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
20170491.tiff
BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW RE: Weld County 2019 Surface Gravel Supply, Extension/Renewal DEPARTMENT: Public Works DATE: 1-9-2018 PERSON REQUESTING: Mike Livengood, Supervisor, Gravel Road Management Brief description of the problem/issue: Weld County has two different Surface Gravel Supply Agreements that were awarded in 2016. The Board has the option of renewing the agreements from January 1, 2019 to December 31, 2019 as permitted by the contacts. Due to suppliers not wanting to renew the Central and South locations in 2017 forced this contract to go out to bid again in 2017. The North location was renewed for the two years and is due to go out to bid in 2019. J-2 Contracting Co. has the contract for the Central and South locations. This will be the second extension/renewal of a possible two-year renewal of the three-year contract term, contract number 2017-0491. The contract allows for a yearly bid adjustment based upon the current ENR cost Index, which is 0.10% increase from 2018 to 2019. J-2 Contracting Co. has requested an increase within the amount allowed for the yearly bid adjustment per the contract. J-2 Contracting Co. will supply the Central and South locations with 72,500 tons per location for 145,000 tons at $10.81/ton equaling $1,567,450.00. The budgcted amount for the 2019 contract year is $2,860,000.00. The Public Works department has been satisfied with the material provided by J-2 Contracting Co. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) 1) The Board may agree to extend/renew J-2 Contracting Co. contract as recommended. 2) The Board may decide not to extend/renew the contract. Recommendation: Public Works recommends extending/renewing the contract for one year as provided by the contract. Sean P. Conway Mike Freeman, Pro -Tern Scott K. James Barbara Kirkmeyer, Chair Steve Moreno Approve Recommendation pc: Jay McDonald, Director, Public Works Curtis Hall, Deputy Director, Public Works Schedule Work Session Other/Comments: c6 Auye2i,di, (Ad) -77 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS, GRAVEL ROAD MGMT. DIVISION AND J-2 Contracting Co. This Agreement Extension/Renewal ("Renewal"), made and entered into ab day of January, Ma by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works. Gravel Road Mamt. Division, hereinafter referred to as the "Deparbent", and 1-2 Contractile Co., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2017-0491, approved on March 7, 2017. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on December 31. 2019. • The parties agree to extend the Original Agreement for en additional 365-dav period, which will begin January L 2019, and will end on December 31, 2019. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Contract Time Extension: This is the second extension of a possible two-year extension. 2. Change to the Original Bid Schedule: the 2017 bid Schedule for the original contract will be replaced by the attached 2019 Bid Schedule. 3. Change to the Contract Price: The 2018 extension/renewal price of $10,71 per ton is now modified to $10.81 per ton during the 2019 Contract Extension renewal. The 2019 total contract price is not to exceed $1,567,450.00. 4. Change to the Contract Quantity: The 2018 extension/renewal quantity of 30,000 tons per location is now modified to 72,500 tons per location during the 2019 Contract Extension Renewal. The 2019 total contract tons is not to exceed 145,000 tons. 5. Supply Bond requirement: Weld County is requiring all suppliers of Surface Gravel material to carry a Supply Bond. A supply bond guarantees faithful performance of a contract to furnish supplies or materials. Such a bond only covers the delivery of the supplies or materials and excludes any labor or installation. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: 1.2 o s ti•n ris eone Printed Na natu e BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO 7411AiLiAk Barbara Kirkmeyer, Chair FEB o 4 2019 ATTE Wel didet) Deputy aer To th Board BID SCHEDULE 2019 Surface Gravel Supply South Location: (South of Highway 34, ITEM M ITEM PIT LOCATION ' QUANTITT PRICE PER CONTRACT PRICE UNIT 304.00 Surface Gravel 72,500 TON $10.81 $783,725.00 72,600 TON 72,500 TON 72,500 TON Central Location: (Greeley and surrounding area ITEM N I ITEM I PIT LOCATION I QUANTITY UNIT PRICE PER CONTRACT PRICE I UNIT 304.00 Surface Gravel 72,500 TON $10.81 $783,725.00 72,500 TON 72,500 TON 72,500 TON Prices will include all labor and equipment costs necessary to stockpile and load material ready for use. Transportation of all the aggregates will be by Weld County personnel. BID NO # B1600027 Page 12 Swiss Re Corporate Solutions BOND RIDER North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation 1450 American Lane, Suite 1100 Schaumburg, IL 60173 Rider to be attached to and form part of Bond No: 2269306 effective March 27, 2018 on behalf of J-2 Contracting, Co. North American Specialty Insurance Company and in favor of Weld County It is hereby agreed that: executed by The Bond Limit will be increased to One Million, Five Hundred Sixty -Seven Thousand Four Hundred Fifty and no/100ths Dollars ($1,567,450.00) as reflected in the Contract Agreement Extension/Renewal between the Weld County Department of Public Works, Gravel Road Mgmt. Division and .1-2 Contracting Co. dated January 7, 2019. Nothing herein contained shall vary, alter, extend any of the terms and conditions of the attached bond and the attached bond as amended by this rider except as noted above, and it is expressly understood and agreed that the liability of the attached bond as amended by this rider shall not be cumulative. This rider is effective on 7th day of January 2019 Signed, sealed and dated this 11th day of January , 2019 North American Specialty Insurance Company Surety K'Anne E. Vogel , Attorney -in +4 act ss: SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Kansas City, Missouri and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Kansas City, Missouri, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri does hereby make, constitute and appoint: RUSSELL D. LEAR, DARLENE KRINGS, K'ANNE E. VOGEL, ROYAL R. LOVELL, KELLY T. URWILLER, WESLEY J. BUTORAC, STEVEN J. BLOHM, DULCE R. HUGGINS, AND KRISTEN PEREIRO JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surely to which it is attached." y toms P. Anaetaen. Staler Vitt Preridral WM n5IYgfoll hdoremNnal tummies Company & Senior Van Pr&s .I al Milli Americas Specially Iataraac Compaq & Seater Vise President of Weaiperl lssaraaee Cerporetiea 2' By Mike A. Ile. Soler Vin tinkleet ellY*Mapen tateansAaut Iocaiaaee Company & Senier Via Pasidenl el -Nardi American Specially lasuranee Conway & Smiar Vice Preudenl of Westport Inelnue Carperaeau IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 4TH day of DECEMBER , 20 IS . State of Illinois County of Cook On this 4TH day of DECEMBER , 20 I8before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation OrIK AL SEAL M. KENNY Wog rinl&e • Sul • rl OF,.:, My r rmmoJon 15004/192l M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and feegoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this r day of 14... 