HomeMy WebLinkAbout20150777.tiff�
��.�� 1861��� MEMORANDUM
� ,Xi l
�- _t
� TO: Clerk to the Board DATE: January 27, 2016
Uz� -- --
GO_�_NTY
FROM: Mike Livengood, Public Works Department
SUBJECT: Agenda Item
RE: Doc # 2015-0777
Contract Agreement Extension/Renewal with L. G. Everist for the 2016 surface gravel supply.
RECEIVED
JAN 2 8 2�'�
WELD COUNTY
COMMISSIONERS
M��FrancieWGENDA memosWgenda-Curtis.doc
C°nm�-C��,e,"�l,°" �' c.�� �L �c,/ �15 -C�77�
� / /1� ,
�� �f��� �� oo��,
�,� - > �
��
BOARD OF CDUNTY COMMISSIONERS
PASS-AROUND RCVIEW/WORK SESSION REQUEST
RE: Weld County 2016 S,urface Gravel Supply Bid#B 150Q051
DEPARTMENT: PUBLIC WORKS DATE: 02-14-2016
PERSON RHQUESTING: Mike I.ivengnad, Motor Gradcr Supervisor, Weld C��uitYPublic Wc►rks
Brief description of the problem/issue:
Weld County has three different Surface Gravel Supply Agreements that were bid and approvcd in 2015. The
Board has the option of renewing the agreements from January l, 2016, to December 31, 2016, as permitted by
the contract. One agreement is with L.G. Everist Inc., for the south area of Weld County, one is with Cross(ire
Aggregate Services LLC for the central parl of Weld County and one is with VCA Aggregates LLC for the
north part of Weld County.
Thc Surface Gravel Supply contracts have the option to be extended or renewed for two, one year extensions,
This is the second year of the possible three year contract term limit. "fhe contract allows for yeariy bid
adjustments based upon the current Denver/Boulder/Greeley Consumer Price Index, L.G.Everist Ine. has
increased their bid amount by 1% and is within the allowable contract amount. At this time Crossfire Aggregate
Services LLC has decided not to extend the contract and VCA Aggregates LLC price adjustment was a 28%
increase fronl last year which is well above the allowable yearly bid adjustment. Therefore, Public works will
be going out to bid for the central and north areas of the county for the 2016 Surface Gravel Supply.
The projected budgeted amount for 2016 is $690,000.00, L.G. Everist's dollar amount will be $198,600.00.
The Public Works Department has been satisfied with L.G. Everist work, cooperation and product.
What o�tions exist fur the Board? (Include cvnsequences, impacts, costs, etc. of options)
The Board of County Commissioners may either approve or deny the contract renewal/extension for L.G.
Everist.
Recommendation:
Public Works recommends the approval of L.G. Everist renewal/extension under the Surface Gravel Contract
for the 2016 surface gravel suppty for the south area of Weld County,
Approve Sched u le
Recommendation Work Session Other/Comments:
Mike Freeman,Chair ___��
Sean P.Conway,Pr�-Tern _ ______
Julie A.Cozad
Barbara Kirkmeyer ��
Sleve Moreno .X �'
M:�Adminislre�innM�urma\WmkScsslon.p:u,a�nuud2nlh Aoc
� �= CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN
THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS
�c�u��°
AND L.G. Everist Inc.
This Agreement Extension/Renewal("Renewal"), made and entered into 12TH day ofJanuarv, 2016, 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 L.G. Everist, hereinafter referred to as the"Contractor".
WHEREAS the parties entered into an agreement(the"Original Agreement")identified by the Weld County Clerk to the
Board of County Commissioners as document No. 2015-0777,approved on April 6. 2015.
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 March 2016.
• The parties agree to extend the Original Agreement for an additional 365 days period,which will begin March 2016, and will
end on March 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: The original for L.G. Everist Inc. is extended from March 2016 to March 2017 as permitted by
the contract. The contract time will be increased by 365 calendar days. This extension will be the second year of a possible
three year contract.
2. Change to the Original Bid Schedule: The 2015 Bid Schedule for the original contract will be replaced by the attached
2016 Bid Schedule.
3. Change to the Contract Price: The 2015 contract price of$6.50 per ton is now modified to$6.62 per ton during the
2016 Contract Extension Renewal. 2016 Total Contract Price is$198,600.00
4. Supply Bond Requirement: Weid 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.
oZ0/,�D`�'�7
BID NO#B1500051 Page 1
' ��6� = CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN
THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS
�zou"`°
- AND L.G. Everist Inc.
