HomeMy WebLinkAbout20160472.tiffBOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW
PASS -AROUND TITLE: Weld County 2018 Surface Gravel Supply, Contract 2016-0472 EG 0073 amendment
DEPARTMENT: PUBLIC WORKS DATE: 02-8-2018
PERSON REQUESTING: Mike tivengood. Superyisor. Gravel Riulanagement.
Brief description of the problem/issue:
In August of 2015 a three-year road maintenance agreement for County Road 127/129 between Hwy 14 and
County Road 110 between Noble Energy, Whiting Petroleum Corporation and Weld had been signed and
approved.
The road maintenance includes the addition of 30,000 tons of Surface Gravel to be applied to the road surface to
keep the required amount of material above the Cement Treated Base. Weld County will use a portion of the
monies from the approved Noble and Whiting agreement to pay fur the additional Surface Gravel used for this
project. The 30,000 tons is above the 90000 tons of Surface Gravel that was bid out for HRP roads on the
original Surface Gravel Supply bids. Public Works will use one of the current HRP contracted gravel pits. The
VCA Aggregates pit is located north of CR 104 and east of CR 139, which is close to the project for the surface
gravel source. This additional 30,000 tons will increase VCA's contract from 30,000 tons to 60,000 tons for a
contract price increase of $252,900.00
This $252,900.00 will be used out of the $893,121.00 from the Noble, Whiting and Weld County road
maintenance agreement. Public Works will work with Don Warden to ensure monies are used out of the
correct fund source.
What options exist for the Board? (Include consequences, impacts, costs, etc. of options)
1) The Board may agree to change the contract as recommended.
2) The Board may decide not to change the contract.
Recommendation:
Public Works recommends amending the 2018 Surface Gravel Supply contract renewal to accommodate the
127/129 maintenance project with the material out of the VCA Aggregates pit as to the contract price, location
of the pit and project.
Approve
Recommendation
Sean P. Conway
Julie A. Cozad
Mike Freeman
Barbara K irkmeyer, Pro-Tem
Steve Moreno, Chair
pc: Jay McDonald, Director, Public Works
Curtis Hall, Deputy Director, Public Works
Schedule
Work Session
Other/Comments:
cam: 6,7. 6°u))
3-/9-/s7
02o1(o_dyCIA,
LAC-sbb7�
• --vtastsswisafwe.
•,v
Date:
WWO7
Owner:
Contractor:
&ow
CHANGE ORDER NO.
4Surface G
AIM /444411 - ravel jppi described in the Invitation for Bids, Bid No.
Weict gout,goutt Colorado
The The following change is hereby made to the Contract Documents:
The tons of material wilt be increase form 30,000 tons to 60,000 tons for the 2018 extension contact
CHANGE TO CONTRACT PRICE:
Original Contract Price: $252,900.00
Current Contract Price adjusted by previous Change Order: air
The Contract Price due to this Change Order will be increased by: $252900.00
The new Contract Price, including this Change Order, will be:
CHANGE TO CONTRACT TIME:
The Contract Time will be increased by -0-
The date for completion of all Work wilt be
RECOMMENDED:
Owner Representative
Deputy Director:
AO I
;N
calendar days
December 31, 2018
.. c ra r9 Rawl Mgmt. Supervisor)
Date
Date:
•
t f.
n:s.e►.Misaw.--.-‘..r..0y. 34r, 47. .. •.'aa..r.,x ra.aax:;.�ui
Date 3 __/8
._ Date:, Af
It
+rt '- +C�jfa•_•7zI:.-+`GC- 14'[cifuJi7." ..•.u� �.�:.:f,.up`n.u....: ,•
CHANGE ORDER BETWEEN
THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS
AND VCA AGGREGATES, LLC
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
Steve Moreno, Chair MAR 1 9 2018
ATTEST
irk t• •e
By: ,�L. Vv-, yCerkto �Loard V
on-tractD if
BOA : 1 OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW
'.ASS -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:
".. �•� a r:�v
Weld cSurface Gravel Supply A • "`irents that were awarded in 2017, The Board d has the option
of ren9willawagsemert6 from January 1, 2018 to Decernliei31, 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.
IC +tele
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 firs ex
tension e xt xlsion of the three-year contract term, contract
number 2017-0491.
Both contracts allow for yearly bid '
2017 to 2018. Both vendors rcque L.
Ir�� t• re.Vr ' A �i". •'"
oga . i ii.sqpp1y.the
o. thilkitix
$642,600.00.
eat$ based upon the current E i, T .s Index, which is a Nifiiiittase from
in .�c within the amount alloe�`'Tarty bid adjustments - 'wth.e, contract.
1,''t Ii 0 QO f r rite/ iiiii } '�.;....,:fy y1� .r��LLyy��yy�.. __....��yyL.. • �}�{i• .r.l. .i.+'7.0401ft ' "ieatkiiit. Ad0ttbitilit,
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 catecitiences, impacts, costs, etc, of options):
U( •Titty,_;,!..:Li'..uma.gt$0.140-'01Xittdirenew/ �j} i�.yj�ufq' -T �,..4 • �',r$ i � ireriew` 1 - {t+,� R 9 * C r 9 esz ,I_ �•l�y � � �� •�
as recommended.
2) The Board may decide not to ext n:d/renew the contracts.
Recommendation:
Public Works recommends extending/renewing the contracts for one e rov as year
provided by the contracts.
Approve
Recommendation
Sean P. Conway
Julie A. Cozad
Mike Freeman
Barbara Kirkm ever, Pro -Tern
Steve Moreno, Chair
pc: Jay McDonald, Director, Public Works
Curtis Half, Deputy Director, Public Works
Schedule
Work S ession
Other
c6: itvaccee)
Leat /47')
oz,02-/,/,
o20 /!v -o li/7,2
CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN
THE WELD COUNTY DEPARTMENT OF GRAVEL ROAD MGMT, DIVISIO
AND VCA Aggregates LLC.
This Agreement Extension/Renewal ("Renewal"), made and entered into 1ST day rua of Feb
Board of Weld County Commissioners, on behalf of the rY 2018, by and between the
Weld i d County ep:��; tit of yaa sp,hereinafter referred to as the "Department", and i:,ets;. . ` here - . 'e err
_.. _ � r ref �
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. 2O1 X73 approved on Marc
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
The parties agree to extend the Original Agreement for an additional 365 day period, which will begin :
g , a rli4. 2at3�8,:. a n d
will end on _:.'.a 2(43.
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.
20 Change to the Original Bid Schedule: The 2016 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 $8.27 per ton is now modified to $.8.43per ton during the 2018
Contract Extension Renewal. The 2018 total contract price is not to exceed $252,900,00
4s Supply BondRequirement: Weld County is requiring all suppliers of Dust Palliative 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.
MI 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:
Printed Name
-tee
r /
narcre
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
a,
Steve Moreno, Chair
w
FEB 21 2018
d
dmfa6P '
puty Cler o the Board
Qotco-our-fra
BID SCHEDULE
: North Location: (North OfLHt a : ,lay 34)
LOCATI CI1i QUANTITY
teeart" _
taiOt
30,000 TON
30,000
30,000
TON
TON
30,000 TON
PRICE PER
UNIT
am
CONTRACT PRICE
. s..e::?isIWrresi'eiv+a04?AYORASia.: __ ;45-n.
8 Y 3 .2 6-) eve)
i
Prices will include all labor and equipment costs necessary to stockpile and load d material ready for use. Transportation
of all the aggregates will be by Weld County personnel.
22 BID NO # B1600027
Page 12
()avant /D #loSce
BOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW/ WORK SESSION REQUEST
RE: Weld County 2017 Surface Grave! Supply, Bid #B 1600027, Document # 2016-0472, EG 0073
DEPARTMENT; PUBLIC WORKS DATE: 02-0-7-2017
PERSON REQUESTING: Mike Livengood, Gravel Road Mgmt., Supervisor, Weld County Public Works
Brief description of the problem/issue:
Weld County has three different Surface Gravel Supply Agreements that were bid/renewed and approved in 2016.
One agreement is with VCA Aggregates LLC, for the North Location of Weld County.
The Surface Gravel Supply contracts were set up to be extended or renewed. The Board has the option of
renewing the agreements from January 1, 2017, to December 31, 2017, as permitted by the contract. This
extension will be the first year of the three year contract term. The contract allows for yearly bid adjustments
based upon the current ENR Cost Index, which was a 9% increase from 2016 to 2017. VCA Aggregates LLC.
requested a 1.5% increase which is well within the amount allowed for yearly bid adjustments according to the
contract for 2017.
The other vendor from this contract, Don Kehn, did not wish to renew the agreement this year. They provided
the material for the Central Location. L.G. Everist did not wish to renew for the third year of their agreement
from Bid #B1500051, Document #2015-0777, EG 0072 for the South Location. These two locations are currently
out to bid for the 2017 contract year under Bid #B1700042.
VCA Aggregates were low bid for the 2016 Surface Gravel Supply Contract for the North Location.
The projected budgeted amount for 2017 is $800,400.00.
The Public Works Department has been satisfied with VCA Aggregates product.
What options exist for the Board? (Include consequences, impacts, costs, etc. of options)
1) The Board may agree to renew/extend VCA Aggregates contract as recommended.
2) The Board may decide not to renew/extend the contract.
Recommendation:
Option (1) to renew/extend the contract for one year as provided by the contract.
Approve
Recommendation
Sean P. Conway
Julie A. Cozad, Chair
Mike Freeman
Barbara Kirkmeyer
Steve Moreno, Pro-Tem
Attachments
pc: Jay McDonald, Curtis Hall
&4cLd 4ah
c2o2o2-c,2O/ 7
Schedule
Work Session
Other/Comments:
do/G - p y9,z
ES6673
CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN
THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS
GRAVEL ROAD MGMT. DIVISION AND VCA Aggregates LLC
This Agreement Extension/Renewal ("Renewal"), made and entered into 3 day of February, 2017
by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of
Public Works Gravel Road Management Division, hereinafter referred to as the "Department", and VCA
Aggregates LLC, hereinafter referred to as the "Contractor".
WHEREAS the parties entered into an agreement on January 12. 2016 (the "Original
Agreement"), identified as document B1600027/ Document number 2016-0472 EG 0073.
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 previous Agreement ended on January 2017.
• The parties agree to extend the Original Agreement for an additional365 days period, which will
begin January 1, 2017 , and will end on December 31, 2017.
• 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 2016 Bid Schedule for the original contract will be
replaced by the attached 2017 Bid Schedule.
3. Change to the Contract Price: The 2016 contract price of $8.15 per ton is now modified to
S8.27 per ton during the 2017 Contract Extension Renewal. 2017 total contract Price is
S248,100.00
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.
