HomeMy WebLinkAbout20180698.tiffBOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW
PASS -AROUND TITLE: Weld County 2020 Material Hauling Contract, Extension/Renewal
DEPARTMENT: Public Works DATE: January 28, 2020
PERSON REQUESTING: Jeff York, Supervisor, Trucking and Mining / Curtis Hall, Deputy Director
Brief description of the problem/issue:
Weld County's current Material Hauling Contract was awarded April 25, 2018 and renewed April 25, 2019.
The Board has the option of renewing the agreement from February 15, 2020 to December 31, 2020 as allowed
in the contract.
Richardson Consolidated Inc. has the contract for Weld County. This will be the second extension/renewal on a
three year contract with two renewal options, document No. 2018-0698.
The contract allows for a yearly bid adjustment based on the current CPI, which is a 2.8% increase from 2019 to
2020. Richardson Consolidated Inc. requests is within the amount allowed for the yearly bid adjustment per the
contract. Richardson Consolidated Inc. will supply the hauling needs for Weld County at the hourly rate as
shown on the 2020 bib schedule not to exceed $1,450,000.00.
The budgeted amount for 2020 contract year is $1,450,000.00.
Weld County Public Works Department has been satisfied with Richardson Consolidated Inc.
What options exist for the Board? (Include consequences, impacts, costs, etc. of options)
1) The Board may agree to Extend/Renew Richardson Consolidated Inc. as recommended.
2) The Board may decide not Extend/Renew the contract.
Recommendation:
Weld County Public Works recommends extending/renewing the contract for one year as provided by the
contract.
Approve
Recommendation
Sean P. Conway
Mike Freeman, Chair
Scott K. James
Barbara Kirkmeyer
Steve Moreno, Pro -Tern
Schedule
Work Session
Other/Comments:
02,0 /8- 049'
CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN
THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS
AND RICHARDSON CONSOLIDATED INC.
This Agreement Extension/Renewal ("Renewal"), made and entered into 15 day of February, 2020, 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 Richardson Consolidated Inc, 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. 2018-0698, approved on April 25 2018.
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:
1. The Original Agreement ended on April 25 2019.
A. The first extension of the original agreement will end on February 14 2020.
2. The parties agree to extend the Original Agreement for second additional one yearperiod, which will begin February 15,
2020, and will end on December 31, 2020.
3. 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. Price increase for hourly material hauling and spreading.
2. Minimum of 9 Belly Dump Trucks with a Maximum of 15 Belly Dump Trucks.
1. 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:
Lee Richardson grcharcison Con501ldafeL Inc.
ATTEST:
Weld
BY
ddrifoni Jeie4;
Deputy C
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
y�c
Mike Freeman, Chair FEB 0 5 2020
ao 1.8'-0009 g'
Bid Schedule
2020 Material Hauling Contract
Item #
Item Description
Unit
Unit Price Per Hour Per Truck
1
Hauling and Spreading of
material with belly dumps
HR
8 Li. 7 1
2
Hauling — Side Dump
HR
q 7 ai4
3
Hauling — End Dump
HR
X9.&5
4
Hauling — tandem axle dump
truck
HR
—1 q .40
5
Fuel Cost Adjustment
FA
$15,000
414
Contractor base price for diesel fuel $ Zper gallon from 2020 bid
Advance notice required 48 hrs.
The total base bid will include $15,000 for fuel cost adjustment.
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 quote for actual labor and equipment hourly rate for services.
SIGNATURES: Dated this 2 ZNd day of J o ary
FIRM NAME: fttciardson Coo5d c ec tnL
, 20 ZO
BY: Lee Richard.stn TITLE; PI^e5ldenr
BIDDER'S LEGAL SIGNATURE.c
STATE OF INCORPORATION: NOW, D
ADDRESS: PO go . 1313 6reeV.l CO Sob 32_
TELEPHONE NO: C.9To) 353 - 9939 FAX NO: 6170) 353
BID NO # B180062 Page 1
Contract Form
ew Contract Reques
n
0
ation
Entity Name*
RICHARDSON CONSOLIDATED INC
Contract Name*
2020 CONTRACT HAULING RENEWAL
Contract Status
CTB REVIEW
Contract Description*
THIRD CONTRACT RENEWAL
Contract Description 2
Contract Type
RENEWAL
Amount*
$1,450,000.00
Renewable*
NO
Automatic Renewal
IGA
Entity ID*
@00004261
Department
PUBLIC WORKS
Department Email
CM-
PublicWorks@weldgov corn
Department Head Email
CM-PublicWocks-
DeptHead a@3weldgov.com
County Attorney
BOB CHOATE
County Attorney Email
BCHOATE r@CO.WELD.CO.US
If this is a renewal enter previous Contract ID
2445
If this is part of a MSA enter MSA Contract ID
❑ New Entity?
Contract ID
3404
Contract Lead
JYORK
Contract Lead Email
jyork@ca.weld_co.us
Requested BOCC Agenda
Date*
02/03/2020
Parent Contract ID
2455
Requires Board Approval
YES
De
Due Date
01/30/2020
Will a work session with BOCC be required?*
HAD
Does Contract require Purchasing Dept. to be included?
Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in
OnEase
Contract Dates
in
-c
Review Date*
02/15/2020
Committed Delivery Date
Renewal Date
Expiration Date
12/31/2020
Infor atian
Contact Inf
Contact Name
Purchasing
Purchasing ov
CONSENT
Approval Proces'
Department Head
JAY MCDONALD
DH Approved Date
02/03/2020
Final ►pproval
BOCC Approved
BOCC Signed Date
BOCC Agenda Date
02/05/2020
Originator
JYORK
Contact Type Contact Email
Finance Approver
CONSENT
Contact Phone 1
Purchasing Approved Date
02/03/2020
Finance Approved Date
02/03/2020
Tyler Ref It
AG 020520
Legal Counsel
CONSENT
Legal Counsel Approved Date
02103/2020
BOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW
RE: Weld County 2019 Material Hauling Contract, Extension/Renewal
DEPARTMENT: Public Works DATE: February 4, 2019
PERSON REQUESTING: Jeff York, Supervisor, Trucking and Mining
Brief description of the problem/issue:
Weld County's current Material Hauling Contract was awarded April 25, 2018. The Board has the option of
renewing the agreement from April 25, 2019 to April 25, 2020 as allowed in the contract.
Richardson Consolidated Inc. has the contract for Weld County. This will be the first extension/renewal on a two
year contract renewal option, document No. 2018-0698.
The contract allows for a yearly bid adjustment based on the current CPI, which is a 3% increase from 2018 to
2019. Richardson Consolidated Inc. has requested an increase within the amount allowed for the yearly bid
adjustment per the contract. Richardson Consolidated Inc. will supply the hauling needs for Weld County at the
hourly rates on the attached bid schedule, not to exceed $1,200,000.00.
The budgeted amount for 2019 contract year is $1,200,000.00.
Weld County Public Works Department has been satisfied with Richardson Consolidated Inc,
What options exist for the Board? (Include consequences, impacts, costs, etc. of options)
1) The Board may agree to Extend/Renew Richardson Consolidated Inc. as recommended.
2) The Board may decide not Extend/Renew the contract.
Recommendation:
Weld County Public Works recommends extending/renewing the contract for one year as provided by the
contract.
Ap rove
Recommendation
Sean P. Conway
Mike Freeman, Pro-Tem
Scott K. James
Barbara Kirkmeyer, Chuir
Steve Moreno
Pc: lay McDonald, Director, Public Works
Curtis Hall, Deputy Director, Public Works
&tQ ..
02-43-.2or9
Schedule
Work Session
Qther/Continents:
�f�eeln.e�-e-
Aa,e-r/a/e_40)
(4))
a-/3-,9
010(3- o418
e-Goa75
Cheryl Hoffman
From:
Sent:
To:
Subject:
Sean Conway
Wednesday, February 06, 2019 7:06 AM
Cheryl Hoffman
Re: Passaround
Cheryl - Yes - Approve recommendation. Sean
Sent from my iPhone
On Feb 6, 2019, at 6:50 AM, Cheryl Hoffman <phoffman(Wweldgov,com> wrote:
Approve recommendation?
Cheryl Hoffman
Deputy Clerk to the Board
Weld County Clerk to the Board Office
1150 O Street
Greeley, CO 80631
970.400.4227
<image002.jpg>
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: Marjorie Caudill
Sent: Tuesday, February 05, 2019 4:12 PM
To: Cheryl Hoffman <choffmaneDweldsov.com>; Esther Gesick <eaesickeaweldgov.com>
Cc: Jeff York <jvorkt fweldeov.com>
Subject: Passaround
Please ask the Board to review.
Thank youl
Marjorie Caudill
Accounting Clerk
Public Works Department
1111 H Street, PO Box 758
Greeley CO 80631
970-304-6496
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.
1
CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN
THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS
AND RICHARDSON CONSOLIDATED INC.
This Agreement Extension/Renewal ("Renewal"), made and entered into 26 day of April, 2019, 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 Richardson Consolidated Inc, 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. 2018-0698approved on April 25, 2018.
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 April 25, 2019.
• The parties agree to extend the Original Agreement for an additional year period, which will begin February 19, 2019, and
will end on February 14,2020.
• 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. Price increase for hourly material hauling and spreading.
• 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:
Signature
Print
ATTEST:
Weld
BY:
kiChoLats%n r QtChntAl 03aSolickdee( Inc
dim.)
Deputy Cle ( to the Boar
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
Barbara Kirkmeyer,'Chair FEB 1 S Z019
av/r-6to78"
Bid Schedule
2019 Material Hauling Contract
Item #
Item Description
Unit
Unit Price Per Hour Per Truck
1
Hauling and Spreading of
material with belly dumps
HR
f..1/
2
Hauling — Side Dump
HR
74 •w
3
Hauling — End Dump
HR
O / I
4
Hauling — tandem axle dump
truck
HRlo
101 -/
5
Fuel Cost Adjustment
FA
$15,000
Contractor base price for diesel fuel $ per gallon from 2018 bid
Advance notice required 48 hrs.
The total base bid will include $15,000 for fuel cost adjustment.
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 quote for actual labor and equipment hourly rate for services.
SIGNATURES: Dated this
FIRM NAME:
Litit day of febru.OJy
Itchardscin Cansoilettar-ot inc.
BY: President
BIDDER'S LEGAL SIGNATURE:
STATE OF INCORPORATION: 601
ADDRESS: QO 8Ox 013 G(&( CO $0632 -
TELEPHONE NO: Cg70) 353 -4,139 FAX NO: C no) 353 ` 7/47
,20 I1
BID NO # B180062 Page 1
BOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW/ WORK SESSION REQUEST
RE: Material Hauling contract extensilan
DEPARTMENT: Public Works DATE: 02/27/2017
PERSON REQUESTING: Jerry Joseph
Brief description of the problem/issue:
Public Works rescinded the material hauling bid (81700028) and is in the process to rework the bid as directed
by the BOCC. There is still a need to get material hauled and the existing contractor (Richardson Consolidated
Inc.) has agreed to a month to month contract at his previous contract price of $86.35. Public Works would like
to extend the previous contract on a month to month basis for not more than half of the budgeted dollars until
the new material hauling contract can be awarded. If more than half of the material hauling budget will be used
before a new contract is not going to be awarded public works will come back to the board for direction. The
attorney's office drafted the extension agreement and a signed copy is attached.
