 Page -15 - BID SCHEDULE 2019 Recycled Asphalt/Concrete Crushing Item Number Description Unit, Est. Quantity Unit Price Contract Bid 1 Mobilization (East Davis) Each 2 $1250.00 $2500.00 11 Mobilization (Kersey Grader Shed) Each 2 $1250.00 $2500.00 2 Cost per Ton Crushing (Millings/Asphalt) Ton 20,000 $2.50 $50,000.00 3 Normal Chamber and blow bar wear (Millings/Asphalt) Ton 20,000 $1.25 $25,000.00 4 Cast per Ton Crushing (Concrete) Ton 5,000 $3.50 $17,500.00 5 Normal Chamber and blow bar wear (Concrete) Ton 5,000 $1.25 $6,250.00 6 On -site Support Member Day 24 $550.00 $13,200.00 7 70 ft stacker with scale and power to operate Da y 24 $150.00 $3,600.00 Total: $120,550.00 "The successful vendor is required to sign a separate contract (a sample contract is included as a separate attachment.) BID REQUEST #81900095 Page -16 - BID BOND PROJECTS: Recycled Asphalt/Concrete Crushing J-2 Contracting Company, Inc., a KNOW ALL MEN BY THESE PRESENTS, that Colorado Corporation as Principal, and as Surety, are hereby held and firmly bound unto Weld County, Colorado (hereinafter called the "Owner") In the penal sum of Five Percent (5%) of Total Bid Amount Dollars (S ), lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly to these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid dated May 23 , 2019 for the PROJECTS: Recycled Asphalt/Concrete Crushing as set out in the accompanying Bid. WHEREAS, the Owner has required as a condition for receiving said Bid that the principal deposit with the Owner either a certified check equivalent to not less than five percent (5%) of the amount of said Bid or in lieu thereof furnish a Bid Bond for said amount conditioned such that in the event of failure to execute the proposed Contract for such construction It the Contract is to be awarded to him, that said sum be paid immediately to the Owner as liquidated damages and not as a penalty for the principal's failure to perform. NOW THEREFORE, if the principal shall, within the period specified therefore: A. On the attached prescribed forms presented to him for signature, enter into a written Contract with the Owner in accordance with his Bid as accepted, and give a Performance Bond with good and sufficient sureties, as may be required upon the forms prescribed by the Owner for the faithful performance and the proper fulfillment of said Contract, or B. Withdraw said Bid within the time specified, or C. Pay to the Owner the sum determined upon herein as liquidated damages, and not as a penalty, then this obligation shall be void and of no effect, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the above parties have executed this Instrument under their several seals this 23rd day of May , 2019 the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing board. ATTES By:_ ATTEST: Bv: Principal J-2 Contracting Company, Inc. Address 105 Coronado Court, Suite A-101 Fort p 80525 Address 1200 Main Street, !1800; Kansas City, MO 64105 *North American Specialty Insurance Company, a New Hampshire Corporation BID REQUEST #B1900095 Page - 17 - Srntc oftllirt�i� ('t..,ttt„ orC.u-., 0,i tls�� -1TFI tilt, n� t_tI (_ SWISS RE CORPORATE SOLUTIONS NORI I i AMERICAN `'sPECi;iLTY LNSURANC:E COMPANY NAStIINCJTON INTERNATIONAL INSURANCE COMPANY WIOSTPOR'l INSURANCE: CORPORATION GENERAL POWER Oh ATTORNEY KNOC A' AI,I MEN EY THESE i'ItESENTS, TI I, T North American Spec ialtc Insurotcr Company a corporation daly or anitc:l sad alai tin tinder hies tsf Ow Stntc of New l lampshtre. and having its principal Ilse Cit) of KAMA:1O1y, Nitf out-i and 11'a.hutbton tntt3Thilional Iomir;utcc t.'nntp.nty it curPaua(itm l Alt! dish❑}! under the laltsofthe Stine nt;`,1dus Idraip:hit_ and Lac ? its pni ,,.I z iliee at the Cm or k : sas ( na!, Mis xttti and Westport lostodlt.Cti Corporation, orrranir¢d tusdor tha lags (Jr tl.., StatC Or Missouri, and hatdi b its prircioin alt ;c in the City of Karns as C . }, hL,t.,u -t i ctuti. h �r.h) ra tt y. conatitttte and appoin(! UiSS ' L U Li -AR, D Ohl ENE i RINCSI. K'.ANNL VOCE' E' , ROY%':I. R LOVELL, I<ELI.Y T. I IR"t:lLl 1 i , 4t. ESL1 Y T. riI TORAC, tit t.t„I -.., ;VI ncl;, t.h11i21i nr , ece . teal and u,t ,�, and cr i its 'tit i t -.1 1-t ttt itCt and thtcit. l.on I; .r nth .r;Gct.ti ie.a tort' i¢ th_ :.