24°1 Jeffrey Goldberg. Via President& Assistant Seaadryof Washington International loser,nce Company & Noah Americo, Specialty Instenntem Company & Vice President & Aseintsul Swrutmy of Wanlpon Insurance Corporation A►� RII CERTIFICATE OF LIABILITY INSURANCE DAM(MM/DDIYYYY) 2/19/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Flood and Peterson PO Box 578 Greeley CO 80632 CONTACT Jennifer Wnter, CISR NAME: E (970) 508-3206 FAXLAIC. Not (970) 506-8848 Eld): sir : JWlnter@floodpeterson.com INSURERS) AFFORDING COVERAGE NAIC A INSURER A: Phoenix Insurance Company 25823 INSURED J2 Contracting Company, Inc. 105 Coronado Court, Suite A101 Fort Collins CO 80525 Travelers Indemnity Company INSURER B :P Y 25658 INSURER C : Travelers Property Casualty Company of America 25674 INSURER D : Pinnacol Assurance 41190 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: C11 81 21 926701 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. I LTR rat TYPE OF INSURANCE ADDLISUBR INS° VVVO POLICY NUMBER P�CYRFF (MMA)DrYYYYI POLICY EXP (MMIOD4YYYYYY1 UNITS X COMMERCIAL GENERAL LIABNJTY EACH OCCURRENCE s, CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea aocufenca) S 000,000 X PD Ded:2,500 MED EXP (Any one person) S 5,000 A OTCO325D6576PHX18 01/01/2019 10/01/2019 PERSONAL & ADV INJURY S 1,000,000 GEN'LAGGREGATE UNIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY [ PECTRo- LOC PRODUCTS - COMP/OP AGG S 2,000,000 OTHER: a AUTOMOBILE LIABILITY COMBINED SINGLE UNIT $ 1,000,000 X ANY AUTO BODILY INJURY (Per person) S B _ OWNED AUTOS ONLY — SCHEDULED AUTOS 8102L9158811828G 01/01/2019 10/01/2019 BODILY INJURY (Per accident) S X ED AUTOS ONLY X NN -CIE AND AUTOS ONLY PROPERTY DAMAGE (Perapgden0 S XDOC $ X UMBRELLA UAB X OCCUR EACH OCCURRENCE S 5,000,000 C EXCESS LIAR CLAIMS -MADE CUP9H7218771826 01/0112019 10101/2019 AGGREGATE s 5,000,000 OED I XI RETENTIONS 10,000 S WORKERS COMPENSATION AND EMPLOYERS LIABILITY PER I I OTH- STATUTE ER D ANY ICE OR/PARTNE R ECUTIVE y/ N Y N/A 9114522 10/01/2018 10101/2019 EL EACH ACCIDENT S 1,000,000 (Mandatory in NH) E DISEASE- EA EMPLOYEE S 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E . DISEASE - POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) RE: Gravel Pit Crushing Weld County, Department of Public Works, is listed as an Additional Insured as respects General Liability. Insurance is primary and non-contributory. CERTIFICATE HOLDER CANCELLATION Weld County Public Works PO Box 758 Greeley CO 80832 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE TFEREOF, 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 COLORADO Department of Agriculture AgLicense ID # 002Y6C Carol Shims J2 CONTRACTING CO 24819 WELD COUNTY RD 58 GREELEY CO 80631 Printed On:Tuesday, November 27, 2018 305 Interlocker Parkway, Broomfield, CO 80021 P 303.869.9000 F 303.466.2867 www.colorado.gov/ag COLORADO Department of Agriculture Scales/Measuring Devices License THIS License IS NOT TRANSFERABLE J2 Contracting CO yoina Business As Namelsl iDBA1 J2 Contracting CO 24819 Weld County Rd 58 Greeley CO 80631 Scales/Measuring Devices Aglicense ID lY 002Y6C Ix Scales 80,001 lbs & up Printed On:Tuesday, November 27, 2018 Effective Date Expires Date Jan 01, 2019 Dec 31, 2019 Don Brown November 27, 2018 Commissioner of Agriculture Print Date 305 lntertocken Parkway, Broomfield, CO 80021 P 303.869.9000 F 303.466.2867 www.colorado.gov/ag Con+rac+ =.D 1 C9 -7 4 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Weld County 2018 Surface Gravel Supply, Extension/Renewal DEPARTMENT: Public Works DATE: 2-5-2018 PERSON REQUESTING: Mike Livengood, Supervisor, Gravel Road Management Brief description of the problem/issue: Weld County has two different Surface Gravel Supply Agreements that were awarded in 2017. The Board has the option of renewing the agreements from January 1, 2018 to December 31, 2018 as permitted by the contracts. VCA Aggregates has the contract for the North location and this will be the second extension/renewal of a possible two- year renewal of the three-year contract term, contract number 2016-0472 EG 0073. J-2 Construction Co. has the contract for the Central and South location. Due to suppliers not wanting to renew the contract last year this contract went out to bid. This will be the first extension of the three-year contract term, contract number 2017-0491. Both contracts allow for yearly bid adjustments based upon the current ENR Cost Index, which is a 2% increase from 2017 to 2018. Both vendors requested an increase within the amount allowed for yearly bid adjustments per the contract. VCA Aggregates will supply the North location with 30,000 tons at $8.43/ton equaling to $252,900.00. J-2 Construction Co. will supply both the Central and South locations with 30,000 tons per location for 60,000 tons at $10.71 equaling $642,600.00. The budgeted amount for the 2018 contract year is $945,000.00. The Public Works Department has been satisfied with the material provided by both VCA Aggregates and J-2 Construction Co. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1) The Board may agree to extend/renew VCA Aggregates LLC and J-2 Construction Co. contracts as recommended. 2) The Board may decide not to extend/renew the contracts. Recommendation: Public Works recommends extending/renewing the contracts for one year as provided by the contracts. Approve Recommendation Sean P. Conway Julie A. Cozad Mike Freeman Barbara Kirkmeyer, Pro -Tern Steve Moreno, Chair pc: Jay McDonald, Director, Public Works Curtis Hall, Deputy Director, Public Works Schedule Work Session Other/Comments: ee-�� �;(uw e6/tom) ait9/ C l ao/7- a -at /. aD19- CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF GRAVEL ROAD MGMT. DIVISION AND J2 Contracting Co. This Agreement Extension/Renewal ("Renewal"), made and entered into 1ST day of February 2018, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Work, Gravel Road Management, hereinafter referred to as the "Department", and,I-2 Contracting Co. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2017'31 approved on March 7. 2017. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on December 31,201 . • The parties agree to extend the Original Agreement for an additional 365 day period, which will begin January. I, 2018, and will end on December 31. 2018. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Contract Time Extension: This is the first extension of a possible two year extension. 2. Change to the Original Bid Schedule: The 2017 Bid Schedule for the original contract will be replaced by the attached 2018 Bid Schedule. 3. Change to the Contract Price: The 2017 contract price of $10.50 per ton is now modified to $10.71 per ton during the 2018 Contract Extension Renewal. 2018 total contract Price is not to exceed $642,600.00. 