Loading...
HomeMy WebLinkAbout20221514.tiffCbnCk1Dt1dLa I BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS AROUND TITLE: 2024 Chip Seal Oil Supply Renewal DEPARTMENT: Public Works — Pavement Management Division PERSON REQUESTING: Joshua Holbrook, Pavement Management Supervisor DATE: 3.18.2024 Brief description of the problem/issue: Weld County's current Chip Seal Oil Supply Contract will end on May 1, 2024. The Board has the option of renewing the agreement from May 2024 to May 2025 as allowed in the contract. Vance Brothers, INC has the current contract for Weld County. This will be the third and final year of a possible three-year contract (Document No. 2022-1514). The contract allows for yearly rate adjustments based upon the ENR Denver Cost Index for rapid set emulsion, which is a -1.49% decrease from 2023 to 2024. Vance Brothers, INC has submitted prices that range from -1.79% to -3.44% below last year's prices. Vance Brothers, INC was the lowest bid in 2022. Attached to this pass -around is a copy of the 2024 Fee Schedule and a cost comparison from 2023 to 2024. The total amount of $777,255.00 is within the 2024 budget, and Public Works has been satisfied with the material they supplied. What options exist for the Board? Consequences: If the Board approves the renewal, the Pavement Management Division can start working with Vance Brothers, INC to ensure that chip seal oil will be ready at the start of the 2024 season. Impacts: If the Board denies the renewal, Public Works will need to re -bid the contract which could negatively impact the start of the 2024 chip seal season and could result in a higher bid cost. Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): The amount for the 2024 contract year would be $777,255.00 which is within the budgeted amount for 2024. Recommendation: Staff recommends approval for Vance Brothers, INC under the Chip Seal Oil Supply Contract and placement on the BOCC agenda. Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Seine Support Recommendation Schedule Place on BOCC Agenda Work Session 0.310 Attachments 2024 Fee Schedule 2023-2024 Cost comparison CC: Curtis Hall, Director of Public Works Duane Naibauer, Deputy Director Mona Weidenkeller, PW Budget Coordinator CbYI ocy,!'lc6- On- Lt/k/2_Li Other/Comments: Zoza-t5(4 EC-,onb Karla Ford From: Sent: To: Subject: Approve ** Sent from my iPhone ** Scott James Wednesday, March 20, 2024 2:39 PM Karla Ford Re: Please Reply - PW Pass -Around 2024 Chip Seal Oil Supply Renewal Scott K. James Weld County Commissioner, District 2 1150 O Street, P.O. Box 758, Greeley, Colorado 80632 970.336.7204 (Offce) 970.381.7496 (Cell) 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. On Mar 20, 2024, at 12:46 PM, Karla Ford <kford@weld.gov> wrote: <image001.gif> Please advise if you support recommendation and to have department place on the agenda. Karla Ford R Office Manager, Board of Weld County Commissioners 1150 0 Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kford(tlweldgay.com :: www.weldgov.com :. **Please note my working hours are Monday -Thursday 7:00a.m: 5:00p.m." <image003.jpg> CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN WELD COUNTY AND VANCE BROTHERS, INC. ` This Agreement Extension/Renewal ("Renewal"), made and entered into day ofilv.124, by and between the County of Weld, by and through its Board of Weld County Commissioners, hereinafter referred to as the "Count", and Vance Brothers, INC., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement on June 13, 2022 (the "Original Agreement"), identified as document 082200006/2022-1514. 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 current Agreement will end on May 1, 2024. • The parties agree to extend the Agreement for an additional 36S days, which will begin May 2. 2024, and will end on Mav 1, 2025. • 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. This extension will be the third and final year of a possible three-year contract. 2. The 2023 Fee Schedule of the contract shall be replaced by the attached 2024 Fee Schedule, which is attached hereto and incorporated by reference. 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: PrintAName Signature ATTEST: BY: Deputy Clerk :the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, CO � Kevin D. Ross, Chair APR 0 1 2824 0,20 ,2 /5/� 2024 Bid Schedulq 2024 Chip Seal Oil Supply Renewal Vance Brother's Items a Rpm Quantity Uinit Bid Price Per Contract plat Locations yit Price 1 EMULSIFIED ASPHALT(CRS-2R) PLANT PRICE ONLY 85,400 GAL 3• iS/Cigl i311,1.i0 380 U. (,Z" AY, , Otnver, CO l s i st, 2 EMULSIFIED ASPHALT (CRS -2R) DELIVERED PRICE 102,000 GAL. $ 3. 