-tote t f tr timid Oil R'v(181f ,w•_t,cli 1)f rompuiws,n t yet), ttn ttoinrac,s ,. swat) d r as ar, di may hat atil :irtit Olt hcin-at;.d of tt. is , .truci tit.:,1 irtai u., Hilt.] tit a i.,:atkit ‘!, or don tract n, sdc i 1 , v c 4c s ; l i e d, i t;t+ .. t ;tit, sI __r c.cet f!i tattoo a7 nl` Flirt y V'LC . oN (s50.yoo,t;u0 tit)} Itt)LLAI�.`.� littifliti1a .. ' a,�cl i, f, ; vu,.t a,,l,t : nu Lt' tie audio: es, tit ,lae R"ot. iais i' ptc,i iria 'iota ,t ; of hot! /attain rt on Spect trir irastsialitto Con pin(errtalic. till ln,tn Cd, .t('.Etta ,.r roistatittitstsduly citlItts1 , mi t._ii.i 2000 ;mot `,t _ tpart l istu,ince sttrati.irtt :; i_teltor.-I its ht �._,,. C ..n mil(;;e ;t.ttccl1u11 �, 'I1 that tin, tsci ottnte Pray -- Presld i , _ ( i sic nl.tiro, A , ,1,1.91 1,.cL P+eSi• See clay} n ti , r1si t; It lccrettras hit ; r l.;,tch or ui, oFtl ., t Isotoiry itulliortaatti t t excaute ;t t,.,,er o('it't qua ; he attr o 3 oarticd the zn cn l't,tter A!' to ,_..t *rt ..:}talro, ,.. C ornpa t . bonds, ttralsattaktrias aria alt c la .t _ -cl, c 1 t.' thort n:t: 15 . ntlrtr l d tc atlas!. .o Mc t...cuho u, art s.t h ['noel 1.ioru.. and to if d. It thue,i e: sd d titu t.tt,nhatrty tool It itt, t ,lam iris Pi S`)f_' '; that trie a trsu tt oltitteta tiati the ; a 11 this p u.} nt i�_ {V.u‘r �u ••••,{H{ 1 1 i tl. ra t �_ r tt arrt tcrtitl.n . oat , tl reto to2. daesi. r , :did l i I Jrr ttct., {IF _r iitttt e1riitg sock f rc r I i>i.., tc, ,,r ieti. i4' t! ,i < ...� hattii� , upon tit C_ur, otoo �, httn s_ tillxcd a„i , t! e fniuru ,t ah r i._inJ t . ho tl, ut,ci.at tr „r cot rt .tet t„ ,trtott t. „t,, h tt i i,,:hcd y°1�a�vuii c. SEAL 1973 s �4,�/,,rdOVtmn11 \\`� R1 Lr .ate:rti u t t 'S r t n tw7it'a inn . t IiF"rrnF"'tta17 :r xrt C u,p,m .' t Y I ,fNI, ill Cj t i- ..,,, t,. r ' f ,N r 1 ,,,na (Mir, to N 1 n '{{+u! %rrE ct tit rt1 tit ,i le, r .r \, t1 \ tt,. t :r,•t „ r,,i,irr.: nr 1. e;tpoiI fat,i,,n,r L ;l ; l':TsS 4Vi il- Z, + Nm rh /V Hitt t tut Sparta intlitf,tt ittha Wit ti ( �. ._.. r l n''1,�_ �utd t, , . pre ty ,tf Old( EMW.11 11 .20 is North American Specialty' Insurance Company Washington International lnsur:utce Company estporl Insurance Corporation I €1. 1* uu c l t ns 4*ttstsCA' I 'S'.0 a! i,} tittli J',ottititt o Ir r_. [rte.lc) :, r.,, �.,r�,i = An<ier �» _ Seri r �li�r- 1•t,tatit.;nt =tr 4, ashirsutn I!tte n:rt Dial Ittsuraitce C oittp�ttt} anti SCItiOr Vice I' e+ident of Nur(lt Anieric-,n Si,xia!t} insurance (.oiripan) Vice. Pre�idi.ont of Into Serimi � ;�,_ 1 r_ tJ n�o1"�1'aarnu�ton htRut,,diuca( traurancc Contlt.m; ,ttt� Sar-,n: 1, lo,: Pre,.idrni �1u;tpo.Clr_ tiran�e„ C'etlturnuou,vttl �IEen1i=_I of'Jorti. A,tt�r;e -a S;,e::i.., (,:utt,trancid .'o:atp.,n} and Stsi.:or Victs C._t:ai r. of 1t't.the;rl Inn htec C11410r_,,;ur n r>t,tta'I, �n,1ti:t� "o nx. 1.Ntio hying tt, me crud-tnrn.:._hi toadtsi.att that n sttstte.t, ;he ado I u .er r C nts,ritel a t t 3 . rs, ri said t setuir,. he tit.: on(' d cti o r1T,iir t p: ctrl c�i* ga t .......,.... ellIC3At SEst M. I:EanY t ty C"r tm,earcn F,i-ttty 11042021 Kenny, Notary Public Ialiel f;ahlh�rn' dolt e _ctecl .Pre t. ` -O th Aril. tc t n it t J t lode rit ! stn aI last i,. w> C'ai pant, {Ind 6 ;tt;e r lr >:_u,ante l.;orpin ,c r�n do ht h; certil tlr. t :₹,t .ntn e a r f t ;at.t_ {PI ,t, rtr�c, cop) of it .er t , Atomics i&tiscia h said !\:,,ltd, Ar11cr,u,:..:pee tl., i,.sur ,tc_ ^tp t,t}. t1 JsItir,gi in porlr r*n os.11:cli. siOil in full `oree t_ d itect'- IS! 1\:; iir, I has' set i.t1 haad the se: s of the t nn,iaa;ttcs rlti S.�_thtt of 0ci 'r ... irtttlitti t, .., 1.,, it , ..,.,,., , tri lo,toin<er,npvtp ,.. 