4. Supply Bond Requirement: Weld County is requiring all suppliers of Surface Gravel material to carry a Supply Bond. A supply bond guarantees faithful performance of a contract to furnish supplies or materials. Such a bond only covers the delivery of the supplies or materials and excludes any labor or installation. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written, CONTRACTOR: -2 Contracting Co„ Chris Leone Printed Name Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO teve Moreno, Chair FEB 21 2018 to the Boar the Board aoi'7-ou4I BID SCHEDULE 2018 Surface Gravel Supply South Location: (South of Highway 34 ITEM # ITEM PIT LOCATION 1 QUANTITY UNIT PRICE PER CONTRACT PRICE ._ __ UNIT 304,00 Surface Gravel Journey Ventures Pit 24819 WCR 58 Greeley, CO 30,000 TON $10.71 $321,300.00 30,000 TON 30,000 TON 30,000 TON Central Location: Greeley and surrounding area ITEM # ITEM PIT LOCATION QUANTITY UNIT PRICE PER CONTRACT PRICE .UNIT 304.00 Surface Gravel Journey Ventures Pit 24819 WCR 58 Greeley, CO 30,000 30,000 TON TON $10.71 $321,300.00 30,000 TON 30,000 TON Prices will include all labor and equipment costs necessary to stockpile and load material ready for use. Transportation of all the aggregates will be by Weld County personnel. Chris Leone, J-2 Contracting Co. BID NO # B1600027 Page 12 Onitud- lb4+iofl- BOARD OF COUNTY COMMISSIONERS REVIEW/ WORK SESSION REQUEST RE: Weld County 2017 Surface Gravel Supply, Bid #1700042 DEPARTMENT: WELD COUNTY PUBLIC WORKS DATE: 02-21-2017 PERSON REQUESTING: Mike Livengood, Gravel Road Milton, $upervi r,. Weld County Py¢1& Works Brief description of the problem/issue: Weld County has three different Surface Gravel Supply Agreements that were bid/renewed and approved in 2016. The Board has the option of renewing the agreements from January 1, 2017, to December 31, 2017, as permitted by the contract. The other vendors from previous contracts, L.G. Everist for the Southern Location Supply did not want to renew their contract (Bid #1500051, Document #2015-0777, EG 0072) for a third year, Don Kehn (Bid #1600027, Document #2016-0472, EG 0073) asked for a bid increase of 28% which was above the yearly bid adjustment allowed by the terms of the contract based upon the current ENR Cost Index, which was a 9% increase from 2016 to 2017. Therefore, Public works re -bid for the central and south areas of the county for the 2017 Surface Gravel Supply. The North location contract renewal with VCA Aggregates LLC, has been approved for 2017. Weld County received (4) bids for the 2017 Surface Gravel Supply contract for up to 60,000 tons of gravel for the Central and South areas of the county from the following (4) vendors: L.G. Everist Inc., VCA Aggregates LLC, Don Kehn Construction Inc. and J-2 Contracting Co. This is a one-year contract used to support HARP roads and is renewable for up to two additional years with the contract agreement running from January 2017 to January 2018. J-2 Contracting Co., was the low bid for both the Central and South 2017 Surface Gravel Supply. The Central contract is for 26,300 tons and the South contract is also for 26,300 tons. The next lowest bid for the Central location from Kehn Construction was 11.5% higher and is located farther away from the area where the material will be used and would cost the county increased trucking cost. The next lowest bid for the South location from VCA Aggregates was 28% higher and is also located farther away from the area needed. The budgeted amount for the 2017 Surface Gravel Supply contract is $800,400.00. The contracted amounts as recommended by Public Works for 2017 Surface Gravel Supply to J-2 Contracting Co. for the Central and South location is for 52,600 tons totaling $552,300.00. Combined with the amount of the North location approved by the BOCC to VCA Aggregates extending their contract of 30,000 tons at a cost of $248,100.00 for a total 2017 contract price of $800,400.00. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) I) The Board may agree to award the contracts as recommended. 2) The Board may decide not to award the contracts. Recommendation: Option (I) &awl agenda_ 3-13-2.017 &o-f/,mow/ i D3-/3,/7 cap /7- o 4-41 EG ton Approve Recommendation Sean Conway Julie Cozad, Chair Mike Freeman Barbara Kirkmeyer Steve Moreno, Pro -Tern Attachments: 2017 cost B ukdowa 2017 Area Map pc: Jay McDonald, Curtis Hall ScLod & Work Session Comments: MEMORANDUM TO: Board of Commissioners DATE: February 15, 2017 FROM: Jay McDonald, Public Works Director Curtis Hall, Public Works Operations Manager SUBJECT: Surface Gravel Supply for 2017 (BID REQUEST NO. B1700042) Weld County Public Works Department is recommending the same vendor to serve the Central 2017 surface gravel supply and the South 2017 surface gravel supply. The total budget for the 2017 surface gravel supply is $800,400.00. This recommendation is for a total of 52.600 tons of surface gravel material totaling $552,300.00. There is $552,300.00 left in the budget after the BOCC approval of the contract extension with VCA Aggregates LLC for the North 2017 surface gravel supply consisting of 30,000 tons at $8.27 per ton for $248,100.00. Central: Weld County Public Works Department recommends the low bid from J-2 Contracting Co. be awarded the bid for the Central material supply based on the low bid and the pit location relevant to road resurfacing needs. 26,300 tons @ $10.50/ton = $276,150.00. Pit Location: 24819 WCR 58, Greeley, Colorado South: Weld County Public Works Department recommends the low bid from J-2 Contracting Co. be awarded the bid for the South material supply based on the low bid, hauling and the pit location relevant to road resurfacing needs. 26,300 @ $10.50/ton = $276,150.00. Pit Location: 24819 WCR 58, Greeley, Colorado If you have any questions please call Jay at extension 3761 or Curtis at extension 3721. Surface Gravel Supply for 2017 (BID REQUEST NO. B1700042) Weld County Public Works Department gravel pit recommendations for 2017 Surface Gravel Supply. Vendor (North) VCA Aggregates LLC 4459 W Pioneer Dr Greeley, CO 80634 (Central) J-2 Contracting Co. P.O. Box 129 Greeley, CO 80632 (South) J-2 Contracting Co. P.O. Box 129 Greeley, CO 80632 Budgeted Amount Pit Location WCR 139/104 New Raymer, CO 24819 WCR 58 Greeley, CO 24819 WCR 58 Greeley, CO Tons Price/Ton Total Cost 30,000 $8.27 $248,100.00 26,300 26,300 $10.50 $10.50 $276,150.00 $276,150.00 $800,400.00 $800,400.00 Rose Everett From: Sent: To: Cc: Subject: Attachments: Carol Shima <carol@j2contracting.com> Monday, February 13, 2017 7:57 AM bids Chris Leone Surface Gravel Supply Bid Submittal 2017 B1700042 Bid Submittal.pdf "I hereby waive my right to a sealed bid" Caro( Shima 1-2 Contracting Company TO Box 129 Greeley, CO 80632 97a392.0694 ph 97a392.0695 fax Z t. I IO OOi OtW %W [OcO CO" 003 cD 03r— ...... '- ter. • • • ........• 1•i....! ... 4. Z...� i .T. ...1 .... i • {1. 1 .{ ; ...- 4.r • lc . 1 ./ J. 2017 WELD COUNTY GRAVEL CONTRACT SURFACE E- 0 VCA Aggregates, CR 139/104, New Raymer, CO (Van Cleave Pit) • N O U . 