IN WITNESS WHEREOF, the parties hereto have signed this Agreement this � day of� -22_ ,�. ,
20��1: / �
- �
CONTRACTOR: ,�, ,�, � ��E ���� t--��� �,��
_ )
. � ,
By: '� �ti'� , ' Date , ��r i �f i�� �t J � .�1�l
,: �
Name: �i�2. L' ��L L I,���,
Title: �Jl��� -� � Z�L!luC � � , , •
-- �
� �Z C7.Z JZ �t1 l I c_ � %j c''i1.1 r'`72 .
WELD CO Y:, C�( .
ATTES � � �• �'� BOARD OF COUNTY COMMISSIONERS
Weld o y Clerk to the B ard WELD COUNTY, COLORADO
BY: ��
Deputy C r to he Boar � R � Mike Freeman, Chair FEB 01 2016
ue
APP ED AS T F DI � '�„9 PPROVED AS T UBS NCE:
r�L�C�
�-.�� _
Controller EI ffi or Depa ment Head
APPR D AS T FORM: ,
' ��/ Director of General Services
.
County Attorney
�l�— �7`��
BID NO #B1500051 Page 2
' ��86�' CONTRACTAGREEMENT EXTENSION/RENEWAL BETWEEN
�����r.
THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS
AND L.G. Everist Inc.
BID SCHEDULE
South Location: (South of Highway 34J
ITEM# ITEM PIT LOCATION QUANTITY UNIT PRICE PER CONTRACT PRICE
UNIT
304.00 Surface Gravel Ft.Lupton 30,000 TON $6.62 $198,600.00
� t � ^�.:�a. �
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 #B1500051 Page 3
� �
!� •,::;..� CONTRACTAGREEMENT EXTENSIQN/RENfWAL BETWEEN �nd#106273402
THE WELD COUMTY DEPARTMENT OF PUBLIC WORKS
' AND t.G. Everist Inc.
SUPPLY CONTRACT BOND
KNOW ALL MEN BY THESE PRESENTS,That, LG.Everist Int. as Principal,(hereinafter called the Supplier),
(here inseK full name and address or legal titte of Supplier)
and Travelers Casualt�r and Suretv Campanv of America as Surety, (hereinafter cailed Surety},
(he�e insert fuli name and address or legal titte of Surety)
are held and fi�rnly bound unto Weld County as Obligee,(hereinafter catled the Buyer),in the�ust at�d full sum of
One Hundred Ninetv-E�ht Thousand,Six Hundred Doilars($198.6QO.Q01
Weid County,Cclorado
1111 H Street,P.O. Box 758
Greeley,Colorado 80632
for the payment of which sum,well and truly to be made�the said Supplier and Surety bind themselves,and their
respective heirs,administrators,euecutors,successors and assigns,jofntly and severaliy firmly by these preseMs.
WHEREAS,the Supplier has entered into a certain written oantrad with the Buyer dated lanuary 12,_2a 16 to
fumish the foltowing briefly described supplies: Surface Gravel Suppiv which corrtract is hereby referred w and
made a part hereof as fultyr and to the same extent as if copied at length herein.
NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION ss wch that,the said Supplier and Surety shall fuily
indemnify and reimburse the Buyer far any loss that it may suffer through the fa�ture of the Supplier to furnish said
supplies in accordance with the terms of said cantract.at the time(s),anr!in the manner therein specified. This
indudes any reasonable and additional costs the Buyer must expend in order tc fulfill the terms of the contract,such
as replacin�material at additional cost.
IN 1?1l�TNES�WHEREOF,the said Suppfier and Surety have signed and sealed this instrument this the i8th dav
of 1ah�aary .2016
L.G.Everist Ir.c
(Princiqaij
ISe )
( e� C� .o./✓r? �es-avl�cr
J�
(Wit�ess)
Travelers Casualri and Sunetv Comaanv of Arnerica
(Surety}
I)
r B.Jones A rney-In-Fact
-��, GG��mi
(1Al�tn ss�
F3ID N0#iB15��(l51 Page 4
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
TRAVELER5�, Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company 1Yavelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. 17avelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
Attorney-In Fact No. 229"J54 �ert�f�ate No. 0 0 6 4 8 3118
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the
laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,co�stitute and appoinC
Jill L. Aldredge,Shannon Klein.Barb�ra S. Dale,and Sara Jones
Omaha Nebraska
of the City of ,State of ,their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of gaaranteei�g the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or pertnitted in any actions or proceedings allowed by law.