1 vv lS ci etrp ci s t ',, ui vua� ,, INSTRUCTIONS The full firm name and residence of each individual parry to the bond must be inserted in the first paragraph. If the principal is a partnership, the full name of all partners must be inserted in the first paragraph which must recite that they are partners composing the partnership (to be named), and all partners must execute the bond as individuals. The state of incorporation of each corporate party to the bond must be inserted in the first paragraph and the bond must be executed under the corporate seal of said party attested by its secretary or other authorized officer. Power of Attorney must accompany this bond when signed by other than an officer of either the principal or surety. A standard printed bond form may be used in lieu of the foregoing form provided that the security stipulations protecting the Owner are not in any way reduced by use of such standard printed bond form BID REQUEST #81900095 Page -18 - RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. No Addendums Date: By: Addendum No. Date: By: Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed. The undersigned, by his or her signature, hereby acknowledges and represents that: 6. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. 81900095 7. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 8. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 9. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 10. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. FIRM J-2 Contracting Company, Inc By Chris Leone BUSINESS ADDRESS 105 Coronado Ct. Unit A-101 CITY, STATE, ZIP CODE Fort Collins, CO 80525 TELEPHONE NO 970-39u� FAX 970-392-0695 SIGNATURE (Please print) DATE j --2a -7 p TAX ID # 94-1346070 E-MAIL chrisleone@j2contracting.com WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551- 0000. BID REQUEST #B 1900095 Page -19 - Fonn W-9 (Rev. November 2017) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www-Irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. m co 1 Name (as shown on your Income tax return). Name is required on this fine; do not leave this line blank. J-2 Contracting Co., Inc. 2 Business name/disregarded entity name, it different Irom above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. ❑ IndividuaVsole proprietor or single -member LLC ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► Note: Check the appropriate box In the fine above for the tax classification of the single -member owner. Do not check LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless tho owner of the LLC Is another LLC that Is not disregarded from the owner for U.S. federal tax purposes. O•henvise, a single -member LLC tha is disregarded from the owner should check the appropriate ^_ox for the tax classification of its owner. Other (see instructions) ► ❑ C Corporation 2 S Corporation ❑ Partnership ❑ Trusuestate S Address (number, street, and apt. or suite no.) Sae instructions. 105 Coronado Ct., Unit A-101 9 City, state, and ZIP code Fort Collins, CO 80525 7 List account (tumbrels) here (optional) 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code Of any) Exemption from FATCA reporting code (If any) (Appeas to accounts maintained outside the t1 SJ Requester's name and address (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for Ilne 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Soolel security number or Employer identification number 8 4 1 3 4 6 0 7 0 Part II Certification 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 2.1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that 1 am subject to backup withholding as a resuk of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S, person (defined below); and 4. 