What options exist for the Board? (Include consequences, impacts, costs, etc. of options)
A) The board can approve the month to month contract extension.
B) The board can deny the month to month contract extension.
Recommendation:
The public works department recommends the month to month contract extension for not more than half of the
budgeted dollars ($425,000) until a new contract can be awarded.
Sean P. Conway
Julie A. Cozad, Chair
Mike Freeman
Barbara Kirkmeyer
Steve Moreno, Pro-Tem
Approve $chedule
Becommenslatio Work Session
Other/Comments:
67(.84-4-0 Leli2
— l8� 48'
o, 8. o6,Y
SOO 75
WELD COUNTY AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY & RICHARDSON CONSOLITDATED, INC.
MATERIAL HAULING
THIS AGREEMENT is made and entered into this 25 day of April, 2018, by and between the County of Weld, a
body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is
1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Richardson Consolidated, Inc, who
whose address is PO Box 1313 Greeley, CO 8Q632, hereinafter referred to as "Contractor".
WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform
services as more particularly set forth below; and
WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services,
and is willing to perform the services according to the terms of this Agreement.
WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill,
expertise, and experience necessary to provide the services as set forth below;
NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto
agree as follows:
1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibit A which
forms an integral part of this Agreement. Exhibit A is specifically incorporated herein by this reference.
2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and
agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project
described in Exhibit A.
3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue
for one year. This contract may be extended annually upon written agreement of both parties.
4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice.
Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the
Agreement.
5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both
parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and
until Contractor has obtained written authorization and acknowledgement by County for such additional services.
6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance
of the same, County agrees to pay an amount no greater than $85Q,QQQ:00, which is the amount set forth in Exhibit A.
County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely
responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this
Agreement.
7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents
or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the
execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall
be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement.
Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through
County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees.
8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular
reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of
this Project without County's prior written consent, which may be withheld in County's sole discretion.
ogolf-Ola 1S'
9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall
become or remain (as applicable), the property of County.
10. Confidentiality. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees
not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking
written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential
and proprietary nature of this confidential information and of the restrictions imposed by this agreement.
11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a manner
consistent with the standards governing such services and the provisions of this Agreement. Contractor 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.
12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed
to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor.
Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a
waiver of any of the County's rights under this Agreement or under the law generally.
13. Insurance and Indemnification. Contractor shall procure at least the minimum amount of automobile liability
insurance required by the State of Colorado for the use of any personal vehicle. Proof of said automobile liability insurance
shall be provided to County prior to the performance of any services under this Agreement. Professional Liability (Errors
and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions
defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful
acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of
operations under this Contract resulting from professional services. In the event that the professional liability insurance
required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under
the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an
extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is
completed.
Minimum Limits:
Per Loss
Aggregate
$ 1,000,000
$ 2,000,000
14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees,
from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done
in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers'
compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or
court decree.
15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder,
without the prior written approval of County.
16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or
otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable
control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions.
17. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations
in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment
practices.
18. 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.
19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein,
contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This
instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject
matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed
by both parties.
20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds
for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does
not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year.
21. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to
this Agreement state 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.
22. 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.
23. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express
or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental
Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended.
24. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions
of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties
and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included
in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties
receiving services or benefits under this Agreement shall be an incidental beneficiary only.
25. 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.
26. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in
the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by
reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute
between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said
dispute.
27. Public Employment Retirement Program. Contractor is responsible for notifying Weld County of any previous
participation in the Colorado Public Employee Retirement Program. Contractor must notify Weld county of the most recent
employment for a PERA contributing employer.
28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not
knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the
employment eligibility of all employees who are newly hired for employment in the 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). Contractor shall not knowingly employ or contract with an illegal alien to perform work under
this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall
not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -
Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while
this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the
public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor
and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting
with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the
illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the
subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an
illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken
pursuant to C.R.S. §8-17.5-102(5), by the Cobrado Department of Labor and Employment. If Contractor participates in
WELD COUNTY:
the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under
the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the
documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County,
a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the
other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision
or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall
be liable for actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or
state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older
is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits
provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury
that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b)
shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the
forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract.
29. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees
to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A. is the complete and
exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and
any other communications between the parties relating to the subject matter of this Agreement.
IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 25 day of April, 2018.
i2r-o)opd5oH d746,-)
Date
ATTEST:
Weld C
BY:
ddritilt) Jelf.,0;
my Clerk to the Boar.
eputy CI
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
ike Freeman, Acting Chair Pro-Tem
APR 302018
OVED A C5 SU • STANCE:
or epartment Head
Richardson Consolidated, Inc.