3 S//aI -}YCO a 3°) 2 38O W. Gii dot 'Infer $02i(, 3 EMULSIFIED ASPHALT (CRS -2) PLANT PRICE ONLY 6,000 GAL. $ 335A.) 420, 100 3g0 L' LZ'5 Alt' ( vndtr' CO SOllta 4 FOG SEAL (CQS-lhl) 2:1 Dilution 19,250 GAL. $ 2 1N/GTa) $ 52,1.45 380 u• 4 t'1 dot , 0sw'r CO 40214 Plant Price Only Prices will include all labor and equipment cost necessary to make, load and (deliver — Item #2 only) material. Bidder must include the name and location of plant that material will be picked up by Weld County personal. FIRM \CkAft Bot4Tc, SAC . BY ` CR.1 )OOC4. BUSINESS 'NO t , , (L- A yr ADDRESS W �} CITY, STATE, ZIP CODE Ut i U t` CO 1 0 2-) k TELEPHONE N J✓3'3LI(' Z%ON FAX Ai k (Please print) DATE O3/ }/2OVI 11TAXID#SIGNATURE L,.1(IAiVOIIIAM- E-MAIL DANCE e.VANccsRoTU5 S.Con^ WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98- 03551.0000. NOTICE OF RENEWAL Project: 2024 Chia Seal Oil Supply Renewal To: Drew Vance Vance Brothers 380 West 62n° Ave, Denver, CO 80216 Project Description: 2024 Chip Seal Contract renewal, Bid No. B2200086. You are hereby notified that your renewal rates have been accepted and the estimated budget for 2024 is $777.255.00. You are required by the Instructions to Bidders to execute the Renewal Agreement and furnish the required Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. You are required to return an acknowledged copy of this Notice of Renewal to the Owner. Dated this 22 day of March 2024. Weld County, Colorado, Owner By Joshua J. Holbrook, Pavement Management Supervisor ACCEPTANCE OF NOTICE Receipt ofthe above Notice of Award is hereby acknowledged by G(( aco.nc�.r 5 U ti � n i . (Contractor) A Dated this 22- day of Ma IC. I , 2024. By: £LJ \JL - bAwV iNU- Title: S4Q5S /v,Aney t BID NO 6 82200086 Page 1 ACOREP CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 3/22/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAMEACT Certificate Department Hub International Mid -America 9200 Ward Pkwy Suite 500 PHONE FAX (TOIL E.: 816-708-4600 I (ac, Not: 816-203-4425 ADD REss: HUB-KC.Certificates@Hnternational.com Kansas City MO 64114 INSURER(S) AFFORDING COVERAGE NAIL# INSURER, Colony Insurance Company 39993 INSURED VANCE01 Vance Brothers, Inc. INSURER B : Travelers Property Casualty Company of America 25674 INSURER C : Argonaut Insurance Company 19801 380 West 62nd Avenue INSURER D : The Travelers Indemnity Company of America 25666 Denver CO 80216 INSURER E : The Travelers Indemnity Company 25658 INSURER F : COVERAGES CERTIFICATE NUMBER: 1907695501 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TVTYPE LTR OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD46p LIMITS E X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE EI OCCUR Y DT-CO-9.212947-IND-24 1/1/2024 1/1/2025 EACH OCCURRENCE $ 1,000,000 PRE. SES Ea occu ence) $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENII AGGREGATE LIMIT APPLIES PER: POLICY Ell PECOT- LOC OTHER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ D AUTOMOBILE LIABILITY X ANY AUTO OWNED AUTOS ONLY X HIRED AUTOS ONLY X MSC 90 SCHEDULED AUTOS X NON -OWNED AUTOS ONLY Y 810-9.352747-24-26 1/1/2024 VI/2025 (COMBINEidDSINGLELIMIT (Cell $1000000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ D 0 UMBRELLA LIAB EXCESS LIAR 0 OCCUR CLAIMS -MADE Y CUP -9.422902-24-26 111/2024 1/1/2025 EACH OCCURRENCE $10,000,000 AGGREGATE $ 10,000,000 $ DED I X I RETENTIONS _n_ C wORKERSCOMPENSAmoN AND EMPLOYERS' LIABILITY ANYPROPRIETORIPARTNER/EXECUTIVE Y / N OFFICERIMEMBEREXCLUDED? � (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A WC92906828551 1/1/2024 1/1/2025 X STATUTE K. E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A Contractors Pollution Liability Y CPLUS4223614 1/1/2023 1/1/2025 Ea. Plan Cond/A99-Ded $5M/$10M -10,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Bid #82200086 2024 Chip Seal Contract renewal; Weld County Public Works is Additional Insured as respects the General, Auto, Pollution and Umbrella Liability policies. 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 30 -Days written notice to the Weld County Controller by certified mail, return receipt requested. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County Public Works ACCORDANCE WITH THE POLICY PROVISIONS. 1111 H Street PO Box 758 AUTHORIZED REPRESENTATIVE Greeley, CO 80632 i ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name* VANCE BROTHERS INC Contract Name * 2024 CHIP SEAL OIL SUPPLY RENEWAL Contract Status CTB REVIEW Entity ID* @00004325 Contract ID 7961 Contract Lead * JHOLBROOK O New Entity? Parent Contract ID 20221514 Requires Board Approval YES Contract Lead Email Department Project # Jholbrook@co.weld.co.us Contract Description* THE PROJECT IN GENERAL CONSISTS OF SUPPLYING UP TO 1 87,400 GALLONS OF CHIP SEAL OIL (PLANT PICKUP AND DELIVERY), 6,000 GALLONS OF CRS -2 OIL AND 19,250 GALLONS OF FOG SEAL OIL FOR 2024. Contract Description 2 Contract Type* CONTRACT Amount* $777,255.00 Renewable* NO Automatic Renewal NO Grant NO IGA NO Department Requested BOCC Agenda Due Date PUBLIC WORKS Date* 03/28/2024 04/01/2024 Department Email CM- PublicWorks@weldgov.co Department Head Email CM-PublicWorks- DeptHead@weldgov.com Bid/RFP #* County Attorney 2200086 GENERAL COUNTY ATTORNEY