0 0 O N U ▪ a_ 'no U • O T z N odd v o(7 T6 o E w r0 r^ 0 C4 rn 'a P C Q � c Q N U o U C o ego o U ` es c s z o Y U 40• > Ufa 3a„ o Urn oo o v Nin NU U • b0 F o OD O < Q N • 6.0 ti ] > phi yy d {{pppp� ^ S = P-ww WWW00 A1010Mp tION�fMNNNNNN�OQNO 00QN 1 - ....... .a)' • 4 -. • • U) M •r •i 1' ..n... NVF:t.1) COI `'1'1" DEPARTMENT OF PL UL(( k1()RKS CONTRACT BID DOCUMENTS AND SPECIFICA l•IONS FOR SURFACE GRAVEL. SUPPLY 1ur2.018 add ..'.)Ik.+ .lanuars 2017 BID REOJEST #9170004 Page.1 TABLE OF CONTENTS The foilmv ng cre:xed fnrrt'S And provisions taws I:r,:eden. e over Dian drawihc^.s and ;up3 ement he 2011 uai!,Jil of tre Cols)' a.so Du3:drtrrrcrit a Tru,isoon At U'1 Stanir' J SJec!t caticr's f sr Ro3rJ and Br dg.:: Conc •Lit:t'rt (S riLl-ir:1 s t3 be ,,3ed w iJrrl r'ister the cnrstri ctiol .' th s cco nil Notice to Bidders / Invitation to Bid Instructions to Bidders General Provisions and Information Purpose and Specifications Project Special Provisions Revision of Section 106. Samples, Test, Cited Specifications Revision of Section 106, Storage Materials Revision of Section 703, Aggregate Contacts Terms and Conditions Bid Schedule Submittal Requirements Sionatiirp Papp Supply Bond Form f Utz LtiD ,,,:'ELL: ':i;.! ;N I Y i✓�'_�r AL!:. 1150.)SI FET G EELE Y CO rif63 Page # 3 4-5 6-11 12 13 13 14 15 15 16 16 17 18 DATE: January 19, 2017 BID NUMBER: B1700042 DESCRIPTION: Surface Gravel Supply DEPARTMENT: Public Works Department/ Gravel Road Maintenance Division MANDATORY PRE -BID CONFERENCE DATE: February 1, 2017 BID OPENING DATE: February 13, 2017 1. NOTICE TO BIDDERS: .:)::IC:)i,.r:t''j ( ;ru ii ;ji:t'Ie aril: is i..N:1.F'r ?rv:l:^.'� i• (:ri';i.t�'e .j :i:`i:Y'.l r. t�t:'i ir: ti' •': Iiy r.+'',:Ifi'., ..,':il!':.; t1ir; 1 :l•t' i+i+11:1 Surface Gravel Supply Trt- .;I:.1!E:ct '1 IE 'i r'.Q'ri it Of .:'J•:Mp if d7' . i t: ?.. I:i i `•[;I': . ':1 rigyt.•''•, •Atl.'. ''.i'..r is t.; t .,f ' .a'_15 ..II'r,f' .,..il' :d .d' 'i 't ••:r'I r. •,f 'Jti' :f: • . ''1 A mandatory pre -bid conference will he held at 66:00 a.m., on F.ebivai.y 1 201 at the Weld County Public Works Building. ie Fi�iI '�f?I!;, 5.i.�t''il I i:i:•ut d d`. 1' II "I Str ?t •i' ICI rec'?Je• �:.r.t' ;l't' ri •;i :1 �:'•'i+elt:'.'lf,;= [t' C.E•:al I;wr:+.l I 1 _ Fjifl I;Iri;, BIZ Psi ...VII 30 I[ tl ii 1'A L}11:; :'f ft.F. 'y;t;. l,c;1 •t,' i�li: ,.,sir i l.tt'�,.i 'i,i- 't .i• 1: ., We 0 �r!n lr,.;11 •.,:r•. ._ t.rri. I :5r ''i .::.., �;. , , •; 'r, ;I ▪ �I�;:: . I ltl 10 31] a.m. on February. 13 2017 (Weld County Purchasing rime ClockJ. PAGES 1 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1.8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. ? INVITATION TO B(D. ::.)uric, i:+,.I.teals b ti i 01 th-; c7ClVb? •_ � rt'r?`.,.i'I 1: 'L7r �1'ii'•-t 1nc:i'_' 'i� ' Jlr:;:_: ,`i.;.,.1 :11aJt,•iln irli'Le. -1"rl! r n,9: , v ::r_' ' . -�1• '�'1 _ ::'t`,• 1 �v "I�c .:l '7 t'.•.. e!.iJt ''t '�' �t:..:ItIP.:I 1, "y;11;iI .'Ic11 r, ; i:li'i t f: .;'i i._'g . ;?.: 'i S} ca :r.: af el a.'a -I'd ^r, w: c3, ior ;:', .)t31 I't ' f '."li .I't i`ii: ii'.I :r' ',L _. . ill �:' 1.. t: l �.1 �_ 't�t�t'j f:',l• :::i'i fil'ri r tr:..rl aT i.Iil__st at two Ii.ic3uuOr1s Ord 'hi: We! : t:oultty . .+'Nci •.t •.... :'.:I'... t.'I'. , ,u ,I 1! I;tII x i:Iil . lo(ati.:.l under i. .:ent s..c.4:Ar''o i!'t; K. I• t..,'t.2t.t:'c.`:itr at i: '.`i:i:Iii,r.1: .,l.uiu. 1`:a '.. _ t'Gove i_'1 ... -I+7 :rl � i:�i cis a nicinbe+ nt BidNet Dire:1 IildNet U:rect an on-ttn•:; r:ur,f catic:n system a`! It', :.�inr_ u►ilized by 'nuirioly non piotit anr.! y .iverninemlal e.nrries Part,. rt it'i ^ f:nbt+='• pcpst th , .). li: prOpoS.)Is 1:1denoLinis and 8:":eirds .)n tni' Onto cenhr:�:z d sv� l: - Bid Delivery to Weld County - _3 methods -•!'�i -�1 i ::. ta' r• ; c,I a'. •' _ I I hereby vvaive my right to sealeel yid I' i` ;i i f.. . . 'r ;Jr, ;• ,'. - 'r:;? t'. •t 1a i I ,•: ','F'; ... 'I .�l subrniuniaIl hard ,-.op; s .jt '! t: u '.1 cr'•1ros.D. F-acsirp1,Ie ri=,!t',1 I;. •_ . ;''. I'! i P.., -:1•31 •.1•••" her -.by wat my rght to a sealed bid ,- , 1.-.. •i• s ihriuit i 1 iil hard ci)plft:; (,i •1 . +,.. M,.it' UI H.a!It! Ii,. ;iy i •i_. , '• 1'i• '1-• i :t . , , " .... . ,•I i ?it f., yt'. 1,• •'1 •• '1 l I:',. .,. Ii.• ... Please tail Purchasing at 970-336-7225 if you have any gdestions. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION 1,:.1-• :i di lei.wY•,I:II :'I •; ai ir •1...- I ).• :J'I!1.�I I '.a'.!' •i•!& -- „_' ,' ! .* r.- i•• .• r':E -• .. ,-' u-:- , ll'.i •?1. - . 4- , :r•!' t+ -II: 'i;; r':'•li. f�"'1=: r' 'I•_ i - is'• • ;+ . f ref !' .r' `•I -.•f •-Z ., • 1 ,• .. ; ! rl'- Cr r - • :1' I r -v •. .•i l', ', .',t •1:' .'.I :,I;.' ti, . r '.I t1 :1',' 1` L' ,•i . I '. -I t ?,:.• i ,.. r i.•:1•1;. :r' .:rt_:�i'3rI.•: .'i: ,,r�r',ll;, .. iir ) '+Ilc 1.11' t c 1 i' .1. ! t1,..:1C:!.'e.. ir h.r'..r ,r'. , J!I- :!-.'1 .i'+# •,:,i rr,_. !: .'1 .. :''i', .. i. -IT ..tr : • .. . `'ir.:r' •, ,7 . i._ .,s •,••••,--t . , - i. ... i1". 't ..'I=' r-li i 1, ')i .�i' ii!:.' .: !!'* J.. .:'.. :'�•i.il _ .:r f:,: rr: - t:.' .I I , - iii .. ••,•‘/:•••-!'• %',c,lij ..r • '? i ! r ( r I _ . . ^t • . _ :-r . .. , _ n' -t. •i• ;1•-i" •iii 1 rr r . t • -i' Ir. ;t ill .••••/: ,, .n •. ., t. : r,.; ; - .. -• • '!•, :fir. , - ,'i ! :cl "' !!' eCISJil 9nl r:rl•.Icl =rlF,. d')!e-• t: .._ . . :;I[ dl . r'1; ._•. •jl!':r'. !rt:_; E_1r1- 1l.'+ riStl ."(/tr: '':= is=i:1ti;'. •_. .•1i J: ,i' _'1, i Ci I;)';;1 t? i :t.',:t'` :f' C! t•: :!, I:': i .,�?:•'+ •.. :I' 31,):- r t' .�:. ..'F' f; 'i" :f .. 'r' .. _ tC _ • ; - 'i:' ? 'I l ! (1t :, co:. f' : -':r'1; <- _'.tF .-,. . . -, .1 _ , .. ,: E• i' ! •, ._ •• 'i is .' :1•- a , i -I-. I• . ..T . . M-•• t "I' • , 1 ' • I ?; a .. . I t _`.I .)I, . t _ . I r.. :I ' ' t i:i•1 .. ...1... -fit , • ,.,..'. _ .'� 1 r !I:: i r ! .i i .1•i •-1. l''r:r.l,.'t .• .e . , r . :,• . , 1. • . . !!•:;!.:!.•••-t: !. "? .... , . '• i'I r*, .. ' ••_ , I 1-r ,-i �: .. , - ••.•J•.•a+„ `1-;i' _ :1 ] I:. F ;1 �a ?I, d'•.. !' 1'. ., � 1�?+.1 =' L .. , : or • - i 1.. ., ' , iTl. t ' i , ;•- •,• li :• i . 1 �.+ ..•I:r ,t '• .1 • . • ..I:. It, It - -*, t'I .•,' i A r 2 f a a rt 4 SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS r -I -. Hi::: t, =i' „ ..-gym IC1 sr rr.1 :•iU c'n ngnr 5i '� I,. v4111 rev: 5 GENERAL PROVISrONS F .iitd Availability u` F Confident al Infnrinar,On _ Governwenta. fmmunrty. _ man_,. 1-1.- rtdFpencicm C,-Dr,rta:aor. 1 rP "'I 1- ,: r.d'lI �JI (1 J.rot, vL (dc. Third Part1 r7rrr t airy 'Err wi e -,t Si rr _[' `": . J'.f.s 'Ir'. , [' j t•_°: ..i [ I' .'1, 1. [f .,'r'€tr t"=1 •,r.:' 1 _r 1!'J .i •: h Attorney Fees/Legal Costs. ' ' tsar: 1 ar,; ;'1•� : �:�':L'��'ll :',1.14?!" .._': ('?'fl r'a T"e , ^!"f'.9r', /.-•4 ire es. -1 . . r. E:r1 '•' 1• :i' . t ?Ail it :/! I'I- Disadvantaged Business Enterprises ifi r. :'i .r; ..... .. :'i: •)•' li '� f. �:'.. _ f . r.f :.I _I'.: . '•U [•.' .1i -*,::It ]:._ 14 31.] ?. ;11,:.'II r` �I i i;,l ,, i1 r' _I ,'U',1' t ^,i': ,t, :i t ..• II •C .a. )( (ii{ci: Ili/ .i! .:f_ r':. ':•r;l!ir"i :(Sr Procurement and Performance. 1 :.:e -at..:: i"ca-•r 1 .:.•: r:"... fir t1i:n''.:-llti 1.1 :r .c :t, J l:'_:.j- d =? L. f.`I.7Ji'.1111.• 1_ s f; ,'1rJC r ':fr i f 'hrf E: _ :i Si? _ .:�.t ii. f tl:., 1• .r . 'i i ' J 'r'l . 