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 failed 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 secur operty, cancellation of debt, contributions to an individual retirement arrangement (IRA}, and generally, payments other than Interest and dividend ou ar not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Here Signature of u.S. person S. 11-f:41k.._ General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who Is required to flle an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information retum. Examples of information retums include, but are not limited to, the following. • Form 1099-INT (Interest earned or pald) Date► • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What Is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 11-2017) STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT: May 22, 2019 All questions herein must be answered by all bidders and the information given must be legible, clear in meaning and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submit any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the lowest reliable, responsible and qualified bidder as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. 1. Name of Bidder (Company or Firm): J-2 Contracting Company, Inc 2. Permanent main office address: 105 Coronado Ct. Unit A-101 Fort Collins, CO 80525 Phone Number: 970-392-0694 Fax Number: 970-392-0695 3. Year Company was organized: 1995 4. Number of years this Company has been engaged similar construction: 24 Under what firm, company or trade names has this company been engaged in this type of construction, how long under each name and how long has each company been bonding work? 24 J-2 Contracting Company - 24 years S. List all projects that the Company has under contract at the present time. Show the contract amount and the anticipated date of completion for each: Please see attached 2019 Sstalus of Contracts S 5 6. List all contracts which were not completed by the contracted and completion date. Include the project description and state the number of days beyond the contract completion date. N/A 7. List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. N/A BID REQUEST #61900095 Page - 21 - 12 Contracting Co. Work in Progress 2019 Status of Contracts O119 CI 11.4V t7a; ►� 4 Pe' 1 q_ Month Ending Contract Description Northwest Open Space Site Work City of Greeley 7th Street Storm CMAR Greeley Skate Parks JVP 2019 !Material Sales City of Boulder Crushing 2019 GARDI NW B Crushing DPG Development Concourse C Enabling Crushing Runway 17L-35 lC� 4.1.c, NWOS Archite Owner City of Northcllenn GSP City of Greeley c.f./ CI Ur al HFC Landboard GAIRDI- 2096 City of Boulder Interstate Highway Construction Concrete Works o PPP Colorado DPGD I J-2 Contracting Co. Pd/A ICON- 'Interstate Highway CE 2097 ' Construction ,N/A Toffs RWY wNNiwlo UMell AtaetemWVulamAIIM IrJui NO10Y919WIPlaR4044$.?1,6PIVR?atntalllHll t4ellIfI ASPEI >_VMNt, 5122/2019 9 at 11:03 AM interstate Highway Construction F E NA wrmeoror9amrwaon atimeminw!wr. Egg ac I " ..e e 11,.�1� . Min.+Ma.vine+^t+aMMM�wim�wtaerwR��arawvevm Corgtraact Price c. approved CJ's ,,..••••a..._...v ; ._..... . $ T.. • tioal ikW SId1twJifiesCmONnot Billed to Date Total Direct and !located Costs to Date 7 ,. S 783.593 I 8001-._;. F $ 33.404 $ 8,428 $ 210,162 $ 1,538.642 S 82,271 $ 3,,0€4',4. 97 Unaudited - For Management Purposes Only 207,371 107.461 $ 286,727 14,828 $ 71.694 2019 Gross Billings 2019 Direct and Allocated Costs $ 491,225 $ 8,428 $ 57.884 I $ 61,340 $ 1.53.,8..642 $ 82,271 $ 107,461 14.828 $ 71,694 . 