Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20140671
- � :,'��"� 1_ `,,. 8 b 1 �,�� �[� ` MEMORANDUM .�- ,,,�r�_ _ - � � G O.u_N r Y-� TO: Clerk to the Board DATE: March 17, 2016 FROM: Josh Holbrook, Inspection Supervisor SUBJECT: BOCC Agenda R E C E i V E D MAR 21 201b WELD COUNTY RE: Bid #1400024 COMMISSI�NERS Doc# 2014-0671 Contract Agreement Extension/Renewal with GCC of America, extended to March 17, 2017. M�.�Francie\AGENDA memos\AgendaJosh-1.docx �; �� �� � c C_ Y �,�,.c�-- .�.. �—�� av�r-c���r � v� �-�-r� ����� � � BOARD OF COUNTY COMMISSIONERS RF,VIEW/WORK SESSION REQUEST RE: Bulk Cement Contract Extension/Renewal DEPARTMENT: WF,LD COUNTY PUBLIC WORKS DATE: 3.14.2016 PERSON REQUESTING: Joshua Holbrook, Weld County Public Works Brief description c�f the problem/issue: The 2015 Agreement for the Bulk Cement Contract with GCC of America may be extencled from March 18, 2016, to March 17, 2017, as permitted by the contract. This extension would be the third and final year of a possible three-ye�r term limit. The contract also allows for yearly rate adjustments based upon the current Engineering New-Record (ENR) for Type One Portlarid Cement, which was a 1.79% increase from January 2015 to January 2016. GCC of America did request an incrcase of 1.79°/o. "1'he bulk cement budget for 2016 is $1,080,000.00, and the GCC of America contract price is $1,007,466.64. GCC of America was awarded this contract zn 2014 as the low bid contractor, and the department has been satisfied with their product. , What options exist for the Board? (Include consequences, impacts, costs, etc. of options) The Board may either approve or deny the contract eYtension/renewal. Recommendation to the Board: I recommend approval of the contract extension/renewal to UCC of America for the Bulk Cement Contract. Approve Schedule Recommendation Work Session Comments Mike Freeman, Chair __� Sean P. Conway, Pro-Tem � � Julie A. Cozad Barbara Kirkmeyer � Steve Moreno 7"� cc: Jay McDonald Cuirtis Hall Duane Naibauer Mona Weidenkellet• Janet Lundquist Attachments: 2016 Contract Agreement Extension/Renewal 2016 Bid Schedule 2015 vs. 2016 cost comparison MABRIUGE CON-(RACTS\Cement Siahilizalion�'_016 Crinerl Contiacl Renewal�Renewal Docs\WorkJ'ession(Work Session Request)docs �- CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN � THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND GCC OF AMERICA This Agreement Extension/Renewal(`Renewal"),made and entered into 11 day of March.2016•by and between the Board of Weld County Commissioners,on behatf of the Weld Cou�ty Department of Public Works,hereinaker referred to as the "Department",and GCC of Ameriw,hereinafter referred to as the'Contrado�". WHEREAS the parties entered i�to an agreement on March 17,2014(the"Original AgreemenY�,identi(ied as document BM1400024/2014-0671. WHEREAS the parties hereby agree to eztend the term of the OriQinal Agreement in accordance with the terms of the Origi�al Agreement,which is incorporated by reference herein,as well as the terms provided herein. NOW THEREFORE,in consideratfon of the premises,the partles hereto covenant and agree as follows: • The Agreement will end on March 17,2015. • The partles agree to extend the Agreement for an addidonal one year perlod,which will begin March 18.2016.and wili end on March 17.2017. • The Nenewal,together wfth the Agreement,constitutes the entire understanding between the parties. The following change is here6y made to the Contrect Documents: 1.This extens'an will be the third and final year of a possible three year contract 2.The 2015 Bid Schedule of the conUct shall be replaced by the attached 2016 Bid Schedule,which is incorporated heretn. • All other terms and conditions of the Original Agreement remain unchanQed. IN WITNE55 WHEREOF,the parties hereto have duly executed the Agreement as of the day,month,and year first above written. CONTRACTOR:(�we.�� S�.rP��sr APPRQVED AS TO tl STANCE: r �J�U�� �C a.�. C Printed Na e � Ek Offi ', epartment Head Sig�ature � ��� � (/�/-..�� GCG- oF Q�nn rresr: ��) ci• �.�+ ���F � p� Id u ty erk to the Boa r n ov s ro Noi `: 1g6t .t� g , Controller � BOARD OF COUNTV COMMISSIONERS WELD COUNTY,COLORADO AP VED ORM: '/ , � �J/ ',� � L,Q;....._- Mike Freeman,Chair CountyAttorr�Q/u APp 0 � �0�� X�/'a. �t Director of Generol Services ao�¢_ ���i 2018 81D SCHEDUtE Buik Pordand Gment DESCRIPTION UNITS UNIT PRICE PoNand Cement(Type I-II) (Q� Sy (Low Alkali) Ton ; Delivery(<70 mi.Rou�dtrip) E���` Est.310 tons Mile Delivery(>70 mi.Rountltrip) s�� � Est.7,685 tons Mile Standby Time Hour g �� �e� ir�f' Q�i�r �+►'1� t���$/ Appendix A includes a ma ol Uie anti �0�, P e cipaled project loCetlans as well as an estimate tonn8ge amount for each site. This fnformatlon is inclucied as r.