3.. I: T:'+: I":. ! )' t', ;7'i;5 •..Cle3/.I I?! , ,.) .nt/ riic']• ri- i, .1 _ '`t �!,: T . : • . :1,)". ..'.i. , ..i• r 1 rqi."i - 1 :! ,-. K Terin' ll.r i•.,r.•I Pis — ' 11ii ,r I i' 'iJV .:).lf:'j :31':1 . i' t. rl".. :l.i': ..'r:1 I[l._ ;Ind 1',ri ti .. , . r '1:''• :a''i'r'.'r• i:. i:- ."lt. .•�l:', t i l:i:f11'll?• Ternllnation' i.. '3,.[,'r r-': C ?: 'a:i• -r L. 1:' :.I' , I '•_ `?'•11!11:,• rt i a.,. i. ... i'•I' 3t^s:': ;i' r]ii� ,:fll •',s''1'31•'. 117f1r.'f. '.iri.::! d !1.i t?II•'i: I', h...:11 : "•7C: twit' z. :If "I•i •� �: :'; ►.•-'' ^,1 Extension or Modification' '?'l; 1"i'I•;t',1" ,r';. :i fi ...,I1 f:.1'; i'. t'1 ti' =: Jtl'-C r':: If a`:31 Li; !'.I',:1 S'_ c' t,I tll . arf!{; ''i" a;rj i.:: 'i .. e.:.+ ...,1f .....fr: 'I •'1 . l` E=�f;l _lcMi' WC: '_•) ..:.t I!'t;l' a,' rlr.] ... . t:::.:. { ';r�;•l: 1r:'•3;••u': s1.{I' _•i' .1.. ,i.. i.; .,i..=:r;:.l - .a'f:i :fl , .. _.• 't t•-..,* .. !T' M•••`.1111 a i' ,,I e is 't t.1•., l' r .'li•. t ..'ll:alr i' i' !:i 1•. .'=1: _i • N S.31) ontr 1(tr)I C' n: ,. .: ,3r. t: J'':. • d.r:n:i:; _7 y:1 I. .. rt c,`;r... _ I' • rc'I• 1f +il_ .'1 f` .. '`r „ 'F_-ITi.[:i' f.11 it::• 'ir+ i '1' i'1 ")tii.,r 1. , :t_: •-•[I.. ..1(.f:r'.'••V' .1 l i :;r1". r ' "]i ! '1t � 1f-_. '11,'' - r .. ! r, 1. 'lt' 3,:• -,L -rr' .'; f.; 'r_ . `I''.J `, lfi'1ic1.•1 :Of; ill,' 'ti ._,I ,, I,. •,1 .'1I' , :.f,.,E.'' ,r.t, '.'' 1 • 1`I'. I'r•I i'.i -i' .113• .1 - ".f - ] ! r"''].1 'I'.; 5:3S•9'1'...1 i',t7 r �:� !•a Y e r'1 j•fe? ..It 1 '1 'l: . i'i 10 r. i'T .'1 ir'i •:I -e!; '� :i... f '`? , J '+-/.I'.. - . . •, .: ..%; 1' J'.ii..l f. '...'1f', ?., 1 IiL':: •f + ii _ !.`:'.: :I. ,,s. 'i•.'t•. t'f 1'T?:'I 11' _ ,'1' (' r: r• .J . 9•1: :i!. _ . _ .J.: "r.:. .;1 ''1:, r'; atu': -1 1;, „I• - t• ..:I . 1 C. r) ;ii 'r� ..' _.:3: _ 7 •i'1'I ty't.,! , s.,l .. :'.1' l_ ? 11.. tl: •i �: Lii 1. '•. 111, r , C' �1�'1 ,I 1 i I ' (so: . :t ,_ '-I' it :. if:::•1 1:. .:,., 'r' 'i ti,. ._ .,. •• rlil:'I' a li:i t' -•-•r i l_ � . _ .•l. i' tl.l:. ?,V' �. `•�f:L'i�f jt : �..:i 1 1: r 3::CSa 1 7 •zI.f ,• . I':1.? itl,!•I I.. 't • `r :I .!:'.. '.t1'.1 •.•'•'r' -'� J7r'I'. .:II.I:l.if�.. :3 . 3 Warranty 'r.r r • ij1-1 1; 'C;', •.,arr i lr-• !I*•71! ;IL ::E;.i j:C: f+ir. 'r:iJ t.'l its` tr !:-i \Ur'F IY .;rir • I C. • . _) i''.i. .ICI ,. Jl,.rl it 'A'ITt t'-_ S1:)'i"'.?f . •;r'. .•I,. 'I: ...f" jc''V 'J :?rti thr, I t:ii' <".ir �•'!'i`a"1 Ti -:,ii,l- •. l';t !i..:i�1 I't:1 s.,:)t' .i �" 't 'I'::i' I!: .31t1 't. il' it-�:�! 11 :!I'r:r:�_ _ al':!' 1 '.il.a !f:;:r1 : h:r5Qr`."' • . 3 ::fi3$a,=• lJl :i- a ..?ra:U_i' (r�.� '11:71'1 '; .:01 _ S:.:'1t vitt) r` I'.1,:ry ...^i: ;1' .ir'+` ":i 3l ...:1'ti :v :.II' _;r1':11'rr1 t : iF'{:,:. 3' )Q t i'... : 1 Ii) �t:l l . _ `.1,^ •.•.; ...... .. (',.r: •?1 %N1' ::;lt','ll .1 1 h.-. p1.11t,:i.1 :Ji-:!:,.,:ii•1 ?'� .'.t •sk;1 :. rl' :'r'r :y :'1� _ _ :". c'f' 3r:} r'". I 'tl .l :. r i::l 1 ;.::1. �•1 ;1 fir,. rtr'..i !!'t.t _. .1 '.1: '.: ..•r, .._:- :J; :I r. .. .ot .I 1_ ... dC-. •:y'I: ._tit: , t'1.1: I'.t rr'r: 1.: .r::_' ; .r i ... 'i !._t' it:i+ 'j. t' !,., it, !'_.. 1 he c+1 51'rrc_ t_, tr.t.: •r: 1i.'1 . .ftl'.; r. _ 1 r! _ l•• �I, (" ut : At, ..'r_+;:I 3i',! l ']� dit• 1'1' ri' ;?i i :.-• is '.?'_ .�: ....., Yt.1: :? :I .il.t 'Iit r' 7 1 •.ii ;iii. r r::. -i I ii rI. :,.r1. .If'.'- ..11 l''. L.:4•I� tr!.. _ _ .. I'.. c!I `'. w' • I'.- t.;, E•s`.=f'.i t: ;Id '.I ..1+,-4 • rti-'at i .'I !rir •'r �r, i'diel ! '1'i .'. tl _ n•'+' 11:•t• ] r v•.i .:IL.rI'f'1a i' ';)_l: . , if •st I! •' ;ij ce.. ^1' a•� �.e '- fir. t r�'•1"il^ ril di t?ii"/ .'r;l•"r• .-1 I:-• t.r .1'‘.!'-%.ri 1J• • ,:i .a`I? . U t: 'jC•.'.t'. ..It•? 11-..t ..i` . ? t r: r . ..'I• . ' ( I ?:I:la i +}L, 1 :I :`!:.1•. ';' 'I' •i-s t 3't I'. ..:' F:fl. .ii)I-:i : ,0.:t; wnt.:1t t l %':'t:. ii ' i, ,r 1 • Non •Assti nment; r t., _,.;I r , 1; ai r., ;I �: .. h.l-. �y v ..... �1 rrar:�r; s,•`�.!c,,.7tr r:1! any •I 0I ..11•-1 r Itirc'.. S.! .. rill: (I•_ pi;,,;r ri! hews .? )tt- ,,. .1 t'1 .'J'_. t: • •J.V!..• t.1'•.•1 .:! i.'. '1 _lI '.tl, ri'I' P L� :�(1 _?...74r't '^7i ,1'11!+1 .:i ... fF' ,riU'i ... .i 3 6n•' a;a1, r• ,,' �' Iii 't•la'y= .I! �:i:'t'•r=!•, . r . i-�.. I"i; g: ..:• rt• ..:i: ,. s.c.•• I:I L.• :'1.i. ...c •1!'. j L.':i r-.1'* .,•1`II �••.1 f.' ,.lti .:� +} 1 ( f{. t' ti n•I_xcrLiSIV Agreement r 1,.. ir;''i •, :1.;'':t:....:: J'"1 tit r': %'r ;:•C:' tom•. . . ,1 .'_... :; t:• '.. . ., 11.':i4. ::1 + j :I' ! �'. ..; Emtllu-1,!'inancta: tntt'—st'Corsflir'.t of inte-est •• C.R.S §§24-18.201 -i sot,' :mtJ §24 50-50T .•`,•:'Ii -ri't !^ t:1-:'i'7i!- �;1...= tf:'it .:+! ..! ..1 l:i:' :,: ._�...I� :r.:, - ^;�'I r` ., i''i +.', ihE:' • . r•1. 1: t! 'ri.- - '.i= _ it' ._IC:. �r•t•:,. I 'r.. �' .. C :)' ,1�.7. f. ,:'i :'I _ .., t `=-' l`. '. :ti` L 't ..1 'i"I- - :i: '1:)t .A • .! .f , :1.3 I �� c.s •! '! :1111'! I• .. ! 1e;i' .•I, i•s,'f' •I.rI1 L.r :I It'r, 1.:1•.1 t' i It;, :..li. I Of .-'V I.IL;J 3:'t i'' 't'! S!..• . �; :r' 1r1' rlf-•- "r'••• . .` • '!' ' 1 -". ,. .1 ..:1'1'1i . i..I• 1•.1 - ..1•' -• 111.• - ,1^ •1 .il•iy f+: 7:i')I'.St':IK': w.') ct'. _1ct..Jl `r •^.i 'r' a. -y ...v3y :,:?Fed to +f1j- . t .eitr'1 ttie. fu•l ,: ', t� 1 i i%11;f_,.. ;f t . ,{ ;'l,lt.f:• .. lic: i': f1y� ','.' -:rn; E' . ;J: G Cq tie 1 %wat: ( ` I!$) ,, nl. •il,� ' :I i:_, :! ti . _,It r r � )la • i =rfF!1:: 1� ti. • .'_; I. 1 le I;J r: !Jft: :'t: d r?b •.'. : L. U• ._. . f li 1•)' :1 9;f: ft-?!!1'::lt[;3r1 n .t :;; ..�!, _ .•?r°. P., .. .;d.Prn .:. '7•?if E:-� f:f tl' = �f1.{ .. ,7 7:: f:,l'i i i'• :� ... ... G' . 'i :;ii ) _.. " h [}:). rl.Jr4,illr ei r?i ru i, :1Ct:." •)I :,' t'?II !1',ill r:.at✓'•:r: tilll.a;. ri.. L1Us°v!�e the •_:i�_' 1.::il'. :7 ,:il.l!i: .1 . .: '-t. �::)t-:'C"`:+`u l: li•: 'Jf. T Severability. it ally ti -"ii' .}r c;}.-.1 i1_i of t!. . 1g!eerreilt .,'13 be :1`.1.h to be il•;.'111:1. !EF aI, J' •I'l;:-It:),Ce!h e r)y' LI OL,'t Uf i;i;•!i i. tr;n1 1.ii:'ic ,:l!7') tn,;:.AC1rL•crn.:rl' anali be a :.'5t'uudi aria su. 1 p; C',is f: r. 'n tt:r ;,,rar: t,..;t th:s Agree•rer, s ti'i±'i t a; ,? n' , ' . it!1:r tilE' O. 1 lid Irlr" I:'.::F t''e o_irtie5 Binding Arbitration Prohibited: V.,,ct [i (: i.;.:,ty r t.t i31 :r, (r, r'g )I:)itrat'oli !. / ,l't'y+ t.::ia tG'a. Gl, body U' Oer3<)!l 1y I,rr:.'is en '.i iliE.:;crtra'y ,,: ti'iL i:i;'itr'_i u' ht;'7ri):)(.-1t''CI : !'III' Jy $nial. Ia ni.ili •pro \ Board of County Commissioners of Wald County Approval: Tilt; Acri':'n'r::l' Simi I not Li,: v.:Ad I.r 1 t'L S oi'.f r.))'tht'. 13Ud:'J C't I. U'J!lt% 1,f.:'ll'lli5t± Uf'L.! i 01W4: ti U:iu:";:y C:t.),oraLlo Of :+y r„ Or'..z!clrkee v"Y Coinpensation Amount: L''i.1C,"i•--, I:::n elrll')i' of '•I se!'v ce d rl Ol Ir' _ . 'an 1.: ,.!i.,'1'! it 'r'c :. t i (:.3 y a'' .:!r'4)C. ,. ;IO �li..Cit'}! tn3!1 the 3Ini)..Ilt Of :)-'1 it (' .:t:'..F�,�. •�. T; -1.." .11: I' :.Y.':.l'.'. Cif :)r :!:I t' .:V.•r't'r ,I. , :] .. '.�..1lt'. .'1i:! :hall:: •..-1 .. i't- :1.1'-.I' r:'!- tr'. •? ..... ... ti ;Ic' i:l, =it -'.'ir::'I'::: Ci' n',' •i)1:T1a1 t_' :)l.Iti_ ! Cr •`)P %/Vele ,iot'•j par,.t �'f l'..i i, li ':i ...•:!• i.?, .(PiI f . cri �,7 r.;!'i- ) r!.. :i,.�,'i •) :I'. .'V-.. .. ,ni, X taxes: °lty -o::V.t1'!r i.)':) C+II' t '. tt'J' .: ^riles 1.'