02 o/ - D,2�
WV Surface arimillusolv
North location: North ofHlphwoy34j
ITEM k ITEM
33,1 CO Surrace Gravel
10.E TON
30 .000
TON
TOM
TON
48..a7 d 2Y joo
Prices will include all labor and equipment costs necessary to stockpile and load material ready far use. Transportation
of all the aggregates will be try Weld County personnel.
BID NO # B1600027
Page 12
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. #B1600027.
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.
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 VCA Aggregates LLC
BY Mike Ausmus.
BUSINESS
ADDRESS q ' 5 ei e r,,
CITY, STATE, ZIP CODE
TELEPHONE NO c.:4'(1b( ////,‘
TAX ID# I7-l7773O.$
DATE -- )(;i7
SIGNATURE ,(lt)rruidfr
E-MAIL mausm(is live.com
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF
EXEMPTION NUMBER IS #98-03551 -0000.
CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN
THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS
AND VCA AGGREGATES, LLC
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
Julie Cozad, Chair
ATTEST:
Weld C
BY:
F� 2 2017
WsdrAvii bida,:eA
ty jerk to the Board
Deputy Clerkthe Board
I
MEMORANDUM
TO: Clerk to the Board DATE: February 10, 2016
FROM: Mike Livengood, Public Works Department
SUBJECT: Agenda Item
RE: Bid No. B1600027
Contract Agreement for the 2016 Surface Gravel Supply (Renewable for 2017 and 2018) with Don
Kehn Construction Inc.
M:Francie AGENDA memos Agenda-Cmtis.doc
Y0 rlS3iiki 1 5d/L0.c--
Cc: Pw{ML/)t)
2-,7-1 L'
0,20/ 0547L
ge to 7p
BOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW/ WORK SESSION REQUEST
RE: Weld County 2016 Surface Gravel Supply, Bid #1600027
DEPARTMENT: PUBLIC WORKS
DATE: 02-4-2016
PERSON REQUESTING: Mike Livengood, Motor Grader Supervisor, Weld County Public Works
Brief description of the problem/issue:
Weld County has one contract that includes three different Surface Gravel Supply Agreements that were
bid and approved in 2015. The Board has the option of renewing the agreements from January 1, 2016,
to December 31, 2016, as permitted by the contract. One agreement with L.G. Everist Inc., for the south
area of Weld County, one with Crossfire Aggregate Services LLC for the central part of Weld County
and one with VCA Aggregates LLC for the north part of Weld County. L.G. Everist Inc. asked for an
increase to their 2015 bid amount by 1% which is allowable under the terms of the contract, you
approved the L.G. Everest agreement on January 21, 2016. Crossfire Aggregate Services LLC did not
want to renew the contract and VCA Aggregates LLC asked to increase their amount by 28% which is
outside the allowable amount under the terms of the contract. Therefore, Public works re -bid for the
central and north areas of the county for the 2016 Surface Gravel Supply.
Weld County received bids for the 2016 Surface Gravel Supply contract for up to 60,000 tons of gravel
for the North and Central areas of the county from the following (7) vendors: L.G. Everist Inc., VCA
Aggregates LLC, Connell Resources Inc., Don Kelm Construction Inc., J-2 Contracting Co., Laser
Oilfield Service, and Pine Bluffs Gravel & Excavating.
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 2016 to January 2017.
Both vendors recommended were the low bid for their respective areas. Public Works recommends
awarding the North contract to VCA Aggregates LLC for 29,500 tons, and the Central contract to Don
Kelm Construction Inc. for 29,500 tons. Don Kehn's pit is located outside of the county, however the
next lowest bid from L.G. Everist was 5.5% higher and is located farther away from the area where the
material will be used. Location of the Don Kelm and L.G. Everest pits in relation to road graveling
location increase trucking cost by 47% for L.G. Everest, making the Don Kehn pit the best value for
Weld County.
VCA's increase for this bid was a 20% increase verses the 28% that was asked for to extend last years
contract.
The budgeted amount for the 2016 Surface Gravel Supply contract is $690,000. The contracted amounts
as recommended by Public Works for 2016 Surface Gravel Supply contract is $689,775.
What options exist for the Board? (Include consequences, impacts, costs, etc. of options)
1) The Board may agree to award the contracts as recommended.
2) The Board may decide not to award the contracts.
Recommendation:
Option (1)
Approve Schedule
Recommendation Work Session
Mike Freeman, Chair
Sean P. Conway, Pro -Tern
Julie A. Cozad
Barbara Kirkmeyer
Steve Moreno
Attachments
pc: Jay McDonald, Curtis Hall
N:\FORMS\WorkSevion-paauround2016.doc
Other/Comments:
Z
•1
....
.1•
.. r.
•
rOO(07NO
00000 OV oO(OV'NO(0N-
OOOO•• WODWWNrn
.. IL.
•
. ........•.. 1 �.... _.-
.r
r-
••••
;•%
...
. J... ra..?
•
•
,-tioo�6Nocrn6M&g
7.
• ••
dt-
;..
2016 WELD COUNTY
a
GRAVEL CONTRACT
C)
u.
•
0 0
U U
•
c c_
P " o u o
o n. U U
u • y ,
u. E u • c
o
c...) v T
m cs ter ca,
• x ^ m co a
>0•- O 3 O
L C w
O
°
t
Z
U 0 t° c U at. c U 0
• E V O TN 7 a:U
aj O 0 0 0
E C0 U U N O
>, 12 .c . U s
xzUm°�3 ric3.a
• v h w
x -3^ •�
.-. NU 0a, 00ix
oo4.1
• - 0\.4.-, N O 0 N N
v2
• v` r. U ,^ E0 m o
"OE'
c7 y U'o v `v a c
c
c AC_. I-; N
t c '.
F <ET' `r
aC go c ' x 0 W
N‘oZ U
U G o o N N .sO W O N a
Z >'aOm.;aa U o4-i
•
00
a
0
U
0 O
a
a
w
N
.N.
0
y
• a'
H w'
OeO(O- ON(ORNOaOtORNOWIOVNOOJro VNOWt0N'NO
f -O(0(0(0 .• N N `N-I'Mh(7C' P'(hNNNNN OO(OVN
• II __ .1. .J.I
t
u'vvflN•
1 _t
BID REQUEST NO. B 1600027
WELD COUNTY
DEPARTMENT OF PUBLIC WORKS
CONTRACT BID DOCUMENTS
AND
SPECIFICATIONS
FOR
SURFACE GRAVEL SUPPLY
Renewable for 2017 and 2018
February 2016
Weld County Public Works
Motor Grader Division
1111 H Street
P.O. Box 758
Greeley, Colorado 80632
970-356-4000, Ext. 3721
020/6-0%LV)
BID REQUEST#B1600027 Page 1
TABLE OF CONTENTS
The following checked forms and provisions take precedence over plan drawings and supplement
the 2011 edition of the Colorado Department of Transportation "Standard Specifications for Road
and Bridge Construction" (Standard Specifications) which is to be used to administer the
construction of this project.
Page #
Notice to Bidders / Invitation to Bid
3
Instructions to Bidders
4-5
General Provisions and Information
6-11
Bid Schedule
12
Signature Page
13
Notice of Award
14
Supply Bond Form
15
Specification and Scope of Work
16
Contacts
17
Terms and Conditions
17
Project Special Provisions
Revision of Section 106, Samples, Test, Cited Specifications
18
Revision of Section 106, Storage Materials
18
Revision of Section 703, Aggregate
19
Submittal Requirements
20
BID REQUEST#B1600027
Page 2
REQUEST FOR BID
WELD COUNTY, COLORADO
1150 O STREET
GREELEY, CO 80631
DATE: 1/14/2016
BID NUMBER: B1600027
DESCRIPTION: Surface Gravel Supply
DEPARTMENT: Motor Grader Division of Public Works
MANDATORY PRE -BID CONFERENCE DATE: 1/22/2016
BID OPENING DATE: 1/29/2016
1. NOTICE TO BIDDERS:
The -Board of County Commissioners of Weld County, Colorado, -by and through its Director of -
General Services (collectively referred to herein as, "Weld County"), wishes to purchase the
following:
Surface Gravel Supply
The project, in general consists of stockpiling and loading up to 60,000 tons of aggregate material for
the re -graveling of roads within central and north areas of Weld County.
A mandatory pre -bid conference will be held at 8:00 a.m., on 01/22/2016, at the Weld County Public
Works Building. The Public Works Building is located at 1111 H Street in Greeley. Bidders must
participate and record their presence at the pre -bid conference to be allowed to submit bids.
Bids will be received at the Office of the Weld County Purchasing Department in the Weld County
Administrative Building, 1150 O Street Room #107 Greeley, CO 80631, until: 10:30 a.m. on January
29, 2016. (Weld County Purchasing Time Clock).
PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE
REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN
PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8.
2. INVITATION TO BID:
Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said
merchandise and/or equipment shall be delivered to the location(s) specified herein
Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and
discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay
if awarded the bid.
You can find bid information on the Weld County Purchasing website at
http://www.co.weld.co.us/Departments/Purchasing/index.html located under Current Request for Bids.
Weld County Government is a member of the Rocky Mountain E -Purchasing System. The Rocky
Mountain E -Purchasing System (BidNet®) is an on-line notification system that is being utilized by
multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and
awards on this one centralized system.
BID REQUEST #81600027 Page 3
Bid Delivery to Weld County— 3 methods:
1. Email. Emailed bids are preferred. [aids.may;l elema led.to: b i,d,s@weId.gov.com
Emailed bids must include the following statement on the email: "I hereby waive my right to
a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more
than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal.
2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must
include the following statement on the facsimile: "I hereby waive my right to a sealed bid. If
more than one copy of the bid is requested, you must submit/mail hard copies of the bid
proposal.
3. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope
with the bid title and bid number on it. Please address to: Weld County Purchasing Department,
1150 O Street, Room #107 Greeley, CO 80631.
Please call Purchasing at 970-336-7225 if you have any questions.
3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION
Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department.
Each bid must give the full business address of bidder and be signed by him with his usual signature.
Bids by partnerships must furnish the full names of all partners and must be signed with the partnership
name by one of the members of the partnership or by an authorized representative, followed by the
signature and title of the person signing. Bids by corporations must be signed with the legal name of
the corporation, followed by the name of the state of the incorporation and by the signature and title of
the president, secretary, or other person authorized to bind it in the matter. The name of each person
signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature
the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to
be the bid of the individual signing. When requested by the Weld County Director of General Services,
satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished.
A power of attorney must accompany the signature of anyone not otherwise authorized to bind the
Bidder. All corrections or erasures shall be initialed by the person signing the bid. AU bidders shall
agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as
stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces
in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are
included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out
completely, in detail, and signed by the Bidder.
Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to
ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated
in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept
unopened in a secure place. No responsibility will attach to the Weld County Director of General
Services for the premature opening of a bid not properly addressed and identified. Bids may be
withdrawn upon written request to and approval of the Weld County Director of General Services; said
request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the
part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been
awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained
herein, failure to do so will be at the bidders' risk.