PO Box 1313
Greeley CO 80632
Phone: 970-353-9939
Fax: 970-353-2147
US DOT#1568973
Bid Request #61800062 March 6, 2018
Richardson Consolidated Inc Driver Information:
Lorenzo Aguirre Corral
Larry J. Cox
Loren R. Harrington
Hans G.L. Meyer
Brandon L. Richardson
John E. Richardson
Ronald L. Richardson
Ronald M. Richardson
Sarah L. Riedel
Robert E. Rohr
Daniel L. Saltzman
CDL 13-092-0819
CDL 92-048-3125
CDL 92-095-6354
CDL 92-155-8225
CDL 09-012-0477
CDL 92-192-8602
CDL 95-037-3418
CDL 92-193-0093
CDL 04-181-1424
CDL 92-197-4542
CDL 95-088-2963
Truck and Belly Dump Trailer Information:
#1309 - 2005 Peterbilt 387 Mileage
#310 - 1983 Timpte Belly Dump
#1401 - 2006 Peterbilt 378 Mileage
#1306 - 1995 LoadKing Belly Dump
#1405 - 2001 Mack CH613 Mileage
#1305 - 1995 LoadKing Belly Dump
#1504 - 1997 Mack CH613 Mileage
#2206 - 1994 LoadKing Belly Dump
#1506 - 2002 Mack CH613 Mileage
#9903 - 1992 LoadKing Belly Dump
#2202 - 1994 Kenworth Mileage
#1301 -,1995 LoadKing Belly Dump
#2204 - 1990 Kenworth ' Mileage
#1502 - 2005 LoadKing Belly Dump
Expires 02/24/2019
Expires 10/02/2020
Expires 03/16/2020
Expires 06/22/2020
Expires 01/12/2020
Expires 08/03/2019
Expires 05/18/2018
Expires 09/16/2020
Expires 12/25/2018
Expires 08/01/2020
Expires 01/20/2019
1261940
817181
669636
148384
640066
612014
53010
RCI, Truck and Belly Dump Con'd page 2
#2504 - 1995 Kenworth W900B Mileage 464779
#9903 —1992 LoadKing Belly Dump
#2505 —1990 Kenworth W900B Mileage 314308
#1503 — 2005 LoadKing Belly Dump
#2808 —1999 Peter 379 Mileage 1778211
#1303 — 1994 LoadKing Belly Dump
#2902 — 2000 Kenworth W900L Mileage 906344
#9901 —1992 LoadKing Belly Dump
#9518 —1988 Kenworth W900B Mileage 188551
#2102 —1996 LoadKing Belly Dump
#9914 —1995 Kenworth W900L Mileage 450582
#1302 —1994 LoadKing Belly Dump
bID No BlSAL6 ,
Richardson Consolidated, Inc.
P.O. Box 1313
Greeley, CO 80632
(970) 353-9939
Fax (970) 353-2147
20-5730979
February 26, 2018
Colorado Dept. of Revenue - Division of Motor Vehicles
1881 Pierce Street, Driver Control, Room 164
Lakewood; CO 80214-3503
Customer Service,
Please find enclosed (11) DR 2489 Driver Record Requestor Release and
Affidavit of Intended Use Forms for our (11) drivers and payment.
If at all possible, please email records to me at
susanarichardsonconsolidated.com or by fax at 970-353-2147.
Thank you,
Suzi Runyan (Linda S Runyan)
Office Manager
Enclosures:
DR 2489 Forms
Lorenzo A. Aguirre Corral CDL 13-092-0819
Larry J. Cox CDL 92-048-3125
Loren R. Harrington CDL 92-095-6354
Hans G.L. Meyer CDL 92-155-8225
Brandon L. Richardson CDL 09-0125-0477
John E. Richardson CDL 92-092-8602
Ronald L. Richardson CDL 95-037-3418
Ronald M. Richardson CDL 92-193-0093
Sarah L. Riedel CDL 04-181-1424
Robert E. Rohr CDL 92-197-4542
Daniel L. Saltzman CDL 95-088-2963
Check #30942
Bit. No Ptsaoe 2.
USDOT Number O MC/MX Number 0 Name
Enter Value 1&)68:,'
Company Snapsho
RICHARDSON CONSOLIDATED INC
USDOT Number: 156897'
ID/Operations I inspections/Crashes inUS I Inspections/Crashes_In Canada I Safety
Rating
Carriers: If you would like to update the following I D/Operations information, please complete and submit form MCS-150 which
can be obtained online or from your State FMCSA office If you would like to challenge the accuracy of your company's safety
data, you can do so using FMCSA's DataOs system
Other Information for this
Carrier
SMS Resutls
I Ltegnpina & Insurancg
Carrier and other users: FMCSA provides the Company Safety Profile (CSP) to motor carriers and the general public interested in obtaining greater detail on a
particular motor carrier's safety performance then what is captured it the Company Snapshot To obtain a CSP please visit the C$P ofaeutio or call (800)832-
8660 or (703)280-4001 (Fee Required)
For help on the explanation of individual data fields, click on any field name or for help of a general nature go to $ FER_CE.trutrgi H,gJe.
The information below reflects the content of the FMCSA management information systems as of 03104/2018.
CARRIER
fnitty Now
9A4fAlfnlZSlaIailt
AUTHORIZED FOR Property l
. Out of Service Dale:, None
44rsaI Nim4t
RICHARDSON CONSOLIDATED INC
OBA Name:
PbYTICAI Atkrasti
25109 WCR 46
KERSEY, CO 00644
Phone.