EMAIL Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID 20221514 If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date * 02/03/2025 Committed Delivery Date Renewal Date Expiration Date* 02/17/2025 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 03/26/2024 Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CONSENT CONSENT DH Approved Date Finance Approved Date Legal Counsel Approved Date 03/26/2024 03/26/2024 03/26/2024 Final Approval BOCC Approved Tyler Ref # AG 040124 BOCC Signed Date Originator JHOLBROOK BOCC Agenda Date 04/01/2024 CoyiicJ- 1D4 (013 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: 2023 Chip Seal Oil Supply Renewal DEPARTMENT: Weld County Public Works DATE: 3.10.2023 PERSON REQUESTING: Joshua Holbrook, Pavement Management Supervisor. Kyle Alexander, Pavement Management Foreman. Brief description of the problem/issue: The current contract for the Chip Seal Oil Supply between Weld County and Vance Brothers is nearing expiration. The contract allows for yearly extensions and possible rate adjustments. Per the contract, the allowable rate adjustments are based upon the yearly percent change to the ENR (Engineering News and Record) for Emulsion Rapid set (Denver) and/or the Denver -Aurora -Lakewood CIP index. The percent change this year from the ENR for the Emulsion rapid set was a (-) 0.368% and the projected Denver -Aurora - Lakewood CIP is a (+) 6.284%. Vance Brothers did not ask for a cost increase this year and submitted prices that ranged from (-) 0.76% to 0% (see 2022/2023 cost comparison). The extension would be for the second year of a possible three-year limit. Vance Brothers was the low bid for this material in 2022. The total amount of this contract is $1,056,182.10, which is under the budget amount for 2023. What options exist for the Board? (Include consequences, impacts, costs, etc. of options): The Board may request a work session to discuss this further. Recommendation: Public Works recommends the approval of the contract extension/renewal to Vance Brothers under the Chip Seal Oil Supply Contract. Aaprove Schedule Recommendation Work Session Other/Comments: Perry L. Buck, Pro-Tem Mike Freeman, Chair Scott K. James Kevin Ross Lori Saine rAf cc: Curtis Hall, Director Duane Naibauer, Deputy Director Mona Weidenkeller, Office Tech IV — Aunts Payable/Receivable Attachments: 2023 Bid Schedule 2022 vs, 2023 Cost comparison Curwk- eye 0/23 D)-/-/ /O/.V i zc72-- 1514 EC 660 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND VANCE BROTHERS, INC. This Agreement Extension/Renewal ("Renewal), made and entered into 2°I day of JfS 2023, 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 Vance Brothers. Inc, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") Identified by the Weld County Clerk to the Board of County Commissioners as document No. 2022-1514, approved on June 13.2022 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 June 12, 2023. • The parties agree to extend the Original Agreement for an additional 322 Dav period, which will begin June 13, 2023, and will end on Mav 1, 2024. The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. The 2022 Bid Schedule of the original contract shall be replaced with the attached 2023 Bid Schedule, which is Incorporated herein. 2. The original contract price shall be modified to no more than $1,056,182.10 for the contract period between June 13, 2023 to May 1, 2024. • All other terns 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: (i)(G,IiJ 111VA C Print d Name f 1 Dns,i Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO O-Gte- Mike Freeman, Chair APR 1 0 2023 ATTEST:detttA) jeL:ei moo -I5/y (i) 2023 Bid Schedule 2023 Chia Seal Oil Supply Renewal Vance Brother's !-terns 0 Itnm uaL Bid Price Per Contract Plant Locations Unit fflc 1 EMULSIFIED ASPHALT (CRS -2R) PLANT PRICE ONLY 140,134 GAL. 1,(2.38)4.1 $57130t. .5 2 p v. Gr. Pc Dower, Co Salle 2 EMULSIFIED ASPHALT(CRS-2R) DEUVERED PRICE 115,591 GAL �,j q� `1//�.-1 .lt s`i,2}2'4i 3j(Q.1,J.GZ"'1 kuc p„„,-, co 301 1te 3 EMULSIFIED ASPHALT (CRS -2) PLANT PRICE ONLY 7,500 GAL. $3.Lf /( `` 11)25, V S 100 VI 01 4, OC.Ne, CO 3q4 4 FOG SEAL (COLS-ihl) 2:1 Dilution 16,605 GAL. 12 ,1g/cal a 1)94, 321.95- llVV 31. W. WI iv DtA�, co pots l,t Plant Price Only Prices will include all labor and equipment cost necessary to make, load and (deliver — Item #2 only) material. Bidder must include the name and location of plant that material will be picked up by Weld County personal. 18FIRM VQLC, 3lo'ItiS, T_/iC . By 01.