�[qQr�aUon oMv and is subject to chanqe without modHlcaGons to the approved bid amounts. Plant Location(List the address from where the cement will be tlelivered from) i Location 1 Plant Nama: �,�Vvtol�`,L ��h� l��C- 6Y �-(Wt�r�cC Physlcal Addrefs: 1��� �,�l y� C �C� Cky,State: �'C L',n�l<c C Ov. � �-1� Location 2 Plant Name: �y�v�r Ttc r.n..��� Physlpl Addross: -[ �Q �. ����' C.1�/ e.. �KY,State: G+.tJc.r ��} �C��i �A Please note below if Plant locations have Bmitations on availability or special requiraments SIGNATURES: Dalad this `n��" day of ' '`a«-� 2� �jn FIRMNAME:_ �CG O� C�VhtnC� BY• \�]GJ�� ��'n�r TI7LE: Y"iG���� y'Iav��,'�r- BIpDER'S LEGAL SIGNATURE:_ ._� STATE OF INCORPORATION� nooRess: O lncc St, 10�� �,r �c�tola�c �C� �(3�241a TELEPHONE NO� � FAX NO: ^ S 7'1� BID NO*81400024 Page 1 r ' . � �' o 0 rn �n r� o r� � �n o � .� c-i ,-i o � a� ` U C 0 v�i d' � Qi O p N ul Oi �n O V O Ol N N O � U O Oi � �, � O •� N � t/} +J} t/} t/} �+I � � � � � C � � � 2 � � �n o ,�'„ � oo �n o V p N N Q�j ++ r-1 .� � � i!") V} i/? j!F N O V � �Ip'� � ('�� � � � � � � � � � 2 > r�-1 � O ^ N ri n � Z �+ W Q tD v 'L r+ � � o N O � '� � C �+' +. N 'a �p � V � � � , O p - � � � � . O ,� O � � �� � � N +-' Q' O !D � C � � L L � � � H � L � � � � Q � '^ N 61 v � � � V � � � F=. � ` �. >- t6 N 41 'B > > � i = � � v � � d Q � � �--� N m �.r I NI I a+ MEMORANDUM TO: Clerk to the Board DATE: March 20, 2015 FROM: Josh Holbrook, Inspection Supervisor SUBJECT: BOCC Agenda RE: Bid #B1400024 Doe #2014-0671 Bulk Cement Contract Extension/Renewal with GCC of America. This extension/renewal is from March 18, 2015, to March 17, 2016. Enclosed are two duplicate originals. Please return one original to Public Works. 3 - 3O - O9o/6 Li 2(c) 3-5D-/J`J Cr: (720Ni -cCo71 6) EG o070 BOARD OF COUNTY CO:�IMISSIONERS REVIEW/ WORK SESSION RF.QUF.ST RE: Bulk Cemcnt Contract F.xtension/Renewal DEP.ARTM�N"I': WELD COUNTY PUBLIC WORKS DAT�: 3.10.2015 PF,RSON REQiITiST[NG, .loshua [folbrook, Weld County Public Works I3rief description of'the problcm/issue: Thc 2014 Agreeinent for thc Bulk Cement Contract may be extended &om March 18, ?015, to March 17, 2016, as permitted by tha contract. This extension would L�e the second year of a possiblz threc-year temi limit. Tl1e contract also allows for ycarly rate adjustments based upon the currenl Engineering New-Record (GNR) lor Type Onc Porlland Cement, wliich was a 7J5°io inerease from January 2014 ro January ?015. GCC of Amcric� did request an increase of 7.50°/u for the supply of cement; however, they did oot request a price incrcase for the delivery of the cement. The bulk cement budget for 2015 is $1,Z00,000.00, and the GCC of America contract pricc is $1,135,178.6�. GCC of America was awarded this contract in 2014 as the low bid contractor, and the department has been satistied with their product. What options exist for the Board? (lncludc consequences, impacts, costs, ctc. of options) The Board may either approve or de�ry the contract extension/rene�val. Recummendation to the Board: i recomme�d approvaf of Uie coniract extension/renewal to GCC of America for the Bulk Cement Contract. Apnrove Schcdule Recommendation Work Session Comments Barbara Kirkmcyer, Ch�ir � Mike Frceman, Pro-Tem (n'� SeNn P. Crniway _����� Julie Cozad S[eve Moreno J �� ` cc: Curtis Hall Stcvc DcTicnnc Janet Lundquist Attachments: 2015 Contract Agreement Extension/Renewal 2015 I3id Schedule 201 d vs. 201� cost comparisan „-uvu�.d � � i� ..�..ni .i� m_ , i��i��..�a.R: �.�a.�ti.s. �k . �unia�vk.- .nnkuyuupJoce CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND GCC OF AMERICA This Agreement Extension/Renewal ("Renewal"), made and entered into 3 day of March 2015 by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and GCC of America, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement on March 17, 2014 (the "Original Agreement"), identified as document B#1400024/ 2014-0671. 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 Agreement will end on March 17, 2015. The parties agree to extend the Agreement for an additional one year period, which will begin March 18, 2015 and will end on March 17, 2016. The Renewal, together with the Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. This extension will be the second year of a possible three year contract 2. The 2014 Bid Schedule of the contact shall be replaced by the attached 2015 Bid Schedule. 