In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give
preference to resident Weld County bidders in all cases where said bids are competitive in price and
quality. It is also understood that Weld County will give preference to suppliers from the State of
BID NO # B1600027
Page 4
Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any
books, stationery, records, printing, lithographing or other supplies for any officer of Weld County).
Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award
the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County
Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one
vendor.
In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the
Request for Proposal contained herein (including, but not limited to the product specifications and
scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the
Board of County Commissioners, together constitutes a contract, with the contract date being the date
of signature by the Chair of the Board of County Commissioners.
4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS
Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an
illegal alien who will -perform work -under -this contract. -Successful bidder will confirm_the_employment _
eligibility of all employees who are newly hired for employment in the United States to perform work
under this Agreement, through participation in the E -Verify program or the State of Colorado program
established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or
contract with an illegal alien to perform work under this Agreement or enter into a contract with a
subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly
employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall
not use E -Verify Program or State of Colorado program procedures to undertake pre -employment
screening or job applicants while this Agreement is being performed. If Successful bidder obtains
actual knowledge that a subcontractor performing work under the public contract for services knowingly
employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County
within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or
contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop
employing or contracting with the illegal alien within three (3) days of receiving notice. Successful
bidder shall not terminate the contract if within three days the subcontractor provides information to
establish that the subcontractor has not knowingly employed or contracted with an illegal
alien. Successful bidder shall comply with reasonable requests made in the course of an investigation,
undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment.
If Successful bidder participates in the State of Colorado program, Successful bidder shall, within
twenty days after hiring a new employee to perform work under the contract, affirm that Successful
bidder has examined the legal work status of such employee, retained file copies of the documents, and
not altered or falsified the identification documents for such employees. Successful bidder shall deliver
to County, a written notarized affirmation that it has examined the legal work status of such employee,
and shall comply with all of the other requirements of the State of Colorado program. If Successful
bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County,
may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for
actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if
Successful bidder receives federal or state funds under the contract, Successful bidder must confirm
that any individual natural person eighteen (18) years of age or older is lawfully present in the United
States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under
the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under
penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the
United States pursuant to federal law, (b) shall produce one of the forms of identification required by
C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by
C.R.S. § 24-76.5-103 prior to the effective date of the contract.
BID NO # B1600027
Page 5
5. GENERAL PROVISIONS
A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted and otherwise made
available. By acceptance of the bid, Weld County does not warrant that funds will be available to
fund the contract beyond the current fiscal year.
B. Confidential Information: Confidential financial information of the bidder should be transmitted
separately from the main bid submittal, clearly denoting in red on the financial information at the
top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity,
Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public
records, and cannot guarantee the confidentiality of all documents.
C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as
-a waiver, express or implied, of any of the immunities, rights, -benefits, protections or other
provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or
hereafter amended.
D. Independent Contractor: The successful bidder shall perform its duties hereunder as an
independent contractor and not as an employee. He or she shall be solely responsible for its acts
and those of its agents and employees for all acts performed pursuant to the contract. Neither the
successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee
of Weld County. The successful bidder and its employees and agents are not entitled to
unemployment insurance or workers' compensation benefits through Weld County and Weld
County shall not pay for or otherwise provide such coverage for the successful bidder or any of its
agents or employees. Unemployment insurance benefits will be available to the successful bidder
and its employees and agents only if such coverage is made available by the successful bidder or
a third party. The successful bidder shall pay when due all applicable employment taxes and
income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful
bidder shall not have authorization, express or implied, to bind Weld County to any agreement,
liability or understanding, except as expressly set forth in the contract. The successful bidder shall
have the following responsibilities with regard to workers' compensation and unemployment
compensation insurance matters: (a) provide and keep in force workers' compensation and
unemployment compensation insurance in the amounts required by law, and (b) provide proof
thereof when requested to do so by Weld County.
E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and
state laws, rules and regulations in effect or hereafter established, including without limitation, laws
applicable to discrimination and unfair employment practices.
F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be
applied in the interpretation, execution, and enforcement of the contract. Any provision included or
incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be
null and void.
G. No Third Party Beneficiary Enforcement: it is expressly understood and agreed that the
enforcement of the terms and conditions of the contract, and all rights of action relating to such
enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall
give or allow any claim or right of action whatsoever by any other person not included in the
contract. It is the express intention of the undersigned parties that any entity other than the
undersigned parties receiving services or benefits under the contract shall be an incidental
beneficiary only.
BID NO # B1600027
Page 6
H. Attorneys Fees/Legal Costs: In the event of a dispute between Weld County and the successful
bidder, concerning the contract, the parties agree that Weld County shall not be liable to or
responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the
successful bidder.
I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business
enterprises will be afforded full opportunity to submit bids in response to all invitations and will not
be discriminated against on the grounds of race, color, national origin, sex, age, or disability in
consideration for an award.
J. Procurement and Performance: The successful bidder agrees to procure the materials,
equipment and/or products necessary for the project and agrees to diligently provide all services,
labor, personnel and materials necessary to perform and complete the project. The successful
bidder shall further be responsible for the timely completion, and acknowledges that a failure to
comply with the standards and requirements outlined in the Bid within the time limits prescribed by
County may result in County's decision to withhold payment or to terminate this Agreement.
K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by
County, and shall continue through and until successful bidder's completion of the responsibilities
described in the Bid.
L. Termination: County has the right to terminate this Agreement, with or without cause on thirty
(30) days written notice. Furthermore, this Agreement may be terminated at any time without
notice upon a material breach of the terms of the Agreement.
M. Extension or Modification: Any amendments or modifications to this agreement shall be in
writing signed by both parties. No additional services or work performed by the successful bidder
shall be the basis for additional compensation unless and until the successful bidder has obtained
written authorization and acknowledgement by County for such additional services. Accordingly,
no claim that the County has been unjustly enriched by any additional services, whether or not
there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation
payable hereunder.
N. Subcontractors: The successful bidder acknowledges that County has entered into this
Agreement in reliance upon the particular reputation and expertise of the successful bidder. The
successful bidder shall not enter into any subcontractor agreements for the completion of this
Project without County's prior written consent, which may be withheld in County's sole discretion.
County shall have the right in its reasonable discretion to approve all personnel assigned to the
subject Project during the performance of this Agreement and no personnel to whom County has
an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder
shall require each subcontractor, as approved by County and to the extent of the Services to be
performed by the subcontractor, to be bound to the successful bidder by the terms of this
Agreement, and to assume toward the successful bidder all the obligations and responsibilities
which the successful bidder, by this Agreement, assumes toward County. County shall have the
right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor
hired by the successful bidder and the successful bidder shall cooperate in such process. The
successful bidder shall be responsible for the acts and omissions of its agents, employees and
subcontractors.
BID NO # B1600027
Page 7
O. Warranty: The successful bidder warrants that services performed under this Agreement will be.
performed in a manner consistent with the standards governing such services and the provisions
of this Agreement. The successful bidder further represents and warrants that all services shall be
performed by qualified personnel in a professional and workmanlike manner, consistent with
industry standards, and that all services will conform to applicable specifications. In addition to the
foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this
Agreement is subject to a one year warranty period during which Contractor must correct any
failures or deficiencies caused by contractor's workmanship or performance.
The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free
from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and
conform to the minimum specifications herein. The successful bidder shall warrant that he has title
to the goods supplied•and that the goods are free and clear of all liens, encumbrances, and security
interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage,
travel time, and service trucks used in the servicing (including repairs) of any of the goods to be
purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are -
necessary for the first one (1) year period after said goods are first supplied to Weld County.
Bidder shall submit with their bids the following information pertaining to the equipment upon which
the bids are submitted:
1. Detailed equipment specifications to include the warranty.
2. Descriptive literature.
P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any
interest therein or claim thereunder, without the prior written approval of County. Any attempts by
the successful bidder to assign or transfer its rights hereunder without such prior approval by
County shall, at the option of County, automatically terminate this Agreement and all rights of the
successful bidder hereunder. Such consent may be granted or denied at the sole and absolute
discretion of County.
Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or
failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is
due to any cause beyond its reasonable control, including but not limited to Acts of God, fires,
strikes, war, flood, earthquakes or Governmental actions.
R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use
other contractors or persons to perform services of the same or similar nature.
S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507.
The signatories to this Agreement agree that to their knowledge, no employee of Weld County has
any personal or beneficial interest whatsoever in the service or property which is the subject matter
of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that
would in any manner or degree interfere with the performance of the successful bidder's services
and the successful bidder shall not employ any person having such known interests. During the
term of this Agreement, the successful bidder shall not engage in any in any business or personal
activities or practices or maintain any relationships which actually conflicts with or in any way
appear to conflict with the full performance of its obligations under this Agreement. Failure by the
successful bidder to ensure compliance with this provision may result, in County's sole discretion,
in immediate termination of this Agreement. No employee of the successful bidder nor any
member of the successful bidder's family shall serve on a County Board, committee or hold any
such position which either by rule, practice or action nominates, recommends, supervises the
successful bidder's operations, or authorizes funding to the successful bidder.
BID NO # B1600027
Page 8
T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or
unenforceable by a court of competent jurisdiction, this Agreement shall be construed and
enforced without such provision, to the extent that this Agreement is then capable of execution
within the original intent of the parties.
U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-
judicial body or person. Any provision to the contrary in the contract or incorporated herein by
reference shall be null and void.
V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid
until -it has been approved by the Board of County Commissioners of Weld County, Colorado or its
designee.
W. Compensation Amount: Upon the successful bidder's successful completion of the service, and
- County's -acceptance of the same, County agrees to pay an amount no greater than the amount of
the accepted bid. The successful bidder acknowledges no payment in excess of that amount will
be made by County unless a "change order" authorizing such additional payment has been
specifically approved by the County's delegated employee, or by formal resolution of the Weld
County Board of County Commissioners, as required pursuant to the Weld County Code.
X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder
and the successful bidder agrees to be solely responsible for the accurate reporting and payment
of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall
not be entitled to bill at overtime and/or double time rates for work done outside of normal business
hours unless specifically authorized in writing by County.
6. INSURANCE REQUIREMENTS
General Requirements: Successful bidders must secure, at or before the time of execution of any
agreement or commencement of any work, the following insurance covering all operations, goods or
services provided pursuant to this request. Successful bidders shall keep the required insurance
coverage in force at all times during the term of the Agreement, or any extension thereof, and during any
warranty period. The required insurance shall be underwritten by an insurer licensed to do business in
Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid
provision or endorsement stating "Should any of the above -described policies by canceled or should any
coverage be reduced before the expiration date thereof, the issuing company shall send written notice to
the Weld County Director of General Services by certified mail, return receipt requested. Such written
notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of
premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or
self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be
responsible forthe payment of any deductible or self -insured retention. County reserves the right to
require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or
self -insured retention to guarantee payment of claims.