�!I•J J tti 31St] .' ' .. J ;f?S1t. L•I':ii:rr to i.e S. .. ; F'Sl:f;l t; , tl;t lie '..tpert.19 dial t:.i;illleit A -**),a:: c 1r• p•.,ry t, i. it a...,, n;•. 0'1t 1,-.•114, t..,i•r•= nF ..,a! •3f:t ,_' etittt: '•_ TO b:i it ii,C`tii . :1r-Ii),C.r 1'..I!:ir: ! ii;? (::tna ,or oY)'Y or.. 113, t,'_.'_ 1•v r':ting 6 INSURANCC RE_QUIRLMENTS c_iw:ie(al 1.:egpiernei1ts L•.rr i.•. ;,l,a:Hl• !•:.. ' Fl: .. : : rE3' '.r. - o w,• ' ,itiou .;f •.!n, . g!, -;t -r', .iii it ';friti(;r:.?•111.1'ir ',t .'1'j J,'C`,%: t`It`. ,.is' ?11'13 ,I l:, ..!:.111GE: __.. tlf?,� •)!: ''i's _N• ,I.� r•- • , 'ic'�'J,,,' .,1 t r'"'s •`'{.!��' :i.I':i :'�. _E .ti!:I.:�rS ,.':.11. t:=_,. r�r ,..:;. rr?d l` i;._r:7r;^i:' l l , . is ? it (-17,:.! At Ail t,ni.:=:; 't.l' '' . r'1'.' 'r',; ti? :.ku(::i3: er!. .I' :l' l 't 1 tn:!!eo? ri'ICI uu• ' j ,iffy ,.:,• .,:t:/ I-`':`i' .(; E Iei:t;i'I -J3 i;i .f.)i1'--. .:1 ilk ;!':S!. :•i ,t`i:r-. Iiy !' In. I, (() ::� I";,.i!1•�S.; i r'.l .'Y :! 1•. .•i ': r'?i1 r•. I: try:.ii '.i�,t!IF,�iI i ,i i .. •`i� .. .:'r'I ...a.'ti S; ', .r tj .) I )')r :'ll =1 .-)Ii•: • i . -! "' �i:�:I?'�'il'c- li `:'r3i 13't `i'lf:..,'1 7r j `.` :''1::--ll:!r';'^ 1'",'i•:?ri.l r;''. . I'•. 'm'.'.r'L.'C: _ :r'J.J•J r ar I.ji :. .. . ,.i.. _.. .1 ,.--t.. _ r .c' <I:.i .-t:i.il' _ lr. L /; .S .l l:!1 ..:N;, .:'i,a .,�I':l ;ii ,?�' t•,r .i-' .. f I a''1 . f ��r. 'll .,.>: .. y '1 "i`"11 .' 4'•: t! 13i " `iCa/S c'•: ;i lc; si i'1 ;.t' :' ai,. is :): art ,:i _:I .'I :-6r.La;'i'�I"T , Li•I' .,:'�'')! :,'u:,r',,.'r ('i. :"_' _r'It. 1, lil :])i.3 I:.; :O`' ! ''I ` �f.t t C! :tiL:- }f .1 .r: r! • I 'i'•il: .. Worker, CGrnpersatr)n I'r s=r:an,�; _� - Par) al Gen+;ral Lent 32 (Y;:.) ) i 1?t'i •.il :1. ) :r'r srllcq rl.n y Automobile L lability: ^ySt.,. racy ) i.7 r'' tr't.., n, i it 1 MO .242. :.:' LC'.. '•uri pe' per s:r ,, •''I:Il1. :iU !'.C'i•;.iy II .: F•.i:. i,:^.! VWA'-'I j i .•i\i .' (li,: 1.21 pi•-.DC'.'tji tC: a I • ;i?r'.:ir. :'1 1,.':11'• .:I .. i.. '!' :Jf :,, ':!'I'y :).•'.1 � _ .: .'.1 �: tar :•1-.M., C:`:.j!'It.,..! :•.I;;;•.1 ?ili(1 ni.iri-:]vw ec :'tli_ _`' _ISC'•1 t'._ ,`� 1';fli 1 ):,• t'l . I.i: .i•. E.r.a iECi.. € ,1d •.3•?' :'�:. ! t' - r..11(`/ .. a' ( •ne:"t 8'?'1 sr'.)' rl' `', .its .:III : :111:.:'5 [^ t!ir-1' :i` :'p3 JS ni;;iy i; .:.it '}ceo i=. �. r" :1:1� ir1, f?I' `.�? ° 1.:.. ' I r tl_ e r c a 1�a a .:e ' � at a': _Ir . •c c.o.: r, i_4yl- Vii_, �, pr',- e: (la T1;)f3C 1 .iir" ac, -,,:•;.V.31-.1,_ !•a ;rl is -1 t:G'I`i�'!: I: j 53 :)rl;%1 r)::,tiatirr .. .• _I' .. -fit „f. .'r.i .. ,f'� tip ��r�'::1• <<'r f,,•r • fl a !��• J•.' ii ::I '11Cd r'roof of Ins_!orce. 7r Tit t:; a': : !r'C Si. P=s?.. .131`.?: ;•.-3•i je a :� I'1._.'a.lir,• "e I.Y.: _V or atl'F•r f:rc -.I f •I5, =i' '.'= "'a'.!II'r'•^. :% rl'1� . •)l.i't.. s �iSk Sl'e11.:1 C, Adchtlf)nat Insureds: {' ,r _.j ''C it II 1F;' It; ' c •-�s-..�ir�' i a^ t, , ,'I .•,..••••••1 IPy3 ,'a :' r,• I'-)OI f3C l!t•„ <i l'. in, :lir, ['.1;1:;?' .. 14.'. ?r f .i �'•1' t"'j' �'� al' .irl/.' i .irl:i' Waiver of Si.hlogalion: R....! 11 ,i.:,•1Cjr.j S. ,_sfi;l l .,'1'';1 .. '1• .,i'r' 5)31': N.iL'rca..:: )i1 •grits Suhcollt:actor All :Th:ixo :.1'• :1 '.1' ..,1:; .. �-.. c .. .'1 r:'( :, 1' .�ll;. �rr'l': ii �i'3' t:wr SL. r..._.;t I') :':r1 a •J : 1,^ir: _ .� ...f'S�.'. f tJ , '1 ' li d.�t:�.l c.' 1r _ . _..i_i i) ir't:. s c Ii:.:CT:i'fl,a". Cc rt .3.••C:1 j ,: f . :.'�'�:'1fS ti.0 :•'+ 1.- _ _:!' (•`fir r-1 ' r P� art r1S. l�.f ... n IrS I. 3''10.5 ' icilr t.a '1 frt. ''E. ..)1 '�•. :.).a+ ..3 ��.. ..'."_.St : 1.: ir10^ ''yyi :; rc, •:it.. ..:? iJ• :'1 .,.1'•�rr.:.=+ f.. "iii �.<;11 ..,. u:l! :i.'t-.I':;, ,l•'Ir:(.?: i'i E:sir ;}:,l"i+_.I ':'�' ' _ i� .. '�JC•v: :E : F� '� ,)11'f: f_ ll'ti:'. �t.G'1 f l t:'rrli.3 of 'hi- A:.. l t'r': dim '�i'3 2.I..i :i l !fl 1; rr1: 7'71 3 P.c t :.icr f'7,nod 11 f`:c'5'):r. _� '✓.) t Ir! 8,ll !::.i'..'1 Of ,;41' a• f.:"'-1-- :.} I•r..,r '�' i-• a li al i'l .)r ::I . '•.)fir? i :,'•i1t 'r' -::.'i!_'.1.1 t:9'.) i1UIi?i•l ( i in 3 'c:i•.'f PURPOSE GENERAL CONOtTIONS,SPECIFICATIONS, ANC) SCOPE: I. \1 ,. 'rt I i t I . I.. . . : 1 REVISION OF SECTION 106 ,,AMPLES, TESTS, CITED SPECIFICATIONS .u�• t:? ;I". i':Ir'.:;r:l Soc. r,_1`!f}r.. it, h.• ,'y rr'b. , ,I ?:J•' .1., , . _.. i ....,ri 11 •. 16E; ,":; It.. • py;,o •1 . I I l i,..if :;q ' .':f'. 't;• ;3't.!.: Ill? : , !.F' •'!.' .l It ;tom '1:.11.+ •I +t , .11 :Jr±+ i N 'A•dtl 111 •.+ I .l fl :' I c. .;+ Ifn7:ll.t , :•t'. G:1111' ..Y tr,7',•il'1.. •`r�_c. ,..:It. y t't :',: ••v I Ile 1.t6..,r r: 'r. tr.: ,,..,pa .ridl�'I•rf� 'lt:.. .,.,� Y�ll.r;•y i_ill;l'af1Cf (l�'.`cd(lUY_. >,l:. ;. •flr. _•L+ ':)r;.:a:.,. If( jt'. {„ }r • n r :h M•)t; _ {;� j I. t''r!h r 3 [ ttl.lt 1..: •i':1 t•f : r ? •: tt'4t.fl} 1!}E•tdc .7i the . 0„t1•,ir i 1!1+ "Cp. ' t' r It '?" `;i ,t ., f.4.`1 f•'.fr.' t°. ..: ".A(.' '_.rda •',? 'CS"Ii._ f :)P G; & Iif; b'to .,tl'... ..A Atiidi ill • I :l; '.rr:;J ^:'t 't '. REVISION OF SECTION 106 STORAGE OF MATERIALS •!I •1 1 : : •.r+'. ,,1, 1!'' )r J.Jr: IA .1 I•:1. • . •'.•I., "Yll- . '5!• :'I• , ir'ri t•4 :1n':•? :? t.t' .i.1:.;4 ;' :l t :ir` •.call Y.' 41.. .t1 7.:21 1,11 1 I I.,, t .: •r j t' .; ?':: ti - '1'. r -'i • t:. .. ,..1 •I ?'1•r IS' -I, REVISION OF SECTION 703 AGGREGATE Surface Course Aggregate t)elett.t ilvl; tQtt inc4.i.g T;►ble 1033 ,!i d substitute the following r .r• i•in h:1r;1 lr .t' : • C i••11"ii , Jr frdt;l, •: r11+ r! • ++. I+ !! on:.4 r r'.: 'J .i r:r L :Iz "+:: I,i I •:ont,iltri+I►q rrs the frl Los n;+ge,es it , •i;:l ;,;1<,+!f;: •. rna:t. ,2' 1•rictut.+.•'r+.t•'; +i'ir+ .i t11r1'r. AS_Ttv' r? �• Sb_1 t-rr r�n1.r•+, -.; r�r'.Jn-1.,;mi1;;YC,11Ic,;';a; :a; I r t!;,'- it AAS,I'Ii F ... ;; In . <.�t i�1r1':r)n ,i'ld;i.Si �.I•y i�Iri:±q. AA,arIFr0 : -;I) i •coei Si•rt_t, I' ;,I..r•' •r F,I• r i.rt Pr( ,.,• ►i, II. ' .! I :.at lrrr•tkt -7rr ..01f'tl 3 '• f'.irrl; : ! e •r . n•J he:+:•:�i + .url!r•'1 .trcl C'e•i Or• .i .-.0.;to f):17'.'•:)r1 I r ,ia.(?� c^rp r_^. I?:+ .ino ? 1rLI r., _t"iP' is ila+•.e.,;1ry r , ,t[_urr;:,.►l[' r11.i!. ..� .. _.,_ �':. NU •i. r„ ��' :1'.I r,1'1" •1 ..' rl•l; :r.ii +7� ,-t, •riP,! .,dll+I rllrG I)c !it •.•r'' +.h leYt•: .1 In it ;‘,1, Table 7-8 Target Value Ranges for Surface Course Gradation and Plast city Index Mass Percent Passing Square Mesh Sieves Sieve Designation I.E. not greater dun 35 I.L not greater than 211 Standard Mesh lmmj fin) 1.!•iJ ,1Q 6 I::I) P.; uu .r, .1! '10 Iiu Cass 1 Class 2 Cass 3 Class 4 Class S Class 6 Class 7 l', Gras eI �1trtacu+�, 0 i :_ 1 • I:., t 11) 7:,1. UII.I r.i' a Weld County Contacts al.!'',I Utl f?i•adiE t! It': hr' t n!''1 I?r:!:c'!f:: _. tttJ Lo tr'"' t) Joshua 1. Holbrook - Cor•struttion Inspection Supervisor Wok! C.o,inty P„h Ic Work, ''1;O) .3f14•5496, ext 3734 Jholl;roclk(a!wr I!hµtiv ! nrri TERMS AND CONDITIONS: Curtis Hall - Operations Manager '• l:I ?!;4 74 r� ewt 372 f •. ti n ff;f :f) t:. i l:'.t ;,r +ri ,i: ,. ;hii r,,; '.C,.I ::u Sirr c 'I :r'i I be ":)f'Sicki 'I.1 ,i' rl is ?••,i1:)! e`..• Il i.:, % l _l ,r y?.1 . 11JI 1'. : r'tirtt .1 1.. ,,. '?I`• A• Atia.Stnlr•I'It . rt1.Jct ii" VPf:'. ?