( \i011. ^J ^ (Please print) � ADDRESS ' l? vV1 . ! u2�oL AVL. DATE O3/L/Zv 2 3 C(TY, STATE, ZIP CODE C 40 ' CO , 20111, TELEPHONE N O3 LI° [ I 11 FAX 'S 1)N) " 2O3L TAX ID # 44 " 0 1 SIGNATURE 1444,- E-MAIL �V�n1 CE@VAIJ cE RUTH R5 C0AA WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS 098- 03551.0000. NOTICE OF RENEWAL Proiect: 2023 Chia Seal Renewal To: Drew Vance Vance Brothers 380 West 62n° Ave, Denver, CO 80216 Project Description: 2023 Chip Seal Contract renewal, Bid No. B2200086. You are hereby notified that your renewal rates have been accepted and the estimated budget for 2023 is $1,056.182.10. You are required by the Instructions to Bidders to execute the Renewal Agreement and furnish the required Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. You are required to return an acknowledged copy of this Notice of Renewal to the Owner. Dated this 28 day of March 2023. Weld County, Colorado, Ow. By A� Joshua J. Holbrook, Pavement Management Supervisor ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by UAni,e I)(okhW S , T&. (Contractor) �4 MAO, q Dated this 'Z — day of O, 2023. By: ft t.J \JNIrLt /DA..\h- Title: BinS,ACSi Mgnnt( BID NO 8 82200006 Page 1 ACO O® CERTIFICATE OF LIABILITY INSURANCE DATE:270373 3/29/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER HUB International Mid -America 9200 Ward Parkway Suite 500 CONTACT Certificate Department PHONE FAx rac. No. Ext): 816-708-4600 Ira No 816-203-4425 AUDREss: HUB-KC.Certificates@HUBlntemational.com Kansas City MO 64114 INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: Colony Insurance Company 39993 INSURED VANCE01 INSURER B : Travelers Property Casualty Company of America 25674 38 Vance W West 62 d Avenue 380 West 62nd Avenue INSURER C : The Phoenix Insurance Company 25623 Denver CO 80216 INSURER D: Argonaut Insurance Company 19801 INSURER E : The Travelers Indemnity Company of America 25666 INSURER F : COVERAGES CERTIFICATE NUMBER: 1687421734 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER POLICY EFF (MMIDD/YYYYI POLICY EXP (MM/DD/YYYY) LIMITS C X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE El OCCUR Y DT-CO-9O212947-PHX-23 1/1/2023 1/1/2024 EACH OCCURRENCE $1,000,000 PREM SES (Ea occurrence) $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $1,000,000 GENII AGGREGATE LIMIT APPLIES PER: POLICY El JECOT- D LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP A. $ 2,000,000 E AUTOMOBILE LIABILITY X ANY AUTO OWNED AUTOS ONLY X HIRED AUTOS ONLY X MSC 90 SCHEDULED AUTOS x NON -OWNED AUTOS ONLY Y 810-9O352747-23-26 1/1/2023 1/1/2024 CO rdEer SINGLE LIMIT (Ea accident) $ 1000000 BODILY INJURY (Per person) $ BODILY INJURY (Per accdent) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE Y CUP -9O422902-23-26 1/1/2023 1/1/2024 EACH OCCURRENCE $10,000,000 AGGREGATE $ 10,000,000 DED I X I RETENTION $ _n_ $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N OFFICERIMEMBEREXCLUDED? iiEROPRIETOR/PARTNER/EXECUTIVE E (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS blow N / A WC928948285514 1/1/2023 1/1/2024 X I STATUTE I I ERH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A Contractors Pollution Liability Y CPLUS4223614 1/1/2023 1/1/2025 Ea. PIS, Cond/A99-Del $5M/$IoM -10,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Bid# 02200086 2023 Chip Seal Contract renewal; Weld County Public Works is Additional Insured as respects the General, Auto, Pollution and Umbrella Liability policies. 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 30 -Days writen notice to the Weld County Controller by certified mail, return receipt requested. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County Public Works ACCORDANCE WITH THE POLICY PROVISIONS. 1111 H Street PO Box 758 AUTHORIZED REPRESENTATIVE Greeley, CO 80632 i ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name. VANCE BROTHERS INC New Contract Request Entity ID's @00004325 Contract Name. 2022 CHIPSEAL OIL SUPPLY (RENEWAL FOR 2023) Contract Status CTB REVIEW Contract ID 6813 Contract Lead • JHOLBROOK ❑ New Entity? Parent Contract ID 20221514 Requires Board Approval YES Contract Lead Email Department Project # jholbrookr@co.weld.co.us Contract Description THE PROJECT IN GENERAL CONSISTS OF SUPPLYING UP TO 272,330 GALLONS OF CHIPSEAL OIL AND FOG SEAL FOR THE 2023 CHIP SEAL PROGRAM. Contract Description 2 Contract Type CONTRACT Amount. $1,056,182.10 Renewable • YES Automatic Renewal Grant IGA If this is a rent 5974 If this is part o Department PUBLIC WORKS CM- PublicWorks@weldgov.com Department Head Email CM-PublicWorks- DeptHead@weldgov.com County Attorney KARIN MCDOUGAL County Attorney Email KMCDO UGAL@CO.WELD. CO. US A Contract ID Requested BDCC Agenda Date 04;10/2023 Due Date 04/06/2023 Will a work session with BOCC be required?. NO Does Contract require Purchasing Dept. to be included? YES Bid,/REP #. 