19701 353-9939
Medina Adams-
PO BOX 1313
GREELEY, CO 00632
USDOT Number:
1560973
State Carrier ID Number_.
f_,Nuaffitet(l i,
590.561403
QQUINS Numbers
--
Power Units:
1 i
Drivers:
5
MCS-150 Form Date:
11 1211/270017
MCSd40 MilefRe rYmprl'
289,542 (2017)
gR4arigngArodipatter%
x Auth For hire Priv Pass (Non -business) State Gov't
Exempt For Hire Migrant Local Gov't
x Private(Property) 1_, Mail Indian Nation
Priv Pass (Business) Fed Govt
rAfttflf OJMrpiipI
X Interstate Intrastate On y (HM) Intrastate Orly (Non -HM)
q8f5L0 89ttts+!
x General Freight Liquids/Gases Chemicals
Household Goods Intermodal Coil Commodities Dry Bulk
Metalsheets, coils rolis Passengers Refrigerated °cod
Motor Vohicies oilfield Equipment Beverages
Drive/Tdw away _ivestock Paper Products
Logs, Poles beams. Limber x Grain Feed, -ray Utilities
Building Materials Coal/Coke x Agricultural/Fare Supplies
Mobile Homes Meat Construction
Machinery, Large Objects GarbageiRef.,se Water Well
°resh 'roduce Y3 Mail
ID/Operations I Inspections/Crashes In US I Inspections/Crashes In Canada 1 Safety Rating
US Inspection results for 24 months prior to: 0 310 412 01 8
rotas Inspections: 2
total IEP Inspections: 0
NI No e ls000b ,
https:'/sal.er.t nesa.uiott.gov'yuery.asp
3/5,2018
Note: Total inspections may be less than the sum of vehicle. driver, and hazmat inspections Go to lnsoecftons list for further information
)leeefbtn
Inspection type
Vehicle
Driver
Hamel
EP
Inspections
2
2
0
0
Out of Service
0
3
0
0
Out of Service %
0"-,
0%
',!
0%
Nat'l Average %
(2009- 2010)
20 72%
5 51%
4.50%
N/A
Crashes reported to FMCSA by states for 24 months prior to: 03104/2018
Note: Crashes listed represent a motor carrier's involvement in reportable crashes, without any determination as to responsibility
Type
Fatal
Injury
Tow
Total
Crashes
0
ID/Oppraiions 1 Intspections/Crashes In US I Inspections/Crashes In Canada I Safety Rating
Canadian Inspection results for 24 months prior to: 03/04/2018
Total inspections: 0
Note: Total inspections may be less than the sum of vehicle and driver inspections. Go to Inspections Help for further information
Inspection Type
Vehicle
Driver
Inspections
0
0
Out of Service
0
0
Out of Service %
3%
0%
Crashes results for 24 months prior to: 03/0412018
Note: Crashes listed represent a motor carrier's involvement in reportable crashes, without any determination as to responsibility
repel Fate
Injury. Tow
Total
Crashes
0
ID/Operations I Inspections/Crashes In US I Inspections/Crashes In Canada I Safety Rating
The Federal safety rating does not necessarily reflect the safety of the carrier when operating in intrastate commerce
Canter Screw Rattngo
The rating below is current as of: 03/04/2018
Review Information:
Rating Date:
Rating:
0012312013 Review Date:
Satisfactory Type:
5
Non -Ratable
bib Nei 6Ig4Qa4Z
haps://saler.fmcsa.dot.gov/q at:Ty:asp
3/5/2018
Richardson Consolidated, Inc.
PO Box 1313
Greeley CO 80632
Phone: 970-353-9939
Fax: 970-353-2147
US DOT#1568973
Richardson Consolidated Inc., company philosophy regarding accidents and
Federal, State and Local regulations:
All Richardson Consolidated Inc., drivers are required to follow all Federal,
State and Local Regulations. We require all drivers to attend mandatory
safety meetings, follow company safety policy, adhere to PPE
requirements, participate in random DOT drug/alcohol testing. All
accidents and any personal job site injury to be reported immediately to
supervisor and authorities. Post accident drug tests are mandatory and
will be performed immediately after driver is released from authority.
bid N4 .b18oc0l.2
Richardson Consolidated, Inc.
P.O. Box 1313, Greeley, CO 80632
Telephone: 970-353-9939 Fax: 970-353-2147
SAFETY POLICY
Richardson Consolidated, Inc., takes safety seriously. As a driver of our
equipment, you are required to do the same.
*Gates — clean from OUTSIDE always, NEVER between gates. If caught
between gates by supervisor will result in immediate termination.
*Always wear PPE — steel toed shoes/boots. Hard hat, vest when job
requires.
*Hands free phone device, ear piece.
*No texting while driving.
*No tailgating. Stay clear of dust of preceding driver — 3 truck lengths.
*Rough Roads — drive slow, even if others are going faster.
*Inclimate weather/fog early morning — do not leave yard until determined
visibility clear to drive.
*Do not clean dash when loaded.
*Pay attention to speed limit and workzone safety.
*Always drive slow upon entry/exit of yard.
*No foul language on cb. Be professional and courteous.
*Do not bring personal life to work with you.
*Post accident drug tests mandatory and will be performed at office
immediately after driver is released from authority.
*Any personal job site injury to be reported immediately to your supervisor.
I, agree that I have read, understand and agree to
abide by the set forth safety rules and that my failure to comply may result in my
employment termination.
Driver Signature Date
� � � rst RS 18 000 (o z
RICHARDSON CONSOLIDATED, INC.
DRUGS AND ALCOHOL POLICY
bta Igo a tg000l.Z
PRESCRIPTION DRUGS
Employee's using prescription drugs according to their physician's direction, need to
discuss any job and/or safety concerns of taking those prescription drugs with the issuing
physician and company representative.
It is the employee's responsibility to advise their supervisor immediately upon being
prescribed a prescription drugtubstance and or before reporting to work to discuss the
possible affect of performance due to use of the prescribed drug.
Employee's who are found using prescription drugs in a manner that they weren't intended
for, will be subject to disciplinary action up to and including termination of employment.
DRUGS & ALCOHOL GUIDELINES FOR COMPANY VEHICLES
There are specific guidelines tkat govern the use of drugs and alcohol when operating a
company vehicle. There is zero tolerance of use of alcohol when operating a company
vehicle, on or off duty.