The insurance coverage's specified in this Agreement are the minimum requirements, and these
requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants
that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities
that might arise out of the performance of the work under this Contract by the Successful bidder, its
agents, representatives, employees, or subcontractors. The successful bidder shall assess its own
BID NO # B1600027
Page 9
risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The
successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract
by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The
successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that
it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to
these requirements must be made in writing by Weld County.
The successful bidder stipulates that it has met the insurance requirements identified herein. The
successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of
all materials and services provided, the timely delivery of said services, and the coordination of all
services rendered by the successful bidder and shall, without additional compensation, promptly
remedy and correct any errors, omissions, or other deficiencies.
INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers,
agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any
type or character arising out of the work done in fulfillment of the terms of this Contract or on account of
any act, claim or amount arising or recovered under workers' compensation law or arising out of the
_failure of the .successful bidder to conform toany statutes, ordinances, regulation, law or court decree. _
The successful bidder shall be fully responsible and liable for any and all injuries or damage received or
sustained by any person, persons, or property on account of its performance under this Agreement or
its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect
of The successful bidder in its methods or procedures; or in its provisions of the materials required
herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or
other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It
is agreed that the successful bidder will be responsible for primary loss investigation, defense and
judgment costs where this contract of indemnity applies. In consideration of the award of this contract,
the successful bidder agrees to waive all rights of subrogation against the County its associated and/or
affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and
volunteers for losses arising from the work performed by the successful bidder for the County. A failure
to comply with this provision shall result in County's right to immediately terminate this Agreement.
Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any
Agreement, insurance in the following kinds and amounts:
Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance
covering all of the successful bidder's employees acting within the course and scope of their
employment. Policy shall contain a waiver of subrogation against the County. This requirement shall
not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation
Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver
form.
Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an
insured contract, and defense costs, with the minimum limits must be as follows:
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$2,000,000 products and completed operations aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person,
$1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all
vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned
vehicles used in the performance of this Contract.
BID NO # B1600027
Page 10
Successful bidders shall secure and deliver to the County at or before the time of execution of this
Agreement, and shall keep in force at all times during the term of the Agreement as the same may
be extended as herein provided, a commercial general liability insurance policy, including public liability
and property damage, in form and company acceptable to and approved by said Administrator, covering
all operations hereunder set forth in the Request for Bid.
Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of
insurance, a policy, or other proof of insurance as required by the County's Risk Administrator
in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor
liability, and inland marine, Successful bidder's insurer shall name County as an additional insured.
Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation
rights against County.
Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers
or other entities providing goods or services required by this Agreement shall be subject to all of the
requirements herein and shall procure and maintain the same coverage's required of Successful
bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -
vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors
maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such
subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by
the County.
The terms of this Agreement are contained in the terms recited in this Request for Bid and in the
Response to the Bid each of which forms an integral part of this Agreement. Those documents are
specifically incorporated herein by this reference.
BID NO # B1600027
Page 11
BID SCHEDULE
2016 Surface Gravel Supply
North Location: (North of Highway 34)
ITEM # ITEM PIT LOCATION
QUANTITY
UNIT
PRICE PER
CONTRACT PRICE
UNIT
304.00 Surface Gravel 6550 SCR 5
Ft. Collins
30,000
TON
$8.50
$255,000.00
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
6550 SCR 5
Ft. Collins
3o,oao
TON
$8.50
$255,000.00
30,000
TON
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.
BID NO # B1600027
Page 12
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. #B1600027.
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 Don Kehn Construction, Inc.
BUSINESS
ADDRESS 6550 :South County Road 5
CITY, STATE, ZIP CODE Fort Collins, CO 80528
TELEPHONE NO 970-226-4111 FAX 970-226-4115 TAX ID # 84-0754732
PRINTED NAME AND TITLE Dan VPhn, Vire—President
dent
SIGNATUREtL-�--
E-MAIL kehn@longsneak.net
DATE January 29, 2016
*"THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE**
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8.
ATTESTWS1144J 4• ZS:a BOARD OF COUNTY COMMISSIONERS
Weld ounty Clerk to the Board
BY:
D puty Clerk to th
BID NO # B1600027
WELD COUNTY, COLORADO
Mike Freeman, Chair FEB 1 7 2016
APPROVED AS d UB ANCE:
Ele+'rd • uial or Depa ment Head
at C-6
Director of Gee eret Services
Page 13
c>20/6—
o�7L CiJ
NOTICE OF AWARD
Surface Gravel Supply
To:
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 the central and north 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 $
or as shown in the Bid Schedule.
You are required by the Instructions to Bidders to execute the Agreement within ten (10) calendar days from
the date of this Notice to you.
If you fail to execute said Agreement within ten (10) days from the date of this Notice, said Owner will be
entitled to consider all your rights arising out of the Owner's acceptance of your bid as abandoned. The Owner
will be entitled to such other rights as may be granted by law.
You are required to return an acknowledged copy of this Notice of Award to the Owner.
Dated this day of 2016.
Weld County, Colorado, Owner
By
Curtis Hall, Operations Manager
ACCEPTANCE OF NOTICE
Receipt of the above Notice of Award is hereby acknowledged by
(Contractor)
Dated this day of , 2016.
By:
Title:
BID NO # B1600027
Page 14
SUPPLY CONTRACT BOND
KNOW ALL MEN BY THESE PRESENTS, That, as Principal, (hereinafter called
the Supplier),
(here insert full name and address or legal title of Supplier)
and as Surety, (hereinafter called Surety),
(here insert full name and address or legal title of Surety)
are held and firmly bound unto Weld County as Obligee, (hereinafter called the Buyer), in the just and full sum
of
(here insert full name and address or legal title of the Buyer)
for the payment of which sum, well and truly to be made, the said Supplier and Surety bind themselves, and
their respective heirs, administrators, executors, successors and assigns, jointly and severally firmly by these
presents.
WHEREAS, the Supplier has entered into a certain written contract with the Buyer dated 20 to
furnish the following briefly described supplies: which contract is hereby referred to and
made a part hereof as fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, the said Supplier and Surety
shall fully indemnify and reimburse the Buyer for any loss that it may suffer through the failure of the Supplier
to furnish said supplies in accordance with the terms of said contract, at the time(s), and in the manner
therein specified. This includes any reasonable and additional costs the Buyer must expend in order to fulfill
the terms of the contract, such as replacing material at additional cost.
IN WITNESS WHEREOF, the said Supplier and Surety have signed and sealed this instrument this the
day of , 20
(Principal)
(Seal)
(Title)
(Witness)
(Surety)
(Seal)
(TitleAttach valid Corporate Power of Attorney Form
(Witness)
BID NO # B1600027
Page 15
SPECIFICATIONS AND/OR SCOPE OF WORK:
Purpose: Weld County is soliciting bids for surface gravel supply. The project, in general consists of crushing,
stockpiling and loading up to 60,000 tons of aggregate material for the re -graveling of roads within the central and
north areas of Weld County.
GENERAL CONDITIONS AND SCOPE:
1. All surface gravel shall meet specifications described on page 19 of this document. Weld County will not supply any material
for this project.
2. The contractor will follow all rules and regulation stipulated in the permit for the site.
3, Project time will be from January 2016 through January 2017.
4. Weld County will select the bidder based on the lowest cost to the County.
5. The successful bidder shall provide a Supply Bond to the County as arranged by the parties.
6. The successful bidder shall provide a certificate of insurance to the County as arranged by the parties.
7. Certified scales are required.
8. Payment shall be made according to the bid prices per ton times the tons of material supplied as determined by scale tickets
from the pit. All tickets must be legibly signed by a Weld County employee.
9. The Contractor shall follow all OSHA AND MSHA regulations. The Contractor is also required to provide all permitting
associated with the contracted equipment and labor.
➢ MSHA ID # (for crusher unit)
➢ APCD (State Health and Environment Department)
➢ Air Pollution Permit (for crusher unit)
10. Weld County Public Works personnel normally work 7:00am to 3:30pm, Monday through Friday. Occasionally, due to
circumstance beyond our control, work may extend to earlier than 7:00 am and later than 3:30 pm and/or Saturday and/or
Sunday. The successful bidder is required to accommodate these situations as necessary for the unit price shown in the bid.
11. Weld County will select the bidder based on the lowest cost to the County, considering job -site location and hauling cost.
Materials' may be purchased from multiple bidders based on plant location.
12. The specification for material supply shall be in accordance with the Colorado Department of Transportation, Standard
Specification for Road and Bridge Construction 2011, unless otherwise stipulated in this document. References to the
division shall mean Weld County and all documentation required will be handled through the Weld County Public Work
Department.
13. Weld County reserves the right to terminate this contract at any time if, in the opinion of the Public Works. Director, the
successful contractor(s) are not performing according to provisions outlined in this contract or according to Colorado
Department of Transportation Standard Specifications for Road and Bridge Construction.
14. Weld County reserves the right to utilize county personnel and equipment to load materials at the contractors facility at any
time if, in the opinion of the Public Works Director, the successful contractor(s) are not diligently attempting to load materials
to efficiently supply county operations.
BID NO # B1600027
Page 16
Schedule:
Bids due to Purchasing
Bids accepted by BOCC
January 28, 2016
February 10, 2016
Weld County Contacts:
Question related to the project and procedures should be directed to:
Joshua J. Holbrook — Construction Inspection Supervisor
Weld County Public Works
__(97G)_304-6496, ext. 3734 _ __
Jholbrook@weldgov.com
TERMS AND CONDITIONS:
Curtis Hall — Operations Manager
Weld County Public Works
—(970)_304_6496,_ext. 3721
chall@weldgov.com
This one-year contract is renewable for up to (2) additional years. Material cost adjustments
will be considered at the end of each calendar year that this contract represents. Any price
adjustments must be verified by justification of base bid cost increase of materials, labor or
other associated items included in the original cost of the material supply. Cost increase must
be consistent with regional trends. Weld County will use the ENR Cost Index. The base price per
ton may increase from one year to the next by no more than the increase reflected in the
Engineering News Record for the cost index for the Base Course Item out of Denver as a measure
of reasonableness for justified increase. Price adjustments will not be implemented without final
approval from Weld County. Weld County reserves the right to cancel this contract and re -bid the
surface gravel supply contract if, in the opinion of the Public Works Director, the cost increase are not
justified or consistent with regional trends.
BID NO # B1600027
Page 17
REVISION OF SECTION 106
SAMPLES, TESTS, CITED SPECIFICATIONS
Section 106 of the Standard Specifications is hereby revised for this project as follows:
Subsection 106.03 shall be revised as follows:
1) Sampling and testing will be done in accordance with table 1-A
2) Weld County reserves the right to select random samples from the stock pile for retesting. The retesting
may be prior to or after incorporation of materials in the work. Those materials sampled and tested that do
-not meet the requirements -of the -contract will -be rejected. —
FREQUENCY GUIDE SCHEDULE MINIMUM MATERIALS SAMPLING AND TESTING FOR QC.