2200086 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Rase Contract Dates Effective Date Review Date. 01/15;2024 Renewal Date • 04/2912024 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact In Contact Name Purchasing Purchasing Approver CONSENT Approval Process Department Head .CURTIS HALL OH Approved Date 04 ,106 /2023 Final Approval BOCC Approved BoCC Signed Date BOCC Agenda Date 04/10/2023 Originator JHOLBROOK Contact Type Contact Email Contact Phone 1 Contact Phone 2 France Approver CONSENT Purchasing Approved Date 04/06/2023 Finance Approved Date 04/06 /2023 Tyler Ref tr AG 041023 Legal Counsel CONSENT Legal Counsel Approved Date 04/06/2023 Cc�rrlvac� «#59-7`I WELD COUNTY CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR THE 2022 CHIPSEAL OIL SUPPLY (With Renewal Options for 2023 / 2024) MAY 2022 for Weld County Public Works Pavement Management 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-356-4000 Con O(s113/lZ, o,"34Ax ( a)) 0//3/czca-- zone 151 a TABLE OF CONTENTS BIDDING REQUIREMENTS *AII Bidders must submit these form with their Bid Invitation for Bids General Provisions Insurance Requirements Specifications and/or scope of work and proposed pricing *Bid Schedule and Acknowledgement of Bid Documents *IRS Form W-9 *Anti -collision Affidavit 'CONTRACT FORMS *Signature Page Notice of Award ,SPECIAL PROVISIONS Project Special Provisions Index Project Special Provisions Project Locations 3-5 5-8 8-10 11-12 13 14 15 16 17 18 19-23 24-25 BID REQUEST #B2200086 Page 2 1 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: May 11, 2022 BID NUMBER: B2200086 DESCRIPTION: Chip Seal Oil Supply DEPARTMENT: Public Works — Pavement Management BID OPENING DATE: May 31, 2022 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: 2022 Chip Seal Oil Supply Bids will be received for the above stated equipment up to, but not later than: Tuesday, May 31, 2022, at 11:00 AM (Weld County Purchasing Time Clock). Due to COVID-19, instead of an "in -person" bid opening, the submitted bids will be read over a Microsoft Teams Conference Call on May 31, 2022, at 11:30 AM. To join, call the phone number and enter the Conference ID provided below: Phone number: 720-439-5261 Phone Conference ID: Question submission deadline: Wednesday, May 25, 2022 by 12:00pm and must be emailed to: bids(d weldgov.com. Answers will be posted on https://www.bidnetdirect.com/ by May 26, 2022, by 5:00PM, 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 information concerning this request on the BidNet Direct website at https://vwwv.bidnetdirect.com/ Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system Bid Delivery to Weld County 1. Email. Due to the Coronavirus (COVID-19), emailed bids are required. Bids may be emailed to bids a©weldgov.com; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet is 500 MB. PDF format is required. 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. Please call Purchasing at 970-400-4222 or 4223 with any questions. BID REQUEST #B2200086 Page 3 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 muat 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 Controller/Purchasing Director/Purchasing Director, 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 Controller/Purchasing Director/Purchasing Director 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 Controller/Purchasing Director/Purchasing Director, 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 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 BID REQUEST #B2200086 Page 4 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. 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. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the 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., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a BID REQUEST #B2200086 Page 5 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. H. Attorney's 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. 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. BID REQUEST #B2200086 Page 6 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. 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. BID REQUEST #B2200086 Page 7 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 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. 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 Controller/Purchasing Director/Purchasing Director 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 for the 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. BID REQUEST #62200086 Page 8 The insurance coverages 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 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. Successful bidders shall secure and deliver to the County at or before the time of execution of this BID REQUEST #62200086 Page 9 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 coverages 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 REQUEST #B2200086 Page 10 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Purpose The project in general consists of supplying up to 286,900 gallons of chipseal oil and fog seal (plant price and delivery prices) for the 2022 chip seal program. See page 25 for a map with project locations. General Conditions and Information: 1. Weld County will not supply any material for this project. 2. Bidders must indicate the location of their plant. 