All employees with a Commercial Driver's License are required to abide by the regulations
mandated by the Department of Transportation in the Federal Motor Carrier Regulations
Book, in addition to the rules implemented by Richardson Consolidated, Inc.
ARREST/CONVICTION FOR ALCOHOL AND/OR DRUG OFFENSE ON WORK
PREMISES OR WHILE CONDUCTING COMPANY BUSINESS
It is an employee's responsibility to notify their supervisor within 5 days, if an employee is
arrested for an alcohol or drug related offense in the workplace or while conducting
business for Richardson Consolidated, Inc.
Richardson Consolidated, Inc. will thoroughly investigate the circumstances and will
determine the appropriate course of action to be taken, which may include disciplinary
action up to and including termination of employment.
CONFIDENTIALITY
Every effort will be made to maintain strict confidentiality within the limits of the law during
any phase of the intervention, assessments, testing, rehabilitation and during the follow-up
procedures. This applies to set referrals, management referrals and mandatory
management referrals.
Page 2 of 5
8 I T(0O0112.
PRE -EMPLOYMENT TESTING
As a result of our commitment to comply with the Dept. of Transportation alcohol and
drug testing rules outlined in 49 CRF, Part 40, we will conduct pre -employment drug
tests on applicants who receive an employment offer.
Applicants who receive an employment offer will be required to undergo a drug test prior
to the start date of their employment. Applicants will be informed of this requirement
during the interview process, and all offers will be made contingent on successfully
passing the drug test. Employees will be deducted from final check for cost of Drug
Draw and Drug Screen if Employment is terminated for any reason within 30 days.
Refusal to submit to the required drug test will result in the employment offer being
rescinded.
PRE -EMPLOYMENT (POSITIVE RESULTS)
Any applicant who receives a positive result on their drug test, will result in the
employment offer being rescinded.
Any applicant who does test positive, must wait a period of three months prior to re-
applying for employment.
RANDOM DRUGS/ALCOHOL TESTING
All employees in "safety sensitive" positions and/or possessing a CDL (Commercial
Driver's License) will be subject to unannounced random drugs/alcohol testing.
All employees in these designated classifications will have an equal chance to be
randomly selected for testing at the time that such testing occurs.
RANDOM DRUGS/ALCOHOL TESTING (POSITIVE RESULTS)
If an employee tests positive for drugs/alcohol during random testing, he/she will be
subject to disciplinary action.
The level of disciplinary action up to and including termination of employment will be
determined in accordance with the severity of infraction and/or impairment.
Before the employee shall return to work, he/she must submit to a Return to Duty
drugs/alcohol screen, as well as Follow-up drugs/alcohol screens as the employer sees
fit.
All Follow-up drugs/alcohol screens are at the expense of the employee.
Employees who fail to comply with phase of the recommended course of treatment will
have their employment immediately terminated.
A second positive test for drugs/alcohol at any time, under any circumstances will result
in immediate termination.
Page 3 of 5
e)(8'0006
REASONABLE SUSPICION DRUGS/ALCOHOL TESTING
In situations where an employee's supervisor or another member of management has
reasonable suspicion to believe that an employee is in possession or under the influence
of drugs/alcohol, that employee can be sent for immediate drugs/alcohol testing.
Reasonable suspicion exists when an employee displays such behavior as, but not
limited to: unsteady gall, slurred speech, glassy eyes, staggering, on the job accident(s),
excess absenteeism, and/or continued arguments with customers and/or co-workers.
REASONABLE SUSPICION DRUGS/ALCOHOL TESTING (POSITIVE
RESULT)
If an employee tests positive for drugs and/or alcohol on a reasonable suspicion test,
he/she will be subject to disciplinary action. The level of disciplinary action up to and
including termination of employment will be determined in accordance with the severity
of infraction and/or impairment.
Before the employee returns to work, he/she must submit to a Return to Duty
drugs/alcohol test screen as well as a Follow-up drugs/alcohol screen as the employer
see fit and at employee's expense.
If an employee fails to comply with any phase of the recommended course of treatment,
will have their employment terminated immediately. A second positive test for
drugs/alcohol at anytime, under any circumstance, will result in immediate termination.
POST -ACCIDENT DRUGS/ALCOHOL TESTING
If an employee tests positive for drugs and/or alcohol on a post -accident test, he/she will
be subject to disciplinary action. The level of disciplinary action up to and including
termination of employment will be determined in accordance with the severity of
infraction and/or impairment.
Before the employee returns to work, he/she must submit to a Return to Duty
drugs/alcohol test screen as well as a Follow-up drugs/alcohol screen as the employer
see fit and at employee's expense.
If an employee fails to comply with any phase of the recommended course of treatment,
will have their employment terminated immediately. A second positive test for
drugs/alcohol at anytime, under any circumstance, will result in immediate termination.
(Continued on Page 5 of 5)
Page 4 of 5
b «0OO(a Z
CONFIRMATION TESTING (DRUG SCREEN)
A Medical Review Officer (MRO) will review all drug tests. All positive tests for both
applicants and current employees will receive an additional confirmation test performed
on the same specimen from the initial collection. All specimens will be sealed and
signed in front of the individual at the time of the collection. The MRO will be
responsible for verifying the positive confirmation test results on a drug screen.
CONFIRMATION TESTING (ALCOHOL SCREEN)
Positive alcohol results will have a confirmation within 15 minutes if the test results are
above 0.02 on the initial test, performed by a Certified Breath Alcohol Technician.
In the event that the confirmation alcohol screen is positive or remains above 0.02 is
considered a positive test and the employee must be removed from performing "safety
sensitive" duties for up to eight hours or until another breath alcohol test is administered
and the results are less than .02.