Table —1-A
Type of Test
Sampling and Testing
Frequency
Verification Testing ASTM or AASHTO)
Gradation
1 per 2,000 Tons
AASHTO T27 and T11
Atterberg Limits
1 per 2,000 Tons
ASTM D 4318-10
LA Abrasion
1 per source
AASHTO T96
Fractured Faces
1 per source
ASTM D 5821
REVISION OF SECTION 106
STORAGE OF MATERIALS
Section 106 of the Standard Specifications is hereby revised for this project as follows:
Subsection 106.08 shall be revised as follows:
Materials shall be stored to assure the preservation of their quality and fitness for the work. Stored materials,
even though conditionally approved before storage, will be subject to inspection and testing prior to
incorporation into the work. Storage of material could be required for the length of the contract.
BID NO # B1600027
Page 18
REVISION OF SECTION 703
AGGREGATE
Surface Course Aggregate. Delete the text including Table 703-3 and substitute the following:
Furnish hard, durable particles or fragments of crushed stone, crushed slag, or crushed gravel conforming to the
following:
(1) Los Angeles abrasion, AASHTO T96 40% max.
(2) Fractured faces, one or more, ASTM D 5821 45% min.
(3) Free from organic matter and lumps or balls of clay
(4) Liquid Limit, AASHTO T 89 35 max.
(5) Dust ratio: % passing #200
— -- - — -- %-passing-#40—
2/3 max.
(6) Gradation and plasticity index, AASHTO T 90 (Gravel Surfacing column) Table 7-8
Do not use material that breaks up when alternately frozen and thawed or wetted and dried.
Obtaining the aggregate gradation by crushing, screening, and blending processes as necessary.
Fine aggregate, material passing the No. 4 sieve, will consist of natural or crushed sand and fine mineral particles.
Do not furnish material that contains asbestos fibers.
Table 7-8
Target Value Ranges for
Surface Course Gradation and Plasticity Index
Sieve Designation
y` t
�; Mass•Percent•Passmg
"' - - ' �
�YY &.i l�, �t.t )I
Square Mesh:5ieves r s 7a',, ',
LL not greater than 35
LL not greater than 20
Gravel
Surfacing
Standard
(mm)
Mesh
(in)
Class 1
Class 2
Class 3
Class 4
Class 5
Class 6
Class 7
150.00
6
1
.,, .,`,-,xJ,.
100
,ry ;
rr. « s'
ll:'
{
'.k
100.00
4
1. = y °
100
, f 4 ��.• .
Y <
_, � :,
�'
" ,;r
I��,it.vh.:.✓, h. a
75.00
3
95-100
jam;. y
r
."S
C
y /4
_.
63.00
2%
100
>h
e'If₹i,
i.�i.=s^-''
;+
'"'c„
r
ff
a7,,�-,gy
--,),;:c,;,,,
50.00
2
95-100
p,
<•i
100
„�4
;` w<.
�'
�' ?
3750
1 %
s' .'
?:';,§ `
90-100
100
-
„ x.
100
25.40
1
'
?
95-100
.
,�
100
90-100
19.00
'/<
t rr
�_
w
50-90
',` ,.+%
- ,'.,
100
i `:':a;,..,
':Iv`.
12.5
1/2
.; •ie
<
« Y ',-'1.1"2';'•
•_
e'
' r
55-80
4.76
No. 4
irY-?
YF,. �,h"
µ,
_
_.
' P 3r_
45-65
2.38
No.8
,' ,:
,t
;_ `
v
�
25-55
20-85
33-53
0.42
No. 40
, :...
...:
.�
:,� -
.
,.....
..
,'+o`
•
15-35
0.07
2�0
3-15
3-15
20 max
3-12
3-15
3-12
5-15
4-15
Plasticity Index
0
0
0
0
0
0
0
4:12
LA wear test (T96)
0
0
0
0
50 max
50 max
0
40max
BID NO # B1600027
Page 19
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 13.
o Complete and return bid schedule — page 12.
BID NO # B1600027
Page 20
ii'
GOUNTY
MEMORANDUM
TO: Clerk to the Board
FROM: Mike Livengood, Public Works Department
SUBJECT: Agenda Item
DATE: February 10, 2016
RE: Bid No. B1600027
Contract Agreement for the 2016 Surface Gravel Supply (Renewable for 2017 and 2018) with
VCA Aggregates LLC.
M;Francie\AGENDA memoMgenda-Cunis doc
coMv-rut A°°"
Cc: PW C ML JEC)
2-» ►� ,o/o-ov2-
co-73
BOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW/ WORK SESSION REQUEST
RE: Weld County 2016 Surface Gravel Supply, Bid #1600027
DEPARTMENT: PUBLIC WORKS
DATE: 02-4-2016
PERSON REQUESTING: Mike Livengood, Motor Grader Supervisor, Weld County Public Works
Brief description of the problem/issue:
Weld County has one contract that includes three different Surface Gravel Supply Agreements that were
bid and approved in 2015. The Board has the option of renewing the agreements from January 1, 2016,
to December 31, 2016, as permitted by the contract. One agreement with L.G. Everist Inc., for the south
area of Weld County, one with Crossfire Aggregate Services LLC for the central part of Weld County
and one with VCA Aggregates LLC for the north part of Weld County. L.G. Everist Inc. asked for an
increase to their 2015 bid amount by 1% which is allowable under the terms of the contract, you
approved the L.G. Everest agreement on January 21, 2016. Crossfire Aggregate Services LLC did not
want to renew the contract and VCA Aggregates LLC asked to increase their amount by 28% which is
outside the allowable amount under the terms of the contract. Therefore, Public works re -bid for the
central and north areas of the county for the 2016 Surface Gravel Supply.
Weld County received bids for the 2016 Surface Gravel Supply contract for up to 60,000 tons of gravel
for the North and Central areas of the county from the following (7) vendors: L.G. Everist Inc., VCA
Aggregates LLC, Connell Resources Inc., Don Kehn Construction Inc., J-2 Contracting Co., Laser
Oilfield Service, and Pine Bluffs Gravel & Excavating.
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 2016 to January 2017.
Both vendors recommended were the low bid for their respective areas. Public Works recommends
awarding the North contract to VCA Aggregates LLC for 29,500 tons, and the Central contract to Don
Kehn Construction Inc. for 29,500 tons. Don Kehn's pit is located outside of the county, however the
next lowest bid from L.G. Everist was 5.5% higher and is located farther away from the area where the
material will be used. Location of the Don Kelm and L.G. Everest pits in relation to road graveling
location increase trucking cost by 47% for L.G. Everest, making the Don Kehn pit the best value for
Weld County.
VCA's increase for this bid was a 20% increase verses the 28% that was asked for to extend last years
contract.
The budgeted amount for the 2016 Surface Gravel Supply contract is $690,000. The contracted amounts
as recommended by Public Works for 2016 Surface Gravel Supply contract is $689,775.
What options exist for the Board? (Include consequences, impacts, costs, etc. of options)
1) The Board may agree to award the contracts as recommended.
2) The Board may decide not to award the contracts.
Recommendation:
Option (1)
Approve Schedule
Recommendation Work Session
Mike Freeman, Chair
Sean P. Conway, Pro -Tern
Julie A. Cozad
Barbara Kidmeyer
Steve Moreno
Attachments
pc: Jay McDonald, Curtis Hall
RMWORMS%WakSadnpmasa 0J6 doe
Other/Comments:
•
•7•
Z
e
•••. •
l•
•{
J OI0C0 401OOOOOO (pV W(OVNOCO(OV
O)0O)0)•• WOMme-rr
•
•
mmmmm
AIR
I J 1
p •t.
mmmmm
••�•A•�. i.
•
•
2016 WELD COUNTY
NCO
CD(0 CO CO
GRAVEL CONTRACT
SURFACE
•
0 0
U U
• c c
P. ^, 0 0 O 0 «
o 'a 0 0 'a.
C.) E w E p, O
U d In T
cxCr c el a
>* O 'p^, 0 N O aj
1 E U 0 TN 0 >.UO
O 0'. O 0
E as O U v FC 0 d d'
a, fLUF e,0 s 0 s
g.
z7 c rxz r,aw
�,\N.N tic,'
InU eo
3 •• —
O 01 U 001 6 04
I. 2 vp
3 a .� N d o N N
Un L O J u O N
vi m 8« U yr. m U v
m 0 m m
._ "d 0�' ,,-
x O G.G.
v C7 y U 0 d v U o y
G N 4: = 4 G Id 'i,
W F L d
O U G O O N m w O N C
Z >a.004a... U 0.-..a
0
A A
OO(OVNOQOfO NOO(OVNOCO(OVNOWCOVNO
LO IOIOIavVMV O C)C)C) C)N NN NN CO(OVN
6 El
0VV
... ..... ....
• • 1 x
I..
BID REQUEST NO. B1600027
WELD COUNTY
DEPARTMENT OF PUBLIC WORKS
CONTRACT BID DOCUMENTS
AND
SPECIFICATIONS
FOR
SURFACE GRAVEL SUPPLY
Renewable for 2017 and 2018
February 2016
Weld County Public Works
Motor Grader Division
1111 H Street
P.O. Box 758
Greeley, Colorado 80632
970-356-4000, Ext. 3721
o2O/l0 - O +77f
BID REQUEST #B1600027 Page 1
TABLE OF CONTENTS
The following checked forms and provisions take precedence over plan drawings and supplement
the 2011 edition of the Colorado Department of Transportation "Standard Specifications for Road
and Bridge Construction" (Standard Specifications) which is to be used to administer the
construction of this project.
Page #
Notice to Bidders / Invitation to Bid
3
Instructions to Bidders
4-5
General Provisions and Information
6-11
Bid Schedule -
12
Signature Page
13
Notice of Award
14
Supply Bond Form
15
Specification and Scope of Work
16
Contacts
17
Terms and Conditions
17
Project Special Provisions
Revision of Section 106, Samples, Test, Cited Specifications
18
Revision of Section 106, Storage Materials
18
Revision of Section 703, Aggregate
19
Submittal Requirements
20
BID REQUEST#B1600027
Page 2
REQUEST FOR BID
WELD COUNTY, COLORADO
1150 O STREET
GREELEY, CO 80631
DATE: 1/14/2016
BID NUMBER: B1600027
DESCRIPTION: Surface Gravel Supply
DEPARTMENT: Motor Grader Division of Public Works
MANDATORY PRE -BID CONFERENCE DATE: 1/22/2016
BID OPENING DATE: 1/29/2016
1. NOTICE TO BIDDERS:
The -Board of County Commissioners of Weld County, Colorado, by and through its Director of - -
General Services (collectively referred to herein as, 'Weld County"), wishes to purchase the
following:
Surface Gravel Supply
The project, in general consists of stockpiling and loading up to 60,000 tons of aggregate material for
the re -graveling of roads within central and north areas of Weld County.