(1 hV It,'•I i1., .) ....., IL:.. ..._ .. ;) 't: -I r;<I':t +: .sl.., L11S +.it •.a Crrler ilii(!.:; itel iten" y .r' I ii1' i in IFIC or gindi t„St •n Inn t4i'., ' St iii: r t Pi '.t._>rtt ."1 reglo,:; tr,,r cI '' i.?Id Court,' rho ( ') '.iy uKf!:,ist:' t.hO I, 'A! br n'.. ''l:r'. , 'tr r.' �f!. rr.:� n 11ht- +nAirleet h MC.f5 Fn,. ':.i h: +"! • C )`t i. arz fr:I iI P n•;.(: C. .t' tCOt', .. ?' ;).'r1.:Pr ::, :r :'..,5•..r:: i'"••e'd'i'fr'r'rdi�ie°i (L''i. �. :,'. ie'i, ri!" .:... �; .... t . ?t "):4C,"' e:P‘,Y.2S ia• • S: 1.1M). arPr_i, xi Fr 'i' ,'j 1 1 :,•.;^l'y 'rt;1 i3 t na. 4)1 : f..Bt 5 Ir I. ' 1.:: JI'.: k .r.. _ s:l.+I:i 7 :)..,. r.• t..I !rot t if : tl'-' i:i: r•.• ,'i •.. , 4,1 • tied •ir it+`•1' :b+111 e{li)FI.t tr+•:;•f .. • I' '• r, 1 Ill '0,1' ": ,!'9'•,'.i'� ILIr BID SCHEDULE 2017 Surface Gravel Supply Central Location: (Greeley and surrounding area) ITEM # ITEM PIT LOCATION QUANTITY 24819 WCR 58, Surface Gravel Greeley, CO 80632 South Location: (South of Hwy 34) ITEM It ITEM PIT LOCATION 24819 WCR 58, Surface Gravel Greeley, CO 80632 30,000 30,000 30,000 30,000 QUANTITY 30,000 30,000 30,000 30,000 MM! TON TON TON ION UNIT TON TON TON TON PRICE PER $10.50/TON PRICE PER UNIT $10.50/TON CONTRACT PRICE $315.000.00 CONTRACT PRICE $315,000.00 Prices will include all labor and equipment costs necessary to stockpile and load material ready for use. Transportation of all the aggregates will be by Weld County personnel. PROPOSAL SUBMITTAL REQUIREMENTS: Please return the following to Weld County Purchasing via the "bid delivery" instructions described on page 4. o Complete and return signature— page 17. o Complete and return bid schedule —page 16. BID NO # B1700042 Page 16 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth In the request for proposal for Request No. #81700042. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM J-2 Contracting Co. BUSINESS ADDRESS PO Box 129 CITY, STATE, ZIP CODE Greeley, CO 80632 TELEPHONE NO 970-392-0694 FAX 970-392-0695/ TAX ID # 84-1346070 PRINTED NAME AND TITLE Chris Leone, President SIGNATURE E-MAIL chrisleone(&i2contractinq.com DATE 2/13/2017 "THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS 898-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. dais A) % biddo:44. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld C. n y lerk to the Boa d WELD CNTY, COJ4JJ DO BY: Deputy Cle BID NO # B170 WAR 132017 Page 17 oZo/7- o*q/ SUPPLY CONTRACT BOND KNOW ALL MEN F r '^31 the SuNP'!ei i the•e insert '.ill name 3;:d address or ieGal t tie ds Priucipa.. inere'nafter c.iIICJ and�_�— --- - �. ,is `..oet!, -af`er ca tee S..rety1, '"r:r♦r n^•L i f,::l nano& s.J address rir eg31 t tee r:' are bele .anr; `Ir'T,r bc.l':~ onto kitielpCoulr_as I.:[: gee fne'e'13fte ;i led the B.Jye I ''1 the ,Ust ari of .Acre rse•t fc l r::lnle an:: adore:is c; legal t't'e of :n= h.iyer; 'cr the payment of `Nhl ;t ,ni . I ai'rj truly to r..e made ttrw said Supci,e` and Su`^ty curd tremselves and Ire+,.r tesoeetiv'e news :ailrin.r st•`at.t+s. ,.:xer:4turs Sic esscrs and assgns t:::ntly an." tirrniv r y' tr s pis- its 'o-VI-IEREAS t'1:? b . pr',er has ertered into a ^,.311' M tier c'jr'!ra::: With tre Buv i 'latest_—. ?3--_+�; flare sr the' fol!dvving ;wetly deSr;t.bed s_.pr;i+:,s _ tJtl.r.n �;.lt'iC� s neri-bv referr?n ! ana Iraairi a par t'ererf as fl.ily and ;1 tie, .s3n'e extert as it coped at Iei'I.:: tt1 her_ fl NOW THFREPO+RL [HE: C JN:)!T Or' INS J:;LIGAT•(_•N Is s cri t"'at. .r.e :ia'a v:.it,pI'cr anc Stire1y sha `. {,I!)' rldeirr'r 31L1 rr.rrbl,'3:� the 13..'er fcci any loss that !t tray s...ffsl !tlroug,- tile 'ail.Ire of the Sul:pi:el said S_:ppi'eS n acooroa!-ine win the ter!r.s ( f Sa r: cart'act, at the t ',e(s'. ar11 n the r>''3rner therein. socc:lf Pd This .•,ci.rfes e -., rsaso,1at;.e and 3 a costs tt'e Buyer 'rust �Ape-0i .:1 crier t '.,.ti tie the c.ar!t' a::. such a: ':':)iac r'5 mat?:+a a: aj't ?.'a! cost 'N \N: LNHI'REO-, tt _ s . it :i. !F a.:;l 5.:re race signed ail �' :ris tt' s the �N� ty l � r1 �c31t,.. I$ ��otlu•t'iir; day i1 -(I1 .+pa+i 'Sea S. 't;tri v I.J 'i!IS.:'.' NOTICE OF AWARD Surface Gravel Sucdv To: 1-2 Contracting Co. P.O. Box 129 Greeley, CO 80623 Project Description: The project, in general consists of crushing, stockpiling and loading up to 60,000 tons of aggregate material for the re -graveling of roads within central and south areas of Weld County. The Owner has considered the Bid submitted by you for the above described Work In response to its Invitation for Bids and Instructions to Bidders. You are hereby notified that your Bid has been accepted in the amount of $ 276,150.00 for 26,300 tons at $10.50gon for the Central area of Weld County or as shown In the Bid Schedule. In addition your Bid has been accepted in the amount of $276,150.00 for 26,300 tons at $10.50/ton for the South area of Weld County or as shown in the Bld Schedule. You are required by the Instructions to Bidders to execute the Agreement within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement within ten (10) days from the date of this Notice, said Owner WNl be entitled to consider aN your rights arising out of the Owner's acceptance of your bid as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award tithe Owner. Dated this % 11N day of -%7-c.12 , 2017. Weld County, Colorado, Owner \ " 1 By<< Mike Livengood, Supendeor Gravel Road Mgmt ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by 0,.vr.J.crayb C,2• (Contractor) / B Dated this U rH day of AR -C/71 By 4 ,crs L EoZvE Title ES_rak-AT , 2017. BID NO #31700042 02P/7-O41I/ Commissioner of Agriculture License Number Don Brown 354-36187-16 MEASUREMENT STANDARDS LICENSE Department of Agriculture - Division of Inspection and Consumer Services 3125 Wyandot ` Denver, Co 80211 • 303-477-4220 I_ 80,001 LBS AND UP 30,001 THRU 80,000 LBS 10,001 THRU 30,000 LBS 1,001 THRU 10,000 LBS 451 THRU 1,000 LBS THIS LICENSE EXPIRES 12/31/2017 STATE OF COLORADO 76 THRU 450 LBS 4 THRU 75 LBS LESS THAN 4 LBS BELT CONVEYOR IN -MOTION R.R. SCALES J2 CONTRACTING 450 E 16TH GREELEY, CO 80631 (K) (L) FABRIC METER CORDAGE METER (M) GRAIN MOISTURE METER / PROTEIN ANALYZER (N) MASS FLOW METER Issued: 12/16/2016 License Fees: $200.00 Penalty Fees: $0.00 Total Fees $200.00 PAID Notice: This license is not transferable SUPPLY CONTRACT BOND Bond No. 34BCSHN9958 KNOW ALL MEN BY THESE PRESENTS, That J-2 Contracting Co. the Supplier), (here insert full name and address or legal title of Supplier) and Hartford Casualty Insurance Company as Surety, (hereinafter called Surety), (here insert full name and address or legal title of Surety) as Principal, (hereinafter called are held and firmly bound unto Weld County as Obligee, (hereinafter called the Buyer), in the just and full sum of Five Hundred Fifty Two Thousand, Three Hundred and No/100ths Dollars ($552,300.00) (here insert full name and address or legal title of the Buyer) for the payment of which sum, well and truly to be made, the said Supplier and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally firmly by these presents. WHEREAS, the Supplier has entered into a