This is your copy of the Richardson Drugs and Alcohol Policy for future reference.
If you do not understand any portion of this policy, please see Lee Richardson for
additional information.
All employees are required to sign an acknowledgement of receipt of the
Richardson Consolidated Drugs and Alcohol Policy, and that they have read, fully
understand, and agree to abide by the policy.
Page 5 of 5
b 18 0401, 2
BID SCHEDULE:
2018 Material Hauling
Contract
Item Description Unit
Hauling and
..Snr ..ariina,.nL
2 Haulin• — Side
Hauling — End
Hauling — tandem
axia...rium
Fuel Cost
Adiustment
Contractor base price for diesel fuel $ per gallon
Advance notice required g' 7
hrs
**ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID**
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. #B1800062.
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, ail 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 byWeld County, and signature of the Chair of the Board of County Commissioners,
together constitutes acontract, 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.
FIRM
R.ichardscri CAA5011dated , Inc •
BUSINESS
ADDRESS Pa 1313
CITY, STATE, ZIP CODE a (fit? e y r a 80132
TELEPHONE NO QT0-353- 9939 FAX 910 353 - 2 1147
PRINTED NAME AtJ,p TITLE Ra .&(G( L. RICht ason ,
SIGNATURE '
TAX ID #
PresI Geri'
Z0-5730179
E-MAIL &NV! eLMUit t AOI.GOrv1
DATE 345/15
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES (CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000)
BID NO # 81800062
Page 15
RECEIPT OF ADDENDA
The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings,
Specifications and other Contract Documents.
Addendum No. Date: By:
Addendum No. 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.
SIGNATURES:
Dated thish day of March
FIRM NAME: R,161.Q(118W1 Cuna l l died , if C
,20 ( B
BY: Ronald, L. Richards0
TITLE: CFi atilt
BIDDER'S LEGAL SIGNATUR
STATE OF INCORPORATION: COleiral i
ADDRESS: 44 box 1,313, 1 j, to 86632.
TELEPHONE NO: q lO " 35 - 9 939
FAX NO: 970 - 3' 53 - ZI'1}'7
ATTEST:
t Lts
o f R.kc
rririii urnvv,L I„c(LS acKnawl ea e.& 1Defc.re Ivt°e
14 n I
tic
Z:pI,R Ni guilt id 'Ire+ ri is tpteA,i erl '
(nt ' LINDA S RUNYAN I
NOTARY PUBLIC
STATE OF COLORADO
NOTARY ID 20004009681
MY COMMISSION EXPIRES MAY 18, 2021
BID NO # B1800062
Page 16
STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS
DATE OF THIS STATEMENT: 3/Sil
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): Richardson Gonsoltd (de:4_ .
2. Permanent main office address: 5pq p4, q'r*' A •r 4ree-(ey Co 8o6.3/
Phone Number: 170 -3531439 Fax Number: 974- 353- 247
3. Year Company was organized: 20O(0 (RtChatrdjn En-+tt,as 27 lear5)
4. Number of years this Company has been engaged in similar projects as outlined in this bid: 1?
5. Under what firm, company, or trade names has this company been engaged in this type of
business, how long under each name, and how long has each company been bonding work?
Richardson Co n.so I ► otatcrt Inc . , i 2 ears
RIChardl66n &n ftti ps 27 years
6. 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:
Jus+te Triicv-Ln3 Inc .
$ per hour-
S+eritrt3 Red;t - Mix $ per hour
iiki4len €uirent
$ pdr hair
on 9oinog
on 9oiii9
ort G1p+ rttj
7. 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.
None ever
BID NO # B1800062 Page 17
8. List all contracts within the last 3 years for which liquidated damages were assessed or may be
assessed.
None .ever"
9. Describe all contracts that the Company failed to complete.
tifone ever -
10. Describe all contracts on which the Company defaulted or from which the Company was
terminated.
None ever
11. 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 (FIFTEEN PERCENT) 15% OR MORE OF THE
WORK.
SUBCONTRACTOR
WORK DESCRIPTION % OF WORK
12. List the principal members of the company who will be involved with this project.
YRS
PERTINENT NAME TITLE EXPERIENCE
Lee gicitoeoii'n 6 fera►ons 3O plus
Loren Rafts inyon SoSet t 1419 r 80 pits
Larry Cox ? y f r Siorvi r' 36
BID NO # B1800062
Page 18
13. List all lawsuits previously filed against or currently pending against you, the Company or
any officers of the Company.
time Ever
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 14%day of MO,Mh , 20 IS
Bidder: RICk1ardSdn Ce/IS0If data . Inc
By: -- �y J (Signature)
Name: R0110J.1ct L. . Q IC)1(V bOn (Please Type)
Title: President
NOTARY
County of
State of (L
Ran .bd, Lee R who -ikon
) ss.
)
he is
Being duly sworn, deposes and says that
Prc'swdeilt Of Ptcha,t'il Ell) con5Ilidetiza toc, and
(Title)
(Company Name)
That the answers to the foregoing questions and all statements therein contained are
true and correct. Subscribed and sworn before me this 5th day of f 1 V1ht ,
20
(SEAL)
LINDA S RUNYAN
NOTARY PUBLIC
STATE OF COLORADO
NOTARY ID 20004009681
MY COMMISSION EXPIRES MAY 18, 2021
Lind& S Rung
I4a1ukt Public
PN I rNat15: /i(. LK�\llaS
BID NO # B1800062
COLORADO DEPARTMENT OF TRANSPORTATION
ANTI -COLLUSION AFFIDAVIT
SO
'CATION
I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this
bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on
his or her behalf and on behalf of my firm.