3. The total contract amount shall not exceed $1,135,178.65 for 2015 All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: -Ju5e-eV1 t Finnevn Printed Name �. pit. -fad " IA. Signat e { er- 4 CC c f A:neV ED AS 7 FUN Controller APPROVE County A Director of General Services APPROVED AS TO S .:STANCE:' Electied O ATTEST Weld BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORA9h or Department Head unty e rk to Board Barbara Kirkmeyer, Chair MAR 3'0 2015 O,7 o‘, 7/ 6) 2016 BID SCHEDULE Bulk PoRland CemeM DESCRIPTION UNITS UNIT PRICE Portland Cement(Type I-II) ( � (�ow Alkali) Ton S �o Delivery (<70 mi. Roundtrip) c/ � � Est. 220 tons Mile S �8� �« "�"� �v'^'� ��f Delivery (>70 mi. RoundVip) Est. 9,105tons Mile S � SS � �^"`\� ��"""°� ��� StandbyTime Hour E����' 'V ����� ��e � ��L� n`�`'� Appentlix A inGudes a map of the antidpated projed locations as well as an estimate tonnage amount for each site. This infortnation is induded as infortnation onlv and is subject to change without modifications to the approved bid amounts. Plant Location (List the address from where the cement will be delivered from) Locationl PlantName: ��C7�C\L. ��a^ T f 1���. OP d.v�^er�c� PhysicalAddreas: �d�O �"j �h2�- U�^j' City,State:��'1�c�Sur. ��) �� �o�C� Location2 PIaMName: � e��nve— �tcv���.-� Physical Address: '7.�-U E� ����' �v'�' City, State: 1\. e���� f (1 ��J�l L Please note below if Plant locations have limitations on availability or spedal requirements heA � SiGNATURES: Dated this � day of �a+�� ,20 � �' . FIRM NAME' �'�CC Q T `'� W e��«- a \ ` 1n� BY: cJ�U- � � TITLE: �.cc�(� r 1'�c�...�-c ! BIDDER'S LEGAL SIGNATURE: �-- � STATE OF INCORPORATION: ADDRESS. COO� S _ V'�Cii�/ S j , 1Gt� t IOU/ b1C��o�Y CO �G.2Ll�. TELEPHONE NO: �G3 �.��]'J ,I� FAX NO: JG J �� � �CJ BID NO#87400024 Page 1 0000 0000 � 000 v � 000 @ v C 0 O � C O � N N 7 O 00 .. m o c o n � �--I N M V1 N � e-I N I� C l!1 U O N M m o .-+ '+ o ." `� � � � � � � •+ o 0 0 0 N � O O O O V1 O m O G N I� M V1 � m � m � � � � tn m a�o u�i o O I� N N O � V O O1 '� y �.y O N C Y � N VT N N N � V Y W +'I N C 0 � � N N ] F � H � � 2 H O V � n �o �n o .1 ;� co 00 �n o O O pi N N O N U m m > j � � � � � e-I O N cl� v v L c — — � F � � x 0 n � u z z N W N � � O 0- �.q V � p V C — -p � 0 o a c c N y � � � _ � � � � = y v p � � V O � � � O � L N NN E G vl C _ p� O r0 "'� --�� ~ F n t � C ~ Y w C t v Q v Y � � N v N v � � V - � F � ? T T C � � v j V - - C O v v � d � � N ti N M C �IN MEMORANDUM TO: Clerk to the Board DATE: March 20, 2014 FROM: Josh Holbrook, Inspection Supervisor SUBJECT: BOCC Agenda RE: Bid #B1400024 Agreement for Purchase of Materials with GCC of America for Bulk Portland Cement for 2014. One original is attached. CC-IA1') 0 M:\Francie\AGENDA memos\AgendaJosh. docx ee: Pa) lie. 1.7)/) 3/024 02014- 067/ puctRRo eG oU %d NOTICE OF AWARD Bulk Portland Cement For 2014 To: Dave Gray GCC of America D @n ona30 (Qi7C� 5. Cheery S'4-' ≤uLte tCCL (' Gtatctc-t4 Col 8L..'( Project Description: Bulk Portland Cement for 2014 You are hereby notified that your Bid/Proposal has been accepted in the amount of $791,401.11 or as shown in the Bid Schedule. You are required by the Instructions to Bidders to execute the Agreement and furnish the required Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Insurance 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 8 day of March , 2014 Weld County, Colorado, Owner Digitallysigned by Josh Holbrook /,c// oN:ae=us,a[ eo as wro, wemCounty, ou Fublic Wor Works,ou-Vrers, cn=lcishH3r By Date 2014 0813dP.5A:4JD]40' Josh Holbrook, Construction Inspection Supervisor ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by _Jos.ceLt S• CtenCry c .CC cry �i-rn-eire ccr_ 400 S.. LPtivri S( 5fe ioo/ c Ckneedt,CO (Contractor) er C3 (fe,,, Dated this / ' 4-6 day of m aft ('1 By: ry.A, " ,r 9 20 it/ Title: h .C7 a S. t AGREEMENT FOR PURCHASE OF MATERIALS BETWEEN WELD COUNTY AND GCC OF AMERICA BULK PORTLAND CEMENT FOR 2014 THIS AGREEMENT is made and entered into this 1 7 day of `Liuvch , 2014, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and GCC of America, [an individual], [a limited liability partnership] [a limited liability company] fa corporation)whose address is 130 i-etwea0, hereinafter referred to as Contractor". 600 s. C.ltevr y SI- £ c+e (000 6 t of et le, CO SO ,2 c, Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. Exhibit A consists of County's Request for Bid (RFB)as set forth in "Bid Package No. B1400024". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. WITNESSETH: WHEREAS, County requires road construction materials in order to build and repair County roads for which it is responsible, and WHEREAS, Contractor is able to provide the materials required by County, at the prices and locations described in Exhibits A and B, copies of which is attached hereto and made a part hereof by this reference. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Components of Agreement: County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Contractor acknowledges that Exhibit A may contain highly important forms and/or documents, some of which must be completed subsequent to the execution of this Agreement, and acknowledges that those forms requiring completion by Contractor shall be completed to the satisfaction of County at the time and in the manner required by County. Contractor further acknowledges that a failure to comply with any of the requirements of Exhibit A and B may result in County's decision to withhold payment. and Contractor's willingness and ability to meet those requirements 2. Materials Provided by Contractor & Delivery. Contractor agrees to provide the road construction materials described in and for the prices set forth in Exhibits A and as set forth by Contractor in Exhibit B throughout the Term of this Agreement. Contractor warrants that the materials supplied are fit and sufficient for the purpose of road construction and conform to County's minimum specifications per each order placed. The parties shall agree as to the method and timing of each delivery of the road construction materials following each order placed by County. Each order for materials shall be in writing and shall be confirmed in writing by Contractor. Contractor acknowledges that County's award of the bid is predicated upon Contractor's agreement to provide the materials within the time(s) set forth in Exhibits A and B. A failure to provide the materials within that time may result in County's refusal to pay the Contract Amount/Compensation 3. Term. The term of this Agreement shall begin upon the date of the execution of this Agreement by County, and continue through and until the date specified in Exhibit A. No changes in compensation for extension terms shall be made, unless specifically agreed to in writing by the parties. 4. Contract Amount/Compensation. County agrees to pay Contractor for road construction materials ordered by County pursuant to the pricing schedule set forth in Exhibits A and B, within thirty (30) days of Contractor's submittal of an invoice to County. Contractor acknowledges no additional payment shall be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for materials provided and expenses incurred by Contractor under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any materials provided, beyond those specifically authorized by County, are provided at Contractor's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. 5. Additional Materials/Work. In the event the County shall require changes in the scope of the work to be performed or the type or quantity of the materials to be provided, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement. 6. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Unemployment insurance benefits will be available to Contractor and its employees and agents only if such coverage is made available by Contractor or a third party. Contractor shall pay when 2 due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contractor 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 as set forth in Exhibit A), and (b) provide proof thereof when requested to do so by County. 7. Ownership. All materials delivered to County and all work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 8. Termination Provisions. A. 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. However, nothing herein shall be construed as giving Contractor the right to provide materials and related services under this Agreement beyond the time when such materials and related services become unsatisfactory to the Manager. B. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the Manager approves in writing which he determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all materials provided pursuant to this Agreement upon termination, C. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." D. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 3 9. Warranty. Contractor warrants that materials provided under this Agreement will be consistent with the quality of materials required under Exhibit A and promised under Exhibit B. Contractor shall faithfully provide/deliver the required materials in accordance with the standards of care, skill, training, diligence and judgment provided by highly competent materials providers which provide/deliver materials of a similar nature to those required and promised herein. 