2,911,126 2,480,09►7 I $ 2.456.3 12 ¢r.exemnmeer: Fromm! glIft •tl.SW4 Start Date Scheduled Complete Cate 1 Tl1/1.e 11/1/18 3/1/18 2/1/19 1/1/19 6/1/19 12/31/19 7/1/19 5/1110 i/11191 12/31/19 1/1/19i 6/30/19 6/1/19 12/31/19: 8. List all contracts within the last 3 years during which or after which the Company filed a protest with the owner. N/A 9. List all contracts within the last 3 years during which or after which any of the Company's subcontractors or suppliers filed a verified statement of claim with the owner or failed to provide the Company with a lien waiver upon request. N/A 10. Has any owner, as party to any of the Company's contracts within the last 3 years, contacted the Company's bonding company concerning late completion of the project, poor performance on the project, etc., or attempted to have the performance bond invoked? If yes, explain in detail. No 11. Describe all contracts that the Company failed to complete. None 12. Describe all contracts on which the Company defaulted or from which the Company was terminated. None 13. List all or a maximum of three (3) of the most recent projects, similar to the project described in these Contract Documents, which the Company has successfully completed within the last 5 years or are under construction at the present time. List the project name, location, project superintendent, owner's representative and phone number, date completed and contract amount for each project. Project Name: 2018 Recycled Asphalt Crushing Location: Kersey Grader Shed Supt: Chris Leone Owner's Representative: Joshua Holbrook Phone: 970-304-6496 ext. 3734 Completion Date: 12/11/18 Contract Amount: $62,750.00 BID REQUEST #81900095 Page - 22 - Project Name: Location: Supt: Owner's Representative: Phone: Completion Date: Contract Amount: 14. List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractor's work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE STATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM 15% OR MORE OF THE WORK. SUBCONTRACTOR None WORK DESCRIPTION % OF WORK 15. List the principal members of the company who will be involved with this project, including the superintendent, foreman, project manager, etc. NAME Chris Leone YRS. PERTINENT TITLE EXPERIENCE President 15 yrs 16. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. Phone BID REQUEST #B1900095 Page - 23 - The undersigned hereby swears and affirms that the information contained herein is complete and true and further, hereby authorizes and requests any person, company, firm or corporation to furnish any information requested by the County of Weld in verification of the recitals comprising this Statement of Qualifications and Subcontractors. Dated this day of (17/101 Bidder: J-2 Cc actyfg Company, Inc By: Name: Chris Leone , 2019. Signature (Please Type) Title: President NOTARY County of Larimer ) ) ss. State of Colorado ) Chris Leone being duly sworn, deposes and says that he is President of, (Title) J-2 Contracting Company, Inc and that the answers to the foregoing questions (Company Name) and all statements therein contained are true and correct. Subscribed and sworn before me this 8 IMA NOTARY PUBLIC STATE OF �CgOapLOORpA@D�O > MY C0AY1� Si D(PIRE5 fYARCi�112 2021 tea*" a 19 Ot*b' .../ CJC1N21 o mission xpires BID REQUEST #81900095 Page - 24 - MEMORANDUM TO: Board of Commissioners DATE: June 4, 2019 FROM: Jay McDonald, Director of Public Works SUBJECT: 2019 Recycled Asphalt Crushing, B1900095 The Public Works Department recommends the bid for Recycled Asphalt Crushing be awarded to the low bidder, J-2 Contracting. Their bid was below the 2019 budgeted amount of $125,000.00. This is a one-year contract with the possibility of two, one-year extensions. If you have any questions, please call me at extension 3761. M: mona:wordfiles/bids/mrecycledasphaltcrushing 19.docx 0Co,i a aG tq-199 1 E,0007Cv WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpetersaweldgov.com E-mail: reverettameldgov.com E-mail: rturf@weidgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: MAY 23, 2019 REQUEST FOR: RECYCLED ASPHALT CRUSHING DEPARTMENT: PUBLIC WORKS BID NO: #B1900095 PRESENT DATE: MAY 29, 2019 APPROVAL DATE: JUNE 12, 2019 VENDOR J-2 CONTRACTING COMPANY, INC 105 CORONADO CT, UNIT A-101 FORT COLLINS, CO 80525 DON KERN CONSTRUCTION, INC 6550 SOUTH COUNTY ROAD 5 FORT COLLINS, CO 80528 PUBLIC WORKS IS REVIEWING THE BIDS. 4/A.or TOTAL BASE BID $120,550.00 $180,120.00 2019-1994 Cao7Lp
Hello