I further attest that:
I The pi ice(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 competition with any other film or person who is a bidder
or potential prime bidder.
2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or
potential prime bidder on this project, and will not be so disclosed prior to bid opening.
2B Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on
this project have been disclosed to me or my firm.
3A No attempt has been made to solicit, cause or induce any firm or person who Is a bidder or potential prime bidder to
refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-
competitive bid or other form of complementary bid.
3B No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder
on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project.
4 The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or
discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom-
petitive or other form of complementary bid.
5 My firm has not offered or entered into a subcontract or agreement regarding the purchase or sate of matenais or
services 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 agreement or promise by any firm or
person to retrain 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 firm has 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 person,
whether in connection with this or any other project, in consideration for my firm's submitting 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 ail members, officers, employees, and agents of my firm with responsibilities
relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of
them that he or she has riot participated in any communication, consultation. discussion, agreement, collusion, or
other conduct inconsistent wdh any of the statements and representations made in this affidavit.
8. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent
concealment from the Colorado Department of 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 TRUE AND COMPLETE TO T1-fE BEST
OF MY KNOWLEDGE.
ale *Mall C6r tOi d , tic .
rVF
s/s/i8
f(tsident'
;.. n c.m,. n :auo bt> m+ v. "y,r
Si
A �
isue
—ArR"
NA
Sworn to before me this 5N'i day of,
20 IS
,+7.O,. LI'
La t't `"S et Wormy ik. ea kyakNOTARY
`UNYAN
PUBLIC
STATE OF COLORADO
NOTARY ID 2001 ' f i ..
"/`,
My ccmnn<nko .1nIC.;;
5. /an i
NOTE: This document must be signed in ink.
PIRES MAY IV Mgr
BID NO # B1800062
Page 20
1(02
W-9
=+aa•1 Ws�a
Request for Taxpayer
Identification Number and Certification
Give Form to Ow
requester. Do riot
send to the IRS.
N ,. G„> << ti ft.
LCnordsr3n l onsc
faApayer identification Number )Ti N)
zo 5a-1
xr "14i,iXr
7iii
rritruwr;on5
Sfgn sw„+two
Here u m.,,„,.
General instructions
Purpose ,3f Form
BID NO # B1800062
Page 21
PROJECT; Nr4ANl)AT& PRE E1t7 Mt t. TING '/21„) I l (ii' WOO AR1 JO(8 Witt-, i0 I I I 3 ill !ill ( int,;orI
LOCATION: Public ►tc,r'ki 1 ] 11 H Strrrt lirkelr),- Co 14(1612
COMPAN't NAME
MEMORANDUM
TO: Board of Commissioners DATE: March 7, 2018
FROM: Jay McDonald, Director of Public Works
SUBJECT: 2018 Material Hauling, Bid B1800062
The Public Works Department recommends that the Board of Weld County Commissioners award the Material
Hauling contract to the lowest bidder, Richardson Consolidated, for $80.00 per hour to provide seven trucks
with drivers. The contract price is based on diesel fuel costs of $2.64 per gallon. It will remain the same
should their cost for diesel increase twenty-five (25) cents above the base price. After that, for every twenty-
five (25) cent increase in the cost of diesel fuel, the per hour bid price can be increased based on the Fuel Cost
Adjustment prices for daily and monthly average, supplied by CDOT.
We further recommend they receive the bid for hauling with side dump trucks at a cost of $92.00 per hour, end
dump trucks at a cost of $85.00 per hour, and tandem axle trucks at a cost of $70.00 per hour on an as needed
basis during 2018.
If you have any questions, . -aee cal e at extension 3761.
M: mona; wordfi les/bids/mmate ria lha ul ing2017. docx
0/4 f
aor4- Etsaa.
DATE OF BID: MARCH 6, 2018
REQUEST FOR: MATERIAL HAULING
DEPARTMENT: PUBLIC WORKS DEPT
BID NO: #B1800062
PRESENT DATE: MARCH 7, 2018
APPROVAL DATE: MARCH 21, 2018
VENDORS
WELD COUNTY PURCHASING
1150 O Street Room #107, Greeley CO 80631
E-mail: rturfweldgov.com
E-mail: reverett@weldgov.com
E-mail: mwalters@weldgov.com
Phone: (970) 400-4216,4222 or 4223
Fax: (970) 304-6434
HAULING HAULING BASE ADVANCED
& SPREADING WITH HAULING HAULING TANDEM AXLE PRICE NOTICE
BELLY DUMPS SIDE DUMP END DUMP DUMP TRUCK TDIESEL REQUIRED
RICHARDSON CONSOLIDATED INC $80.00
PO BOX 1313
Greeley CO 80632
ENERGENS SERVICES LLC $84.00
1328 e. 18TH Street
Greeley CO 80631
RAMCO TRUCKING
15497 COUNTY RD 10
FORT LUPTON CO 80621
DAN'S CUSTOM CONTRUCTION INC
20905 WELD COUNTY ROAD 2
BRIGHTON CO 80603
TRANSPRO INC
730 SW FRONTAGE RD, STE 3
FT COLLINS CO 80528
$94.50
$92.00 $85.00 $70.00 $2.64 24 HRS
$89.00 $89.00 $72.00 $3.00 24 HRS
$94.50 $94.50 $75.00 $2.859 48 HRS
$95.00 $95.00 $75.00 $2.79 24 HRS
$102 $105 $105 $85 $2.70 12 HRS
°Wt.
PUBLIC WORKS WILL REVIEW THE BIDS.
.5/7
Hello