certain written contract with the Buyer dated March 7 2017 to furnish the following briefly described supplies: Surface Gravel which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, the said Supplier and Surety shall fully indemnify and reimburse the Buyer for any loss that it may suffer through the failure of the Supplier to furnish said supplies in accordance with the terms of said contract, at the time(s), and in the manner therein specified. This includes any reasonable and additional costs the Buyer must expend in order to fulfill the terms of the contract, such as replacing material at additional cost. IN WITNESS WHEREOF, the s 'd Supplier and Surety have signed and sealed this instrument this the 8th day of March , 2017 J-2 Contracting C . (Principal) (Se ,s2zon-T (Witness) Hartford Casualty Insurance Company (Surety) BID NO # 81700042 Vogel, Attorney -in -Fact ttorney Form Page 18 POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS THAT: Direct Inquiries/Claims to: THE HARTFORD BOND, 1-12 One Hatford Plaza Hartford, Connecticut 06155 Bond Clara nellttheliatford.conl call: 888.266.3488 or fax: 860-757-5835 Agency Name: FLOOD & PETERSON INSURANCE INC Agency Code: 34 - 34 096 9 rn Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut • Hartford Casualty insurance Company, a corporation duly organized wider the laws of the State of Indiana ▪ Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut r� H• artford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut r� T• win City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana rJ Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois r' H• artford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies,) do hereby make, constitute and appoint, up to the amount of Unlimited Melanie Lathouwers, Russell D. Lear, Loree Vanderhye, Darlene Krings, Chris Richmond, Jennifer Winter, Kelly T. Urwiller, Steven J. Blohm, Wesley J. Butorac, Diane Clementaon, Katherine E. Dill, Dulce R. Huggins, Russell Michels, K'Anne E. Vogel of GREELEY, Colorado their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign Its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. COUNTY OF HARTFORD On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said Instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. John Gray, Assistant Secretary STATE OF CONNECTICUT } 99. Hartford M. Ross Fisher. Senior Vice President I, the undersigned, Assistant Vice President of the Companies. copy of the Power of Attorney executed by said Companies, which is still Signed and sealed at the City of Hartford. POA YII6 CERTIFICATE Non M. Stranko NMary Public My Commission Expires March a1, 2016 DO HEREBY CERTIFY fltfl ' atgvp and foregoing _ is true and correct in full force effective as of �� Q_ Kevin Heckman, Assistant Vice President MEMORANDUM TO: Board of Commissioners DATE: February 15, 2017 FROM: Jay McDonald, Public Works Director Curtis Hall, Public Works Operations Manager SUBJECT: Surface Gravel Supply for 2017 (BID REQUEST NO. B1700042) Weld County Public Works Department is recommending the same vendor to serve the Central 2017 surface gravel supply and the South 2017 surface gravel supply. The total budget for the 2017 surface gravel supply is $800,400.00. This recommendation is for a total of 52.600 tons of surface gravel material totaling $552,300.00. There is $552,300.00 left in the budget after the BOCC approval of the contract extension with VCA Aggregates LLC for the North 2017 surface gravel supply consisting of 30,000 tons at $8.27 per ton for $248,100.00. Central: Weld County Public Works Department recommends the low bid from J-2 Contracting Co. be awarded the bid for the Central material supply based on the low bid and the pit location relevant to road resurfacing needs. 26,300 tons @ $10.50/ton = $276,150.00. Pit Location: 24819 WCR 58, Greeley, Colorado South: Weld County Public Works Department recommends the low bid from J-2 Contracting Co. be awarded the bid for the South material supply based on the low bid, hauling and the pit location relevant to road resurfacing needs. 26,300 @ $10.50/ton = $276,150.00. Pit Location: 24819 WCR 58, Greeley, Colorado If you have any questions please call Jay at extension 3761 or Curtis at extension 3721. 316 at/7_ otq EGoo7y Surface Gravel Supply for 2017 (BID REQUEST NO. B1700042) Weld County Public Works Department gravel pit recommendations for 2017 Surface Gravel Supply. Vendor Pit Location Tons Price/Ton Total Cost (North) VCA Aggregates LLC WCR 139/104 30,000 $8.27 $248,100.00 4459 W Pioneer Dr New Raymer, CO Greeley, CO 80634 (Central) J-2 Contracting Co. P.O. Box 129 Greeley, CO 80632 (South) J-2 Contracting Co. P.O. Box 129 Greeley, CO 80632 24819 WCR 58 Greeley, CO 24819 WCR 58 Greeley, CO 26,300 26,300 $10.50 $276,150.00 $10.50 $276,150.00 $800,400.00 Budgeted Amount $800,400.00 WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: mwaltersAco.weld.co.us E-mail: reverettaco.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 13, 2017 REQUEST FOR: SURFACE GRAVEL SUPPLY DEPARTMENT: PUBLIC WORKS DEPT BID NO: #61700042 PRESENT DATE: FEBRUARY 15, 2017 APPROVAL DATE: MARCH 1, 2017 f MOVE TO MONDAY. MARCH VENDOR J-2 CONTRACTING CO PO BOX 129 GREELEY CO 80632 L.G. EVERIST INC 7321 E. 88TH AVENUE STE. 200 HENDERSON CO 80640 DON KERN CONSTRUCTION INC 6550 SOUTH COUNTY RD 5 FT COLLINS CO 80528 VCA AGGREGATES LLC 4459 W. PIONEER DR. GREELEY CO BESTWAY CONCRETE & AGGREGATE 301 CENTENNIAL DRIVE MILLIKEN CO 80543 QTY - 30,000 tons PRICE PER UNIT CENTRAL LOCATION $10.50/ton Pit Loc: 24819 WCR 58 Greeley CO No Bid $11.70/ton $13.45/ton Pit Loc: 1120 O Street No Bid CENTRAL LOCATION — GREELEY AND SURROUNDING AREA SOUTH LOCATION - SOUTH OF HWY 34 *PUBLIC WORKS WILL REVIEW THE BIDS. 6TM. 20171 Qty - 30,000 tons PRICE PER UNIT SOUTH LOCATION $10.50/ton Pit Loc: 24819 WCR 58 Greeley CO $27.68/ton Pit Loc: 12546 WCR 18 Ft. Lupton CO N/A $13.65/ton Pit Loc: 1120 O Street No Bid DATE OF BID: FEBRUARY 13, 2017 REQUEST FOR: SURFACE GRAVEL SUPPLY DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1700042 PRESENT DATE: FEBRUARY 15, 2017 APPROVAL DATE: MARCH 1, 2017 VENDOR J-2 CONTRACTING CO PO BOX 129 GREELEY CO 80632 L.G. EVERIST INC 7321 E. 88T" AVENUE STE. 200 HENDERSON CO 80640 DON KEHN CONSTRUCTION INC 6550 SOUTH COUNTY RD 5 FT COLLINS CO 80528 VCA AGGREGATES LLC 4459 W. PIONEER DR. GREELEY CO BESTWAY CONCRETE & AGGREGATE 301 CENTENNIAL DRIVE MILLIKEN CO 80543 WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: mwaltersco.weld.co.us E-mail: reverettco.weld.co.us co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 QTY — 30,000 tons PRICE PER UNIT CENTRAL LOCATION $10.50/ton Pit Loc: 24819 WCR 58 Greeley CO No Bid $11.70/ton $13.45/ton Pit Loc: 1120 O Street No Bid CENTRAL LOCATION — GREELEY AND SURROUNDING AREA SOUTH LOCATION - SOUTH OF HWY 34 *PUBLIC WORKS WILL REVIEW THE BIDS. Qty - 30,000 tons PRICE PER UNIT SOUTH LOCATION $10.50/to n Pit Loc: 24819 WCR 58 Greeley CO $27.68/ton Pit Loc: 12546 WCR 18 Ft. Lupton CO N/A $13.65/ton Pit Lac: 1120 O Street No Bid 2017-0491 �-Eoo 7V
Hello