5th
IN WITNE�iSuWI�EREOF,the Compan�i���iave caused this instrument to be signed and tbeir corporate seals to be hereto affixed,this
gu
day of ,
Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. 'IYavelers Casualty and Sure[y Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
GI.SU� qIs•�•� °�F\RE4u� nN IN3. ...++1`NSV•'w Trqry _.rtY�y_�
r (�.` 1'�yWq q 'b ,y,y O��......:Gq JP..........q9�.` gJp� psL ��y�p5lq�li �r�,. ._r�
p 0�'P�ft CT Y' �`y N� Q��RPOR '> �4 j' ...'�'�i 4 y rt
w �Ca �>F,'s C' 0.PORqT'�� m� <
�' Ci ci $ fARPpEVTED m� �! _, m I�urcO f`. . i �WIRfFC�� ���<
41 9 B 2 O < Z; --_ .�: i HnRTFORD, <
� s a 19�� y9Jr1 N�� ��.SEAL;o� ��'•SEAL::3� �, coriN. o ��oow+. � � 1896
y ct+'J � ky2 L0' L. �Q' d�'• D i
.r. r ��� T s xnr+cE '�IS..AN,�L f v1... aa sb �a t v��'�� 4{Yl �
�""'mu��„����n��� .....,+'"r s.. ...� 1 ,,e AIN
�+,.�
State of Connecticut By:
CiTy of Hartford ss. Robert L.Raney, enior Vice President
Sth August � 2015
On this the day of ,before me personally appeared Robert L.Raney,who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul
Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers
Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
G•T�
��� /� /� ����� �-�►
In Witness Whereof,I hereunto set my hand and official seal. '� �I �W w� G • ���n��^^��1
My Commission expires the 30th day of June,2016. �p���G tR� Marie C.Tetreault,Notary Public
� ��
58440-8-12 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
y�
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity
and Guaranry Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St. Paul Fire and Mari�e Insurance Company,St. Paul Guardian Insurance
Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States
Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows:
RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice
President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authoriry as his or her certificate of authoriry may prescribe to sign with the Company's name and seal with the
Company's seal bonds,recognizances,coniracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is
FURTHER RESOLVED,that Che Chairman,the PresidenY,any Vice Chairma�,any Executive Vice Preside�t,any Senior Vice President or any Vice President may
delegate all or any part of ihe foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary;and it is
FURTHER RESOLVED,that any bood,recognizance,contract of indemniry,or writing obligatory in the nature of a bond,recog�izance,or conditional undertaking
shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice
President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Age�ts pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegatioo of authority; and it is
FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice Presideut,
any Assistai�t Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating there[o appointing Resident Vice Preside�ts,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimi]e signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casaalty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranry I�suraoce
Underwriters,Inc.,St.Paul Fire and Mazine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and
Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correet copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this��day of u ,20 �
��6 , � �� �
Kevin E.Hughes,Assistant Sec tary
CASUq� qw••• F\FE�4 ��N,�NSG ,:p,��n5�� Jp�TVAry�s Na�[T6 YY'Y"�[l
♦ 7' y O 9 J ........9 9 4 � `p
2 d"°�r� it ; � ��' � �o:'� "'ti` � y � 4
��` F A� .LORFOA�)'t P� 'n° p '9 @ 4��J
6 �(1 �'��Tm T. �1 F•,m IWrGOpPORATf.":.t^4 n`
� 1 9 S 2 0 � '�9� g � "� ` : ? -f: ..•_ .�r a NaaTFOAo� s tuitiF'oqD. �1 < ���
Z° ' � � 195� �^ �`'�SEALio"s i�, 'o�C w CONN. n ��B �n 1896 �
S`��ct�a° L� ,,,y. �•. S8ALae > ar° icF` �i
�o ". :-r r -6'��.. .�!
b�y� �� .! � ����"�"�� alSwA�..�� �s,�.. ..•r� yf 'H� - .,r . 'M'1 AINo'
To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the
above-named individuals and the details of the bond to which the power is attached.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
MEMORANDUM
TO: Board of Commissioners DATE: March 27, 2015
FROM: Jay McDonald, Public Works Director
Curtis Hall, Public Works Operations Manager
SUBJECT: Surface Gravel Supply for 2015 (BID REQUEST NO. B1500051)
The Weld County Public Works is recommending three different vendors to serve the North, Central and South 2015 surface gravel
supply. This is for 90,000 tons of surface gravel material totaling $637,000. $657,000 was budgeted in 2015 for the surface gravel
supply.