A mandatory pre -bid conference will be held at 8:00 a.m., on 01/22/2016, at the Weld County Public
Works Building. The Public Works Building is located at 1111 H Street in Greeley. Bidders must
participate and record their presence at the pre -bid conference to be allowed to submit bids.
Bids will be received at the Office of the Weld County Purchasing Department in the Weld County
Administrative Building, 1150 O Street Room #107 Greeley, CO 80631, until: 10:30 a.m. on January
29, 2016. (Weld County Purchasing Time Clock).
PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE
REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN
PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8.
2. INVITATION TO BID:
Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said
merchandise and/or equipment shall be delivered to the location(s) specified herein
Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and
discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay
if awarded the bid.
You can find bid information on the Weld County Purchasing website at
http://www.co.weld.co.us/Departments/Purchasinq/index.html located under Current Request for Bids.
Weld County Government is a member of the Rocky Mountain E -Purchasing System. The Rocky
Mountain E -Purchasing System (BidNet®) is an on-line notification system that is being utilized by
multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and
awards on this one centralized system.
BID REQUEST #B1600027 Page 3
Bid Delivery to Weld County — 3 methods:
1. Email. Emailed bids are preferred. Bids maybe:emailed to: b i d,s @w e I dg o v . corp:
Emailed bids must include the following statement on the email: "I hereby waive my right to
a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more
than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal.
2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must
include the following statement on the facsimile: "I hereby waive my right to a sealed bid. If
more than one copy of the bid is requested, you must submit/mail hard copies of the bid
proposal.
3. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope
with the bid title and bid number on it. Please address to: Weld County Purchasing Department,
1150 O Street, Room #107 Greeley, CO 80631.
Please call Purchasing at 970-336-7225 if you have any questions.
3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION
Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department.
Each bid must give the full business address of bidder and be signed by him with his usual signature.
Bids by partnerships must furnish the full names of all partners and must be signed with the partnership
name by one of the members of the partnership or by an authorized representative, followed by the
signature and title of the person signing. Bids by corporations must be signed with the legal name of
the corporation, followed by the name of the state of the incorporation and by the signature and title of
the president, secretary, or other person authorized to bind it in the matter. The name of each person
signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature
the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to
be the bid of the individual signing. When requested by the Weld County Director of General Services,
satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished.
A power of attorney must accompany the signature of anyone not otherwise authorized to bind the
Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall
agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as
stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces
in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are
included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out
completely, in detail, and signed by the Bidder.
Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to
ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated
in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept
unopened in a secure place. No responsibility will attach to the Weld County Director of General
Services for the premature opening of a bid not properly addressed and identified. Bids may be
withdrawn upon written request to and approval of the Weld County Director of General Services; said
request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the
part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been
awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained
herein, failure to do so will be at the bidders' risk.
In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give
preference to resident Weld County bidders in all cases where said bids are competitive in price and
quality. It is also understood that Weld County will give preference to suppliers from the State of
BID NO # B1600027
Page 4
Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any
books, stationery, records, printing, lithographing or other supplies for any officer of Weld County).
Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award
the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County
Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one
vendor.
In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the
Request for Proposal contained herein (including, but not limited to the product specifications and
scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the
Board of County Commissioners, together constitutes a contract, with the contract date being the date
of signature by the Chair of the Board of County Commissioners.
4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS
Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an
illegal alien who willperformwork-under-this contract. -Successful bidder will confirm -the -employment -
eligibility of all employees who are newly hired for employment in the United States to perform work
under this Agreement, through participation in the E -Verify program or the State of Colorado program
established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or
contract with an illegal alien'to perform work under this Agreement or enter into a contract with a
subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly
employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall
not use E -Verify Program or State of Colorado program procedures to undertake pre -employment
screening or job applicants while this Agreement is being performed. If Successful bidder obtains
actual knowledge that a subcontractor performing work under the public contract for services knowingly
employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County
within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or
contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop
employing or contracting with the illegal alien within three (3) days of receiving notice. Successful
bidder shall not terminate the contract if within three days the subcontractor provides information to
establish that the subcontractor has not knowingly employed or contracted with an illegal
alien. Successful bidder shall comply with reasonable requests made in the course of an investigation,
undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment.
If Successful bidder participates in the State of Colorado program, Successful bidder shall, within
twenty days after hiring a new employee to perform work under the contract, affirm that Successful
bidder has examined the legal work status of such employee, retained file copies of the documents, and
not altered or falsified the identification documents for such employees. Successful bidder shall deliver
to County, a written notarized affirmation that it has examined the legal work status of such employee,
and shall comply with all of the other requirements of the State of Colorado program. If Successful
bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County,
may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for
actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if
Successful bidder receives federal or state funds under the contract, Successful bidder must confirm
that any individual natural person eighteen (18) years of age or older is lawfully present in the United
States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under
the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under
penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the
United States pursuant to federal law, (b) shall produce one of the forms of identification required by
C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by
C.R.S. § 24-76.5-103 prior to the effective date of the contract.
BID NO # B1600027
Page 5
5. GENERAL PROVISIONS
A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted and otherwise made
available. By acceptance of the bid, Weld County does not warrant that funds will be available to
fund the contract beyond the current fiscal year.
B. Confidential Information: Confidential financial information of the bidder should be transmitted
separately from the main bid submittal, clearly denoting in red on the financial information at the
top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity,
Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public
records, and cannot guarantee the confidentiality of all documents.
C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as
a waiver, express or implied, of any of the immunities, rights, -benefits, protections or other -
provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or
hereafter amended.
D. Independent Contractor: The successful bidder shall perform its duties hereunder as an
independent contractor and not as an employee. He or she shall be solely responsible for its acts
and those of its agents and employees for all acts performed pursuant to the contract. Neither the
successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee
of Weld County. The successful bidder and its employees and agents are not entitled to
unemployment insurance or workers' compensation benefits through Weld County and Weld
County shall not pay for or otherwise provide such coverage for the successful bidder or any of its
agents or employees. Unemployment insurance benefits will be available to the successful bidder
and its employees and agents only if such coverage is made available by the successful bidder or
a third party. The successful bidder shall pay when due all applicable employment taxes and
income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful
bidder shall not have authorization, express or implied, to bind Weld County to any agreement,
liability or understanding, except as expressly set forth in the contract. The successful bidder shall
have the following responsibilities with regard to workers' compensation and unemployment
compensation insurance matters: (a) provide and keep in force workers' compensation and
unemployment compensation insurance in the amounts required by law, and (b) provide proof
thereof when requested to do so by Weld County.
E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and
state laws, rules and regulations in effect or hereafter established, including without limitation, laws
applicable to discrimination and unfair employment practices.
F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be
applied in the interpretation, execution, and enforcement of the contract. Any provision included or
incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be
null and void.
G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the
enforcement of the terms and conditions of the contract, and all rights of action relating to such
enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall
give or allow any claim or right of action whatsoever by any other person not included in the
contract. It is the express intention of the undersigned parties that any entity other than the
undersigned parties receiving services or benefits under the contract shall be an incidental
beneficiary only.
BID NO # B1600027
Page 6
H. Attorneys Fees/Legal Costs: In the event of a dispute between Weld County and the successful
bidder, concerning the contract, the parties agree that Weld County shall not be liable to or
responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the
successful bidder.
I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business
enterprises will be afforded full opportunity to submit bids in response to all invitations and will not
be discriminated against on the grounds of race, color, national origin, sex, age, or disability in
consideration for an award.
J. Procurement and Performance: The successful bidder agrees to procure the materials,
equipment and/or products necessary for the project and agrees to diligently provide all services,
labor, personnel and materials necessary to perform and complete the project. The successful
bidder shall further be responsible for the timely completion, and acknowledges that a failure to
comply with the standards and requirements outlined in the Bid within the time limits prescribed by
County may result in County's decision to withhold payment or to terminate this Agreement.
K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by
County, and shall continue through and until successful bidder's completion of the responsibilities
described in the Bid.
L. Termination: County has the right to terminate this Agreement, with or without cause on thirty
(30) days written notice. Furthermore, this Agreement may be terminated at any time without
notice upon a material breach of the terms of the Agreement.
M. Extension or Modification: Any amendments or modifications to this agreement shall be in
writing signed by both parties. No additional services or work performed by the successful bidder
shall be the basis for additional compensation unless and until the successful bidder has obtained
written authorization and acknowledgement by County for such additional services. Accordingly,
no claim that the County has been unjustly enriched by any additional services, whether or not
there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation
payable hereunder.
N. Subcontractors: The successful bidder acknowledges that County has entered into this
Agreement in reliance upon the particular reputation and expertise of the successful bidder. The
successful bidder shall not enter into any subcontractor agreements for the completion of this
Project without County's prior written consent, which may be withheld in County's sole discretion.
County shall have the right in its reasonable discretion to approve all personnel assigned to the
subject Project during the performance of this Agreement and no personnel to whom County has
an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder
shall require each subcontractor, as approved by County and to the extent of the Services to be
performed by the subcontractor, to be bound to the successful bidder by the terms of this
Agreement, and to assume toward the successful bidder all the obligations and responsibilities
which the successful bidder, by this Agreement, assumes toward County. County shall have the
right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor
hired by the successful bidder and the successful bidder shall cooperate in such process. The
successful bidder shall be responsible for the acts and omissions of its agents, employees and
subcontractors.
BID NO # B1600027
Page 7
O. Warranty: The successful bidder warrants that services performed under this Agreement will be.
performed in a manner consistent with the standards governing such services and the provisions
of this Agreement. The successful bidder further represents and warrants that all services shall be
performed by qualified personnel in a professional and workmanlike manner, consistent with
industry standards, and that all services will conform to applicable specifications. In addition to the
foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this
Agreement is subject to a one year warranty period during which Contractor must correct any
failures or deficiencies caused by contractor's workmanship or performance.
The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free
from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and
conform to the minimum specifications herein. The successful bidder shall warrant that he has title
to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security
interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage,
travel time, and service trucks used in the servicing (including repairs) of any of the goods to be
purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are
necessary for the first one (1) year period after said goods are first supplied to Weld County.
Bidder shall submit with their bids the following information pertaining to the equipment upon which
the bids are submitted:
1. Detailed equipment specifications to include the warranty.
2. Descriptive literature.
P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any
interest therein or claim thereunder, without the prior written approval of County. Any attempts by
the successful bidder to assign or transfer its rights hereunder without such prior approval by
County shall, at the option of County, automatically terminate this Agreement and all rights of the
successful bidder hereunder. Such consent may be granted or denied at the sole and absolute
discretion of County.
Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or
failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is
due to any cause beyond its reasonable control, including but not limited to Acts of God, fires,
strikes, war, flood, earthquakes or Governmental actions.