10. Acceptance of Materials/Services Not a Waiver. Upon completion of the work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of materials and reports furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and quantity of the materials provided. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of covenant or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default; and no assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, any materials provided under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance and Indemnification. Contractor stipulates that it has met the insurance requirements identified in Exhibit A. Contractor shall be responsible for the quality and quantity of all materials and services provided, the timely delivery of said materials and incidental services, and the coordination of Contractor's performance with County, and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Contractor shall defend, indemnify and save harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character brought because of Contractor's acts, errors or omissions in seeking to perform its obligations under this Agreement. Contractor 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 Contractor in its provisions of the materials required herein; or through use of unacceptable materials and/or materials not identified in Exhibits A and B; or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. County may retain as much of any moneys due Contractor under any this Agreement as may be determined by it to be in the public interest. By execution of this Agreement, Contractor has agreed to secure and maintain the insurance required by the terms of Exhibit A. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 12. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor 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 Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 4 13. Time of the Essence. Time is of the essence in each and all of the provisions of this Agreement. 14. Examination of Records. Contractor agrees that any duly authorized representative of County, including the County Auditor, shall, until the expiration of five (5) years after the final payment under this Agreement, have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. 15. 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. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that party's address as stated above. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. 17. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 18. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractor or persons to provide materials of the same or similar nature. 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 21. Employee Financial Interest/Conflict of Interest — C.R.S. &&24-18-201 et seq. and &24-50-507.The signatories to this Agreement aver 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 5 Contractor's services and Contractor shall not employ any person having such known interests. During the term of this Agreement, Contractor shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflict with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 22. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 23. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10- 101 et seq., as applicable now or hereafter amended. 24. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 25. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 26. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 27. Public Contracts for Services. C.R.S. &8-17.5-101. Contractor certifies that Contractor is not an illegal immigrant. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract and 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 of the Department program established pursuant to C.R.S. §8-17.5- 102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a sub -contractor that fails to certify with Contractor that the sub -contractor shall not knowingly employ or contract with an illegal alien to 6 perform work under this Agreement. Contractor (a) shall not use E -Verify Program or Department program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed, (b) shall notify the sub -contractor and Weld County within three (3) days that Contractor has actual knowledge that a sub -contractor is employing or contracting with an illegal alien and (c) shall terminate the subcontract if a sub -contractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice, and (d) 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 Contractor participates in the Department program, Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the Department program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for damages. 