North: Weld County Public Works Department recommends VCA Aggregates LLC be awarded the bid for the North material supply
location based on the pit location relevant to road resurfacing needs. 30,000 tons @ $7.35/ton = $220,500.
Pit Location: Van Cleave Pit — Northwest of CR 139 and CR 104, New Raymer, CO
Central: Weld County Public Works Department recommends Crossfire Aggregate Services LLC. be awarded the bid for the Central
material supply location based on the pit location relevant to road resurfacing needs. 20,000 tons @ $7.95/ton = $159,000.
Pit Location: Nunn Pit. — 46355 CR 39, Nunn, CO
South: Weld County Public Works Department recommends L.G Everist Inc. be awarded the bid for the South material supply
location using two pits based on the pit locations relevant to road resurfacing needs. 10,000 tons @ $6.25/ton = $62,500.
and 30,000 tons @ $6.50/ton = $195,000.
Pit Locations: Ft. Lupton Pit - 12546 CR 18, Ft. Lupton, CO and Carbon Valley Pit — 6254 WCR 26, Longmont, CO
If you have any questions please call Jay at extension 3761 or Curtis at extension 3721.
410
0206
ECG 007
BOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW/ WORK SESSION REQUEST
RE: Weld County 2015 Surface Gravel Supply, Bid #B1500051
DEPARTMENT: PUBLIC WORKS DATE: 03-30-2015
PERSON REQUESTING: Mike Livengood, Motor Grader Supervisor, Weld County Public Works
Brief description of the problem/issue:
Weld County received bids for the 2015 Surface Gravel Supply contract for up to 90,000 tons of gravel for the
North, Central and South areas of the county from the following vendors: L.G. Everist Inc., VCA Aggregates
LLC, Connell Resources Inc., Crossfire Aggregate Services LLC, Asphalt Specialties Co. Inc., Martin Marietta
and Pine Bluffs Gravel.
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 March 2015 to March 2016.
All three vendors recommended were the low bid for their respective areas,
The budgeted amount for 2015 is $657,000. The contracted amount as recommended by Public Works for 2015
is $637,000.
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 ward the contracts.
Recommendation to the Board:
Public Works recommends awarding the North contract to VCA Aggregates LLC for 30,000 tons, the Central
contract to Crossfire Aggregate Services for 20,000 tons and L. G. Everist for the South contract for 40,000
tons.
Approve
Recommendation
Barbara Kirkmeyer, Chair
Mike Freeman
Sean P. Conway
Julie Cozad
Steve Moreno
Attachments
pc: Jay McDonald, Curtis Hall
\
Ott,
Schedule
Work Session
Other/Comments:
WELD COUNTY PURCHASING
1150 O Street Room 107, Greeley CO 80631
E -Mail: mwalters(a�co.weld.co.us
E-mail: reverettco.weld.co.us
Phone: (970) 356-4000, Ext 4222 or 4223
Fax: (970) 336-7226
DATE OF BID: MARCH 20, 2015
REQUEST FOR: GRAVEL SUPPLY - SURFACE
DEPARTMENT: PUBLIC WORKS DEPT
BID NO: #B1500051
PRESENT DATE: MARCH 23TH, 2015
APPROVAL DATE: APRIL 6TH, 2015
VENDORS
L.G. EVERIST INC
7321 E 88TH AVE #200
HENDERSON CO 80640
VGA AGGREGATES LLC
A COLORADO CORP
4558 W PIONEER LN
P O BOX 336953
GREELEY CO 80633
CONNELL RESOURCES INC
7785 HIGHLAND MEADOWS PKWY #100
FT COLLINS CO 80528
CROSSFIRE AGGREGATE
SERVICES LLC
820 AIRPORT RD
DURANGO CO 81303
ASPHALT SPECIALTIES CO INC
10100 DALLAS ST
HENDERSON CO 80640
MARTIN MARIETTA
1800 N TAFT HILL RD
FT COLLINS CO 80521
PINE BLUFFS GRAVEL WY 82082
600 PARSON ST
P O BOX 609
PINE BLUFFS WY 82082
*PUBLIC WORKS WILL REVIEW THE BIDS.
3/23
"O/5 -O 777
gGoa7a
Hello