R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use
other contractors or persons to perform services of the same or similar nature.
S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507.
The signatories to this Agreement agree that to their knowledge, no employee of Weld County has
any personal or beneficial interest whatsoever in the service or property which is the subject matter
of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that
would in any manner or degree interfere with the performance of the successful bidder's services
and the successful bidder shall not employ any person having such known interests. During the
term of this Agreement, the successful bidder shall not engage in any in any business or personal
activities or practices or maintain any relationships which actually conflicts with or in any way
appear to conflict with the full performance of its obligations under this Agreement. Failure by the
successful bidder to ensure compliance with this provision may result, in County's sole discretion,
in immediate termination of this Agreement. No employee of the successful bidder nor any
member of the successful bidder's family shall serve on a County Board, committee or hold any
such position which either by rule, practice or action nominates, recommends, supervises the
successful bidder's operations, or authorizes funding to the successful bidder.
BID NO # B1600027
Page 8
T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or
unenforceable by a court of competent jurisdiction, this Agreement shall be construed and
enforced without such provision, to the extent that this Agreement is then capable of execution
within the original intent of the parties.
U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-
judicial body or person. Any provision to the contrary in the contract or incorporated herein by
reference shall be null and void.
V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid
until -it has been approved by the Board of County Commissioners of Weld County, Colorado or its
designee.
W. Compensation Amount: Upon the successful bidder's successful completion of the service, and
County's -acceptance of the same, County agrees to pay an amount no greater than the amount of
the accepted bid. The successful bidder acknowledges no payment in excess of that amount will
be made by County unless a "change order" authorizing such additional payment has been
specifically approved by the County's delegated employee, or by formal resolution of the Weld
County Board of County Commissioners, as required pursuant to the Weld County Code.
X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder
and the successful bidder agrees to be solely responsible for the accurate reporting and payment
of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall
not be entitled to bill at overtime and/or double time rates for work done outside of normal business
hours unless specifically authorized in writing by County.
6. INSURANCE REQUIREMENTS
General Requirements: Successful bidders must secure, at or before the time of execution of any
agreement or commencement of any work, the following insurance covering all operations, goods or
services provided pursuant to this request. Successful bidders shall keep the required insurance
coverage in force at all times during the term of the Agreement, or any extension thereof, and during any
warranty period. The required insurance shall be underwritten by an insurer licensed to do business in
Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid
provision or endorsement stating "Should any of the above -described policies by canceled or should any
coverage be reduced before the expiration date thereof, the issuing company shall send written notice to
the Weld County Director of General Services by certified mail, return receipt requested. Such written
notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of
premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or
self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be
responsible forthe payment of any deductible or self -insured retention. County reserves the right to
require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or
self -insured retention to guarantee payment of claims.
The insurance coverage's specified in this Agreement are the minimum requirements, and these
requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants
that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities
that might arise out of the performance of the work under this Contract by the Successful bidder, its
agents, representatives, employees, or subcontractors. The successful bidder shall assess its own
BID NO # B1600027
Page 9
risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The
successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract
by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The
successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that
it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to
these requirements must be made in writing by Weld County.
The successful bidder stipulates that it has met the insurance requirements identified herein. The
successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of
all materials and services provided, the timely delivery of said services, and the coordination of all
services rendered by the successful bidder and shall, without additional compensation, promptly
remedy and correct any errors, omissions, or other deficiencies.
INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers,
agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any
type or character arising out of the work done in fulfillment of the terms of this Contract or on account of
any act, claim or amount arising or recovered under workers' compensation law or arising out of the
failure of the successful bidder to conform to any statutes, ordinances, regulation, law _or court decree.
The successful bidder shall be fully responsible and liable for any and all injuries or damage received or
sustained by any person, persons, or property on account of its performance under this Agreement or
its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect
of The successful bidder in its methods or procedures; or in its provisions of the materials required
herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or
other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It
is agreed that the successful bidder will be responsible for primary loss investigation, defense and
judgment costs where this contract of indemnity applies. In consideration of the award of this contract,
the successful bidder agrees to waive all rights of subrogation against the County its associated and/or
affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and
volunteers for losses arising from the work performed by the successful bidder for the County. A failure
to comply with this provision shall result in County's right to immediately terminate this Agreement.
Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any
Agreement, insurance in the following kinds and amounts:
Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance
covering all of the successful bidder's employees acting within the course and scope of their
employment. Policy shall contain a waiver of subrogation against the County. This requirement shall
not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation
Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver
form.
Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an
insured contract, and defense costs, with the minimum limits must be as follows:
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$2,000,000 products and completed operations aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person,
$1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all
vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned
vehicles used in the performance of this Contract.
BID NO # B1600027
Page 10
Successful bidders shall secure and deliver to the County at or before the time of execution of this
Agreement, and shall keep in force at all times during the term of the Agreement as the same may
be extended as herein provided, a commercial general liability insurance policy, including public liability
and property damage, in form and company acceptable to and approved by said Administrator, covering
all operations hereunder set forth in the Request for Bid.
Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of
insurance, a policy, or other proof of insurance as required by the County's Risk Administrator
in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor
liability, and inland marine, Successful bidder's insurer shall name County as an additional insured.
Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation
rights against County.
Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers
or other entities providing goods or services required by this Agreement shall be subject to all of the
requirements herein and shall procure and maintain the same coverage's required of Successful
bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -
vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors
maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such
subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by
the County.
The terms of this Agreement are contained in the terms recited in this Request for Bid and in the
Response to the Bid each of which forms an integral part of this Agreement. Those documents are
specifically incorporated herein by this reference.
BID NO # B1600027
Page 11
BID SCHEDULE
2016 Surface Gravel Supply
North Location: (North of Highway 34)
ITEM #
304.00
ITEM
Surface Gravel
PIT LOCATION
\JAN GLetu' p,
,f/to o . e -R (s4
Central Location: (Greeley and surrounding area)
4 -
QUANTITY UNIT
30,000
TON
30,000 TON
30,000
TON
30,000
TON
ITEM # ITEM R PIT LOCATION QUANTITY UNIT
PRICE PER
CONTRACT PRICE
UNIT
8,1
f
aq'ISoo
304.00 Surface Gravel
30,000
30,000
TON
TON
PRICE PER
UNIT
I 1106ic
CONTRACT PRICE
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.
BID NO # B1600027
Page 12
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. #B1600027.
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 VC. t� %t 11reyt4eS LLC
BUSINESS
ADDRESS
yys ! ltl ProJveer Or.
CITY, STATE, ZIP CODE G r c c t ekt / Colo rkcfo
TELEPHONE NO ?r4-aso-oeoo FAX
PRINTED NAME AND TITLE
SIGNATURE
,UQrrtrd,
Bo63 `(
AksmEcs
E-MAIL M /c.1SMKS La l i Lie . con]
TAX ID# '-/7 /77,23o3
en era( P4.--Nev
DATE 1/.29/ao/6
**THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE**
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03551-0000.,,,,//YOU DO NOT NEED TO SEND BACK PAGES 1 - 8.
ATTEST: `aleAt ) 5 . rd eb;e L '. BOARD OF COUNTY COMMISSIONERS
Weld County Clerk t the Board ,WELD COUNTY, COLORADO
BY:a-�-
- putt' Clerk to the
ri^
Mike Freeman, Chair FEB 1 7 2016
APPROVED AS T• B`TANCE:
Director of General Services
BID NO # B1600027
/6-0+17;4)
Page 13
NOTICE OF AWARD
Surface Gravel Supply
To:
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 the central and north areas of Weld County.
The Owner has considered the Bid submitted by you for the above described Work in response to its Invitation
-forBids-and Instructions to Bidders.
You are hereby notified that your Bid has been accepted in the amount of $
or as shown in the Bid Schedule.
You are required by the Instructions to Bidders to execute the Agreement within ten (10) calendar days from
the date of this Notice to you.
If you fail to execute said Agreement within ten (10) days from the date of this Notice, said Owner will be
entitled to consider all your rights arising out of the Owner's acceptance of your bid as abandoned. The Owner
will be entitled to such other rights as may be granted by law.
You are required to return an acknowledged copy of this Notice of Award to the Owner.
Dated this day of 2016.
Weld County, Colorado, Owner
By
Curtis Hall, Operations Manager
ACCEPTANCE OF NOTICE
Receipt of the above Notice of Award is hereby acknowledged by
(Contractor)
Dated this day of , 2016.
By:
Title:
BID NO # B1600027
Page 14
SUPPLY CONTRACT BOND
KNOW ALL MEN BY THESE PRESENTS, That, as Principal, (hereinafter called
the Supplier),
(here insert full name and address or legal title of Supplier)
and as Surety, (hereinafter called Surety),
(here insert full name and address or legal title of Surety)
are held and firmly bound unto Weld County as Obligee, (hereinafter called the Buyer), in the just and full sum
of
(here insert full name and address or legal title of the Buyer)
for the payment of which sum, well and truly to be made, the said Supplier and Surety bind themselves, and
their respective heirs, administrators, executors, successors and assigns, jointly and severally firmly by these
presents.
WHEREAS, the Supplier has entered into a certain written contract with the Buyer dated 20 to
furnish the following briefly described supplies: which contract is hereby referred to and
made a part hereof as fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, the said Supplier and Surety
shall fully indemnify and reimburse the Buyer for any loss that it may suffer through the failure of the Supplier
to furnish said supplies in accordance with the terms of said contract, at the time(s), and in the manner
therein specified. This includes any reasonable and additional costs the Buyer must expend in order to fulfill
the terms of the contract, such as replacing material at additional cost.
IN WITNESS WHEREOF, the said Supplier and Surety have signed and sealed this instrument this the
day of , 20
(Principal)
(Seal)
(Title)
(Witness)
(Surety)
(Seal)
(TitleAttach valid Corporate Power of Attorney Form
(Witness)
BID NO # B1600027
Page 15
SPECIFICATIONS AND/OR SCOPE OF WORK:
Purpose: Weld County is soliciting bids for surface gravel supply. The project, in general consists of crushing,
stockpiling and loading up to 60,000 tons of aggregate material for the re -graveling of roads within the central and
north areas of Weld County.
GENERAL CONDITIONS AND SCOPE:
1. All surface gravel shall meet specifications described on page 19 of this document. Weld County will not supply any material
for this project.
2. The contractor will follow all rules and regulation stipulated in the permit for the site.
3- Project time will be from January 2016 through January 2017.
4. Weld County will select the bidder based on the lowest cost to the County.
5. The successful bidder shall provide a Supply Bond to the County as arranged by the parties.
6. The successful bidder shall provide a certificate of insurance to the County as arranged by the parties.
7. Certified scales are required.
8. Payment shall be made according to the bid prices per ton times the tons of material supplied as determined by scale tickets
from the pit. All tickets must be legibly signed by a Weld County employee.