28. Official Engineering Publications. Contractor acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contractor under this Agreement, and Contractor agrees to provide only those materials which meet or exceed the requirements. Contractor further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Contract Amount. 29. Compliance with Davis -Bacon Wage Rates. Contractor understands and agrees that, if required by the provisions of Exhibit A, the work shall be in compliance with the Davis- Bacon Wage Rates. (If compliance with this statute is required by County under this Agreement, a copy of the information is contained in Exhibit A, County's Request for Proposal, and is a part this Agreement.) 30. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 74t1 day of Marck , 201 CONTRACTOR: eC ej inericc� By: Alva'"-c-,�,�-- Name: �cpseput E- tFivwesaet Title: g-ei Sales rugr_ Date rQ4va_ f -14-It 7 WELD COUNTY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO �� �,,,,// Weld County Clerk to the Board BY: Deputy C1 ' < to the Board Chair MAR 262014 8 o?O/ 9 od, 7/ ACa p® CERTIFICATE OF LIABILITY INSURANCE DATEO(0MMIDONVYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Services Southwest, Inc. Houston TX Office 5555 San Felipe suite 1500 Houston TX 77056 USA CONTACT PHONE FA% (NC. No. Expo (866) 283-7122 (NC. No.): (800) 363-0105 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL# INSURED GCC of America, Inc. 2825 W. Paisano El Paso TX 79922 USA INSURER A: American Zurich Ins Co 40142 INSURERS: Liberty Insurance Underwriters, Inc. 19917 INSURER C: INSURER O: INSURER E: INSURER F: CERTIFICATE NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSR LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY1 POLICY EXP fMMIDDIYYYYL LIMITS A X COMMERCIAL GENERAL LIABILITY GL09673175U5 09/01/2013 09/01/2014 EACH OCCURRENCE $5,000,000 CLAIMS -MADE IX OCCUR DAMAGE TO RENTED PREMISES occurrence) $1,000,000 MED EXP (Any one person) $100,000 PERSONAL &ADV INJURY $5,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $5,000,000 POLICY X PRO -X JECT LOC PRODUCTS - COMP/OP AGG $5,000,000 OTHER: A AUTOMOBILE LIABILITY BAP 9673174 05 09/01/2013 09/01/2014 COMBINED SINGLE LIMIT (Ea accident) $5,000,000 X ANY AUTO BODILY INJURY (Per person) ALL OWNED SCHEDULED BODILY INJURY (Per accident) AUTOS HIRED AUTOS A AUTOS NON -OWNED PROPERTY DAMAGE (Per accltlenl) A AUTOS B X UMBRELLA LIAB X OCCUR 100005937503 09/01/2013 09/01/2014 EACH OCCURRENCE 825,000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE $25,000,000 DED 'RETENTION A WORKERS COMPENSATION AND WC967317305 09/01/2013 09/01/2014 X IPTATUTE I I°RH EMPLOYERS' LIABILITY ANY EPARTNER N N EL. EACH ACCIDENT $1,000,000 FICEPJMEMBEPROPRIETOR ?EXECUTIVE andaWM in NH)R dloryln n) (Mandatory (M N IA EL. DISEASE -EA EMPLOYEE $1,000,000 Ifes,under es, DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) CERTIFICATE HOLDER CANCELLATION County of Weld Board of County Commissioners 1150 "o" street Greeley Co 80631 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE c xLaaa Mdc_Vavaea ��t�.teOf. c a ES ACORD 25 (2014/01) ©1988.2014 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD Holder Identifier : Certificate No : 570053119090 RESOLUTION RE: ACTION OF BOARD CONCERNING WAIVER OF TEN-DAY WAITING PERIOD FOR CONSIDERATION AND INVESTIGATION OF BID #B1400024, BULK PORTLAND CEMENT - DEPARTMENT OF PUBLIC WORKS WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Department of Purchasing has requested waiver of the ten-day waiting period for Bid Request #61400024, Bulk Portland Cement, for the Department of Public Works, due to the time needed to mix and transport the concrete before the HRP projects' start date of March 17, 2014, and WHEREAS, the Board of County Commissioners deems it advisable to waive the ten-day waiting period for said bid. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the ten-day waiting period for Bid Request #61400024, Bulk Portland Cement, for the Department of Public Works, be, and hereby is, waived. BE IT FURTHER RESOLVED by the Board that the low bid from GCC of America, in the amount of $791,401.11, be, and hereby is, accepted. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 5th day of March, A.D., 2014. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: dire_es Weld County Clerk to the Bo BY: a' Depu APPRO Clerk to the Bo ED + O FORM: ttorney Date of signature: •a5• I'4 Dou•las Rademacher, Chair �e �2� arbara Kirkmey Pro-Tem / C Sean P. Conway Mike FreemF William arcia CC . ?u3,'�u. 3 as ,q 2014-0671 P00016 EG0070 WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E -Mail: mwalters(a�co.weld.co.us E-mail: reverett(a�co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: MARCH 41H, 2014 REQUEST FOR: BULK PORTLAND CEMENT DEPARTMENT: PUBLIC WORKS DEPT BID NO: #61400024 PRESENT DATE: MARCH 5112014 APPROVAL DATE: MARCH 5T", 2014 ****EMERGENCY APPROVAL - SAME DAY**** CEMENT PRICE PLANT VENDORS PER TON TYPE I -II LOCATION #1 GCC OF AMERICA 600 S CHERRY ST STE 1000 GLENDALE CO 80246 HOLCIM (US) INC 24 BEDFORD DR BEDFORD MA 01730 $99.87 $137.00 IRONDALE 9290 HINZE WAY HENDERSON CO 80640 HOLCIM (US) INC 3060 WEST COUNTY RD 56 FT COLLINS CO 80524 PLANT LOCATION #2 DENVER TERMINAL 220 E 541" AVE DENVER CO 80216 SEE ATTACHED BID TABULATION DONE BY PUBLIC WORKS. THERE ARE DIFFERENT PRICES PER LOCATION/PROJECT AND MILEAGE HAD TO BE CALCULATED. 3/.5 c,/ti-O612/ o©7O MEMORANDUM TO: Marcia Walters, Purchasing Department DATE: March 4, 2014 Rose Everett, Purchasing Department FROM: Joshua Holbrook, Public Works Department SUBJECT: Bulk Portland Cement for 2014, No. B1400024 Emergency Approval on March 5, 2014 Bid were received and opened on March 4, 2014 for the purchase of Bulk Portland Cement materials for the 2014 construction season. Two bids were received for the project and the amounts ranged from $791,401.11 to $1,069,195.16 with the lowest bid submitted by GCC of America located in Denver, Colorado. Attached is break down showing the cement and delivery charge for each project in 2014. Below is a table showing a summary for all of the projects combined: All Projects / AVG COST OF CEMENT & PER TON DEILIVERED Cement ($/Ton) Quantity Total Material 25 Tons/Trip Delivery Total Total Project $ per Ton/Deliv ered Vendor Type I -II Type I -II Rndtrip s Rqd Rndtri p Miles Total Miles $/Mile GCC $99.87 7,185 $717,565.95 298 1,276 28,192 $2.55 $73,835.16 $791,401.11 $110.15 Holcim $137.00 7,185 $984,345.00 298 1,282 31,761 $2.96 $84,850.16 $1,069,195.16 $148.81 The low bid is within the 2014 estimated budget for Bulk Cement; therefore, it is my recommendation to award the project to GCC of America for a total amount of $791,401.11. Work is expected to begin on March 17, 2014 and last the remainder of the construction season. pc: Trevor Jiricek, Director of Environment Health and General Services Dave Bauer, Public Works Senior County Engineer Curtis Hall, Public Works Motor Grader Supervisor Elizabeth Relford, Public Works Transportation Planner Janet Lundquist, Public Works Traffic Engineer Bulk Cement Bid 381400024 Bid Opening 3.4.2014 Distance to saes from plants taken from M p Questmm Assume all Cement is Type Loll Bid Tabulation Project Site WCR 22 Cement (Won) Quantity 25 Tons/Trip Vendor Type I-Il Type Ill Total Material Rndtrips Rqd Rndlrip Mlles Total Mlles $/Mlle Delivery Total Total Project $ per Ton/Delivered GCC (Derived $99.87 1,420 $141,815.40 57 55 3135 $2.86 $8,966.10 $150,78150 $106.18 Holcim (Ft. Collins plat Location) $137.00 1,420 $194,540.00 57 120 5840 $1.85 $12,654.00 $207,194.00 $145.91 Project Site WCR 19 Cement ($/Tool Quantity 25 Tons/Trip Vendor Type Ill Type Ill Total Material Rndtrips Rqd Rndtrip Mlles Total Miles $/Mile DeliveryTotal Total Project $ Per Ton/Delivered GCC (Denver) $99.87 820 $e1,893A0 33 35 1155 $2.86 $3,303.30 $85,196]0 Holcim (Ft. Collins plat Location) $137.00 820$150.22 $112,340.00 33 111 3663 $2.96 $10,842.48 $123,182.48 $150.22 Project Site WOK 68 Cement ($/Tan) Quantity 25 Tons/Trip Vendor Type Ill Type Ill Total Material Rndtrips Rqd Rndtrip Mlles Total Miles $/Mile DeliveryTotal Total Project $ per Tan/tellvered GCC (Denver) $99.87 410 $40,946.70 17 116 1972 $2.55 $5,028.60 $45,975.30 $112.13 Hakim (Ft. Collins Plat Location) $137.00 410 $56,170.00 17 101 1717 $2.96 $5,082.32 $61,252.32 $149.40 Project Site WOK 80 Cement ($/Tan) Quantity 25 Tons/Trip Vendor Typel-II Type Ill Total Material Rndtrips Rqd Rndtrip Mlles Total Miles $/Mile Delivery Total Total Project $ per Ton/Delivered GCC (Denver) $99.87 450 $44,941.50 18 116 2088 $2.55 $5,324.40 $50,265.90 $111.70 Holcim (Ft.Collins plat Location) $137.00 450 $61,95000 18 72 1296 $2.96 $3,836.16 $65,486.16 $145.52 Project Site WOK 53 Cement (S/Ton) quantity 25 Tons/Trip Vendor Type Ill Type Ill Total Material Rndtrips Rqd Rndlrip Mlles Total Mlles 5/Mile DeliveryTotal Total Project $ Per Ton/Delivered GCC (Denver) $99.87 920 $91,88040 37 97 3589 $2.55 $9,151.95 $101,032.35 $109.82 Holcim (Ft.Collins plat Location) $137.00 920 $126,040.00 37 82 3034 $2.96 $8,980.60 $135,020.64 $146.76 Project Site WO1390 (Grover) Cement ($/Ton) quantity 25 Tans/Tdp Vendor Type I-Il Type 111 Total Material Rndtrips Rqd Rndtrip Miles Total Miles 5/Mile Delivery Total Total Project $ per Ton/Delivered GCC (Denver) $99.87 370 $36,951.90 15 183 2745 $2.55 $6,999.75 $43,951.65 $118.79 Holcim (Ft. Collins plat Location) $137.00 370 $50,690.00 15 142 2130 $2.76 $5,876.80 $56,568.80 $152.89 Project Site WCR 390 Cement (S/Ton) Quantity 25 Tons/Trip Vendor Type Ill Type Ill Total Material Rndtrips Rqd Rndlrip Mlles Total Mlles $/Mile DeliveryTotal Total Project $ Per Ton/Delivered GCC (Denver) $99.87 1000 $99,870.00 40 185 7440 $2.55 $18,972.00 $118,842.00 $118.84 Holcim (Ft. Collins plan Location) $137.00 1000 $137,000.00 40 143 5720 $2.76 $15,787.20 $152,787.20 $152.79 Project site WCR37 Cement ($/Ton) Quantity 25 Tons/Trip Vendor Type I -II Type I -II Total Material Rndtrips Rqd Rndulp Mlles Total Miles $/Mile DeliveryTotal Total Project $ per Ton/Delivered GCC (Denver) $99.87 430 $42,944.10 18 48 864 $2.86 $2,471.04 $45,415.14 $10562 Holcim (Ft.Collins plat location} $137.00 430 $58,910.00 18 121 2178 $2.96 $6,446.88 $65,356.88 $151.99 Project site 54th St Cement ($/Ton) Quantity 25 Tons/Trip Vendor Type I-11 Type MI Total Material Rndldps Rqd Rndlrip Miles Total Miles S/Mile DeliveryTotal Total Project $ per Ton/Delivered GCC (Denver) $99.67 410 $40,946.70 17 77 1309 $2.55 $3,337.95 $44,284.55 $108.01 Holcim (Ft. Collins plat Location) $137.00 410 $56,17000 17 77 1309 $2.96 $3,874.64 $60,044.64 $146.45 Projett5ito WCR 4,3 Cement($/Ton) quandry 25 Tons/Trip Vendor Type Ill Type l-11 Total Material Rndtrips Rqd Rndtrip Miles Total Miles $/Mile Delivery Total Total Project $ per Ton/Delivered GCC (Denver) $99.87 410 $40,946.70 17 66 1122 $2.86 $3,208.92 $44,155.62 $107.70 Hakim (Ft. Collins plat Location) $137.00 410 $56,170.00 17 110 1870 $2.96 $5,535.20 $61,705/0 $150.50 Project Site WOK 86 Cement ($/Ton) Quantity 25 Tons/Trip Vendor Typel-II Type I-11 Total Material Rndtrips Rqd Rndtrip Miles Total Miles 5/Mile DeliveryTotal Total Project $ Per Tan/Delivered GCC (Denver) $99.87 160 $15,979.20 7 127 889 $2.55 $2,266.95 $18,246.15 $114.04 Holcim (Ft. Collins plat Location) $137.00 160 $21,920.00 7 56 392 $2.96 $1,160.32 $23,060.32 $144.25 Project5ite Dos Rios Sub. Project Cement($/Ton). Quantity 25 Tens/Trip Vendor Type Ill Type Ill Total Material Rndtrips Rqd Rndtrip Mlles Total Miles 5/Mile Delivery Total Total Project $ per Ton/Delivered GCC (Denver) $99.87 245 $24,458.15 10 78 780 $2.55 $1,989.00 $26,457.15 $107.99 Holcim (Ft. Collins plat Location) $137.00 245 $33,565.00 10 76 760 $2.96 $2,249.60 $35,814.50 $146.18 Project Site Weld County Public Works Cement ($/Ton) Quantity 25 Tons/Trip Vendor TYPE MI Type Loll Total Material Rndtrips Rqd Rndtrip Miles Total Miles $/Mile Delivery Total Total Project $ per Tan/Delivered GCC (Denver) $99.87 300 $29,961.00 12 92 1104 $2.55 $2,815.20 $32,776.20 $109.25 Holcim (Ft. Collins plat Location) $137.00 300 $41,100.00 12 71 852 $2.96 $2,521.92 $43,621.92 $145.41 Project Site All Projects / AVG COST OF CEMENT & PER TON DEILIVERED Cement ($/Ton) Quantity Total Material 25 Ton /Trip Delivery Total Total Project $ per Ton/Delivered Vendor Type I -II Type Ill Rndtrips Rqd Rndlrip Mlles Total Miles $/Mile GCC (Denver) $99.87 7,185 $717,565.95 298 1,276 28,192 $2.55 $73,835.16 $791,401.11 $110.15 Holcim (Ft. Collins plat Location) $13)00 7,185 $984,345.00 298 1,282 31,761 $2.96 $84,050.16 $1,059,195.16 $148.81 Susan Brown From: Marcia Walters Sent: Tuesday, March 04, 2014 3:29 PM To: Susan Brown Subject: FW: 2014 Bulk Cement rec. vendor Emergency approval Attachments: rec. vendor Memo.docx; Bid Tabulation 2014 bulk cement.pdf Here is the wording you need. Thx! ;) Marcia Walters Weld County Purchasing 1150 "O" Street Greeley CO 80631 970-356-4000 x4223 970-336-7226 (fax) WWI Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Josh Holbrook Sent: Tuesday, March 04, 2014 1:12 PM To: Marcia Walters; Rose Everett; Trevor Jiricek Cc: Elizabeth Relford; Curtis Hall; David Bauer; Janet Lundquist Subject: 2014 Bulk Cement rec. vendor Emergency approval Attached is the rec. vendor memo and the bid tabulation for the 2014 bulk cement contract. It is scheduled to be presented and awarded tomorrow. Please take a look and let me know if there are any questions. The reason for the emergency approval is time. Operations would like to start work on the HRP projects on March 17th, and the vendor will need time to make and transport the cement. I'm concerned if we don't get the processes started we will/might have to push our construction start date. Joshua Holbrook Construction Inspection Supervisor Weld County Public Works 1111 H Street, Greeley Colorado 80632 (970) 304-6496 Ext. 3734 Cell: 970-301-2622 Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited.
Hello