9. The Contractor shall follow all OSHA AND MSHA regulations. The Contractor is also required to provide all permitting
associated with the contracted equipment and labor.
➢ MSHA ID # (for crusher unit)
➢ APCD (State Health and Environment Department)
> Air Pollution Permit (for crusher unit)
10. Weld County Public Works personnel normally work 7:00am to 3:30pm, Monday through Friday. Occasionally, due to
circumstance beyond our control, work may extend to earlier than 7:00 am and later than 3:30 pm and/or Saturday and/or
Sunday. The successful bidder is required to accommodate these situations as necessary for the unit price shown in the bid.
11. Weld County will select the bidder based on the lowest cost to the County, considering job -site location and hauling cost.
Materials' may be purchased from multiple bidders based on plant location.
12. The specification for material supply shall be in accordance with the Colorado Department of Transportation, Standard
Specification for Road and Bridge Construction 2011, unless otherwise stipulated in this document. References to the
division shall mean Weld County and all documentation required will be handled through the Weld County Public Work
Department.
13. Weld County reserves the right to terminate this contract at any time if, in the opinion of the Public Works. Director, the
successful contractor(s) are not performing according to provisions outlined in this contract or according to Colorado
Department of Transportation Standard Specifications for Road and Bridge Construction.
14. Weld County reserves the right to utilize county personnel and equipment to load materials at the contractors facility at any
time if, in the opinion of the Public Works Director, the successful contractor(s) are not diligently attempting to load materials
to efficiently supply county operations.
BID NO # B1600027
Page 16
Schedule:
Bids due to Purchasing
Bids accepted by BOCC
January 28, 2016
February 10, 2016
Weld County Contacts:
Question related to the project and procedures should be directed to:
Joshua J. Holbrook —Construction Inspection Supervisor
Weld County Public Works
_4970)304-6496, ext. 3734 _ _
Jholbrook@weldgov.com
TERMS AND CONDITIONS:
Curtis Hall — Operations Manager
Weld County Public Works
—(970)3046496, .ext. 3721
chall@weldgov.com
This one-year contract is renewable for up to (2) additional years. Material cost adjustments
will be considered at the end of each calendar year that this contract represents. Any price
adjustments must be verified by justification of base bid cost increase of materials, labor or
other associated items included in the original cost of the material supply. Cost increase must
be consistent with regional trends. Weld County will use the ENR Cost Index. The base price per
ton may increase from one year to the next by no more than the increase reflected in the
Engineering News Record for the cost index for the Base Course Item out of Denver as a measure
of reasonableness for justified increase. Price adjustments will not be implemented without final
approval from Weld County. Weld County reserves the right to cancel this contract and re -bid the
surface gravel supply contract if, in the opinion of the Public Works Director, the cost increase are not
justified or consistent with regional trends.
BID NO # B1600027
Page 17
REVISION OF SECTION 106
SAMPLES, TESTS, CITED SPECIFICATIONS
Section 106 of the Standard Specifications is hereby revised for this project as follows:
Subsection 106.03 shall be revised as follows:
1) Sampling and testing will be done in accordance with table 1-A
2) Weld County reserves the right to select random samples from the stock pile for retesting. The retesting
may be prior to or after incorporation of materials in the work. Those materials sampled and tested that do
-not meet the requirements- ofthwtontract will be rejected.
FREQUENCY GUIDE SCHEDULE MINIMUM MATERIALS SAMPLING AND TESTING FOR QC.
Table - 1-A
Type of Test
Sampling and Testing
Frequency
Verification Testing ASTM or AASHTO)
Gradation
1 per 2,000 Tons
AASHTO T27 and T11
Atterberg Limits
1 per 2,000 Tons
ASTM D 4318-10
LA Abrasion
1 per source
AASHTO T96
Fractured Faces
1 per source
ASTM D 5821
REVISION OF SECTION 106
STORAGE OF MATERIALS
Section 106 of the Standard Specifications is hereby revised for this project as follows:
Subsection 106.08 shall be revised as follows:
Materials shall be stored to assure the preservation of their quality and fitness for the work. Stored materials,
even though conditionally approved before storage, will be subject to inspection and testing prior to
incorporation into the work. Storage of material could be required for the length of the contract.
BID NO # B1600027
Page 18
REVISION OF SECTION 703
AGGREGATE
Surface Course Aggregate. Delete the text including Table 703-3 and substitute the following:
Furnish hard, durable particles or fragments of crushed stone, crushed slag, or crushed gravel conforming to the
following:
Los Angeles abrasion, AASHTO T96
Fractured faces, one or more, ASTM D 5821
Free from organic matter and lumps or balls of clay
Liquid Limit, AASHTO T 89
Dust ratio: % passing #200
40% max.
45% min.
35 max.
2/3 max.
%-passing-#40 — — --
(6) Gradation and plasticity index, AASHTO T 90 (Gravel Surfacing column) Table 7-8
Do not use material that breaks up when alternately frozen and thawed or wetted and dried.
Obtaining the aggregate gradation by crushing, screening, and blending processes as necessary.
Fine aggregate, material passing the No.4 sieve, will consist of natural or crushed sand and fine mineral particles.
Do not furnish material that contains asbestos fibers.
Table 7-8
Target Value Ranges for
Surface Course Gradation and Plasticity Index
` s t''
Sieve Designation
' *
Mass Percent-P
,:t
assing Square Mesl Sieves
_. t .,a.;, .,,_-.7 7
- -"
I•`-'..,c.x:.,n. -
.. r..
...s
LL not greater than 35
LL not greater than 20
Gravel
Surfacing
Standard
(mm)
Mesh
(in)
Class 1
Class 2
Class 3
Class 4
Class 5
Class 6
Class 7
150.00
6
C
100
•:� , z
°
100.00
4
r..z
r 3
100
+
.>
_
u.
75.00
3
`
; „`
95-100
63.00
2 %:
100
50.00
2
95-100
r r r::'
+:, '•,:'
'.:r:
100
`. u
,`
+, / ^
sr ,'..�
37.50
1Y2
'
90-100
100
100
25.40
1
,
95-100
100
90-100
19.00
'/<
s-,
:.
50-90
ei
100
�
12.5
1/2
,
v
.fi +t �.,.
' y
55-80
4.76
No.4
.
45-65
2.38
No.8
25-55
20-85
33-53.
0.42
No. 40
'
..
�s`1-
15-35
0.07
2��
00
3-15
3-15
20 max
3-12
3-15
3-12
5-15
4-15
Plasticity Index
0
0
0
0
0
0
0
4.-12
LA wear test (T96)
0
0
0
0
50 max
50 max
0
40;rriax
BID NO # B1600027
Page 19
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 13.
o Complete and return bid schedule — page 12.
BID NO # B1600027
Page 20
MEMORANDUM
TO: Board of Commissioners . DATE: February 4, 2016
FROM: Jay McDonald, Public Works Director
Curtis Hall, Public Works Operations Manager
SUBJECT: Surface Gravel Supply for 2016 (BID REQUEST NO. B1600027)
Weld County Public Works Department is recommending different vendors to serve the North 2016 surface gravel supply and Central
2016 surface gravel supply. The total budget for the 2016 surface gravel supply is $690,000. This recommendation is for a total of
59,000 tons of surface gravel material totaling $491,175. There is $491,400 left in the budget after the BOCC approval of the contract
extension with L.G. Everist on 1/21/2016 for the South 2016 surface gravel supply consisting of 30,000 tons at $6.62 per ton for
$198,600.
North: Weld County Public Works Department recommends the low bid from VCA Aggregates LLC be awarded the bid for the
North material supply based on the pit location relevant to road resurfacing needs. 29,500 tons @ $8.15/ton = $240,425.
Pit Location: Van Cleave Pit — Northwest of CR 139 and CR 104, New Raymer, CO
Central: Weld County Public Works Department recommends the low bid from Don Kelm Construction Inc. be awarded the bid for
the Central material supply based on the pit location relevant to road resurfacing needs. 29,500 tons @ $8.50/ton = $250,750.
Pit Location: 6550 South County Road 5, Fort Collins, CO
If you have any questions please call Jay at extension 3761 or Curtis at extension 3721.
, 2/G_ 047z-
Surface Gravel Supply for 2016
(BID REQUEST NO. B 1600027)
Weld County Public Works Department gravel pit recommendations for 2016 Surface Gravel Supply.
Vendor
(North)
VCA Aggregates LLC
4459 W Pioneer Dr
Greeley, CO 80634
(Central)
Don Kehn Construction
6550 South CR 5
Fort Collins, CO 80528
(South)
L. G. Everist
7321 East 88th Ave.
Suite 200
Henderson, CO 80640
Budgeted Amount
Pit Location
WCR 139/104
New Raymer, CO
6550 S CR 5
Fort Collins, CO
12546 CR 18
Fort Lupton, CO
Tons Price/Ton Total Cost
29,500 $8.15 $240,425.00
29,500
30,000
$8.50
$6.62
$250,750.00
$198,600.00
$689,775.00
$690,00.00
DATE OF BID: JANUARY 29, 2016
REQUEST FOR: SURFACE GRAVEL SUPPLY
DEPARTMENT: PUBLIC WORKS DEPT
BID NO: #61600027
PRESENT DATE: FEBRUARY 1, 2016
APPROVAL DATE: FEBRUARY 17, 2016
VENDOR
VCA AGGREGATES LLC
4459 W PIONEER DR
GREELEY CO 80634
DON KEHN CONSTRUCTION INC
6550 SOUTH COUNTY RD 5
FT COLLINS CO 80528
L.G. EVERIST INC
7321 EAST 88TH AVE SUITE 200
HENDERSON CO 80640
CONNELL RESOURCES INC
7785 HIGHLAND MEADOWS PKWY #100
FT COLLINS CO 80528
J-2 CONTRACTING CO
PO BOX 129
GREELEY CO 80632
LASER OILFIELD SERVICE
1011 11TH AVENUE
GREELEY CO 80631
PINE BLUFFS GRAVEL & EXCAVATING
600 PARSON
PINE BLUFFS WY 82082
WELD COUNTY PURCHASING
1150 O Street Room 107, Greeley CO 80631
E -Mail: mwaltersCa,co.weld.co.us
E-mail: reveretteco.weld.co.us
Phone: (970) 356-4000, Ext 4222 or 4223
Fax: (970) 336-7226
QTY - 30,000 tons
PRICE PER UNIT
NORTH LOCATION
$8.15/ton
$8.50/ton
NO BID
$9.00/ton
$10.50/ton
$13.00/ton
$16.00/ton
NORTH LOCATION — NORTH OF HWY 34
CENTRAL LOCATION — GREELEY AND SURROUNDING AREA
*PUBLIC WORKS WILL REVIEW THE BIDS.
Qty - 30,000 tons
PRICE PER UNIT
CENTRAL LOCATION
NO BID
$8.50/ton
$8.97/ton
NO BID
$10.50/ton
NO BID
NO BID
EGccis
Hello