3. Vendor will deliver the emulsified asphalt to job site with twenty-four (24) hour notice in a tanker that can be off loaded into Weld County's distributor. Weld County will also pick up emulsified asphalt from the vendor's plant on an as -needed basis. The vendor will load and scale all materials at the plant. Weld County will be able to return unused emulsified asphalt to vendor's plant for credit due to weather or excess or any other reason. 4. Bids on materials shall be good for one year, with the ability to renegotiate unit prices at the end of each year for only two additional years (one-year terms). Terms for renegotiation are described below in the "Terms and Conditions" section. 5. 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 different bidders based on plant location relative to job site. Estimated quantities are the total amounts to be purchased from all vendors. 6. Payment shall be made according to the bid prices per gallon times the gallons of material supplied as determined by scale tickets from the plant. All tickets must be legibly signed by a Weld County employee. 8. Bidders must have storage for the emulsified asphalt and liquid asphalt. Bidder(s) must be able to provide Weld County with pre-cut and pre -heated liquid asphalt. 9. Weld County will notify the successful bidder(s) twenty-four (24) hours in advance of any emulsified asphalt supply needs. 10. In the event where a contractor cannot supply material needs due to break downs or other contracts Weld County will use other vendors. The contractor will pay the added cost if the other supplier has a higher price. The contractor will also be responsible for additional hauling costs. 11. Weld County requires that emulsified asphalt (CRS -2R) be supplied from the first of June to the end of October, Weather permitting. CRS -2 will be used throughout the year for patching 12. The specifications for material supply shall be in accordance with the most current version of the Colorado Department of Transportation, Standard Specifications for Road and Bridge Construction, unless otherwise stipulated in this document (See Special Provisions pages 18-23). References to the Division shall mean Weld County and all documentation required will be handled through the Weld County Public Works Department. 13. Fog seal (CQS-1hL) shall have a dilution ratio of 2:1 (two parts concentrate and one -part water). BID REQUEST #B2200086 Page 11 Weld County Contract: Questions related to the project and procedures should be directed to: Joshua J. Holbrook — Pavement Management Supervisor Weld County Public Works 970.304.6496, ext. 3744 jholbrook@weldgov.com Terms and Conditions: The bid documents shall be considered the Agreement and will commence in June 2022 and continue in full force for one year. At the option of the County, the contract may be extended for up to two (2) additional years. Cost increases must be consistent with regional tends. The base price per ton may increase from one year to the next by no more than the increase reflected by the Denver —Aurora -Lakewood CIP index (https://www.bls.gov/regions/mountain-plains/news-release/consumerpriceindex denver.htm), the ENR for Emulsion, rapid set per liquid ton or the Crude Oil WTI price (https://www.marketwatch.com/investing/future/crude%20oi1%20-%20electronic). When using the ENR cost index, the adjusted cost will be based on the price difference from year to year in January for the emulsion, rapid set item. BID REQUEST #B2200086 Page 12 41411 ekti ch-WV 2022 Bid Schedule 2022 ChipSeal Oil Supply Items Item Quantity Unit Bid Price Per Unit Contract Plant ft Price Locations 1 EMULSIFIED ASPHALT (CRS -2R) PLANT PRICE ONLY 144,750 GAL. . S:14/6 j,0/l 7 r $ 543, '55 vo U. (124-4 he Dnu,r, C4 gO2l4 2 EMULSIFIED ASPHALT (CRS -2R) DELIVERED PRICE 123,550 GAL. u $ 3 q /_//r ,ia A if) 9 1, Zsg 34o u. Let" Aut. otmer-. co loll Li 310 W. 61'iiiJC �tn0�r, CO 80Ii4 3 EMULSIFIED ASPHALT (CRS -2) PLANT PRICE ONLY 7,500 GAL. 5 GU I IO n // }� s -S 1P 4 FOG SEAL (COLS-1hL) 2:1 DILUTION5 PLANT PRICE ONLY 11,100 GAL. 2•�°i/GJioA $30,11D°I 380 u- La al (IVt &Ivor,Cy 97214 TOTAL: d1 i i 99 3, 25} Prices will include all labor and equipment cost necessary to make, toad and (deliver — Item #2 only) material. Bt must include the name and location of plant that material will be picked up by Weld County personal. Bid Opening Checklist: All of the following pages must be submitted with every bid submittal. Failure to Submit any of these documents will disqualify your bid. ❑ Receipt of addenda(s), if arty, shall be signed. ❑ W-9 (page 14) ❑ Anti -Collusion Affidavit. (page 15) ❑ Bid Schedule (page 13) ❑ Signature page (page 16) I have initialed each of the above items and have fully executed the corresponding documents. I hereby U Acknowledge and understand the above required bid documents. VICQ R(Otntr5, _LAC. (Contractor) Dated this 2b day of MAT AT , 2012 By: brew VCXALL Title: 6US./tit5S MO . BID REQUEST #B2200086 Page 13 Form W-9 (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.hsgov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. a co m 1 Name (as shown on your Income tax return). Name Is required on this line: do not leave this line blank. VANCE BROTHERS INC 2 Business name/disregarded entity name, If different from above •SAME 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the fallowing seven boxes. ❑ IndMduaVsole proprietor or O C Corporation 0 S Corporation O Partnership O Trust/estate single -member LLC ❑ Limited liability company. Enter the tax classification (C --C corporation. corporation, P .Partnership) ► Note: Check the appropriate box in the fine above for the tax classification of the single -member owner. Do not check LLC ft t e LLC Is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC Is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that Is disregarded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other (see instructions) ► 5 Address (number. street. and apt. or suite no See instructions. 5201 BRIGHTON PO BOX 300107 4 Exemptions (codes apply only to certain entitles, not trdrviduats; see instructions on page 3): Exempt payee redo (d any) Exemption from FATCA reporting code (f any) WWW b•Oue®e dweeOr USJ 6 City, state. and ZIP coda KANSAS CITY MO 64130-0107 Requester's name and address (optional) 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals. this is generally your social security number (SSN). However, for a resident alien. sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it Is your employer Identification number (BNB If you do not have a number, see How to get a TIN, later. Note: It the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Social security man or Employer ldentfication number 4 4 0 5 7 7 9 8 3 Part II Certification Under penalties of perjury, I certify that 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me): and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding: and 3.1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form 6f any) indicating that I am exempt from FATCA reporting Is correct. Certification Instructions. You must cross out ftem 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return For real estate transactions, item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt. contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person D. 01-2022 Dates. General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and Its Instructions, such as legislation enacted after they were published, go to wwwirs.gov/FomtW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number MN) which may be your social security number (SSN), Individual taxpayer identification number (MT)N), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns Include, but are not limited to. the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of Income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (Including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What Is backup withholding. later. Cat. No. 10231X Form W-9 (Rev. 10-2015) COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT C'ra a.E{'T NO ,,T.. I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, it not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on he or her behalf and on behalf of my fire I further attest that. I The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who Is a bidder or potential pnme bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Nether the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to retrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 38. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetittve or other form of complementary bid on this project. 4. The bid d my tiro Is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any Intentionally high, noncom - Wilke or other form of complementary bid 5. My firm has not offered or entered Into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any dher project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any Intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct Inconsistent with any of the statements and representations made In this affidavit. 8. I understand and my firm understands that any misstatement In this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department ot Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Cmea uel Om or oontAnY reP4 re( . gcokhtr5, Ti c. B � t Cie .�(P.A..t UCACe 051.19 oil? Ties {� Ras. t5S MO, rage( Yna aneacnrt myoraon'rM yErne (,I cant «newt tn.`l no. TB, kA 9 20 a a Sworn l to before me this 'Y (CJtel day of. t �/ �a Notary hcla � wr o lab 1 Katherine Darrel NOTARY PUBLIC STATE OF COLORADO �ornoYin 901644464 NOTE: This document must be signed In ink. MY COMMISSION EXPIRES 12 'err vin BID REQUEST #82200086 Page 15 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. #62200086 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 or 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. S. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. FIRM BUSINESS ADDRESS a n ce 3(oecS4 TRC. 3L30 brd‘ CITY, STATE, ZIP CODE INK flenuu, CO, 2o2J1)2 TELEPHONE NO - 391- 21, 0`i FAX 3°S" 3`M I - 2O4 PRINTED NAME freIND TITLE SIGNATURE \JGr\(t - I TAX ID#1 014 - 053S3 uSAC,SS VIAtioN-�-� E-MAIL bV1JC&6 RO1 Bonn DATE 5- 2b/2D22 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551- 0000. ATTEST: Weld C BY: derhA) Jei;.O;&k. BOARD OF COUNTY COMMISSIONERS y Clerk to the Board WELD COUNTY, COLORADO Deputy Clerj o the ames, Chair JUN 1 3 2022 BID REQUEST #B2200086 Page 16 NOTICE OF AWARD 2022 Chip seal Oil Supply To: Vance Brothers, Inc 380 W. 62nd Ave Denver. CO 80216 Project Description: The project in general consists of supplying up to 268,300 gallons of chip seal (plant price and delivery price) 7,500 gallons of CRS -2 oil and 11,100 gallons of Fog Seal oil for the 2022 chip seal projects. 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 $ 1,093,257 or as shown in the Bid Schedule. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this 6 day June. 2022. Weld County, Colorado Owner By I Joshua Holbrook Pavement Management Supervisor ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by (041.. P4 _ -1-Af . (Contractor) Dated this CX., day of c Un e. By: Title: BSi (16S M O\ ACka� ( DCo--) %Act — 62,2,1 , 2022. WELD COUNTY PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS The Colorado Department of Transportation Standard Specifications for Road and Bridge Construction most current version controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. PROJECT SPECIAL PROVISIONS Page Index Page 18 Revision of Section 101— Definition of Terms 19 Revision of Section 105— Control of work 20 Revision of Section 702.02 — Emulsified Asphalts 21-23 The remainder of this page left blank intentionally BID REQUEST #62200086 Page 18 1 REVISION OF SECTION 101 DEFINITION OF TERMS Technical Specifications related to construction materials and methods for the work required under this contract shall consist of the most current version of the "Colorado Department of Transportation, Standard Specifications for Road and Bridge Construction". Where the Project Special Provisions and the CDOT Specifications contradict one another, the more stringent specification shall apply. Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different meanings within the scope of this Contract. A summary of redefinitions follows: Subsection 101.10 "CDOT Resident Engineer" shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.28: "Department" shall mean the Weld County Public Works Department. Subsection 101.29: "Chief Engineer" shall mean the Weld County Public Works Director or designated representative. Subsection 101.36: Holidays recognized by Weld County are: New Year's Day Washington/Lincoln Day Memorial Day Independence Day Labor Day Veterans Day Thanksgiving Christmas Subsection 101.37: "Inspector" shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.51 "Project Engineer" shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.58: "Region Transportation Director" shall mean Weld County Public Works Director or designated representative. Subsection 101.65: Roadway prism defined as toe of slope to toe of slope. Subsection 101.76: "State" shall mean Weld County. All references to State, CDOT, and the Department of Transportation shall be defined as Weld County acting directly or through its duly authorized representative or agent. END OF SECTION BID REQUEST #B2200086 Page 19 REVISION OF SECTION 105 CONTROL OF WORK Subsection 105.22 shall be revised as follows: The Colorado Department of Transportation (COOT) will not participate in the resolution process for any claims filed by the Contractor. Weld County will be the responsible party to such claims. Subsection 105.24 is amended as follows: Delete all references to COOT and replace with Weld County. Delete: The venue for all unresolved disputes with an aggregate value $25,000 or less shall be the County Court for the City and County of Denver. Replace with: The venue for all unresolved disputes with an aggregate value $25,000 or less shall be the County Court for Weld County. Subsection 105.24(c) is amended as follows: Delete: Division of Audit, 4201 E. Arkansas Ave, Denver, Co. 80222 Replace with: Weld County Board of Commissioners, 1150 O Street, Greeley, Co. 80632 Subsection 105.24(f) is amended as follows: In the third paragraph delete "the City and County of Denver" Replace with: "Weld County" In the fourth paragraph delete "Denver District Court" Replace with: "Weld County District Court" END OF SECTION The remainder of this page left blank intentionally BID REQUEST #62200086 Page 20 1 REVISION OF SECTION 702 EMULSIFIED ASPHALTS (CRS -2R) Section 702.02 of the Standard Specifications is hereby revised for this project as follows: Table 702-3 (Polymerized Emulsions for Seal Coat) shall be revised as follows: Description CRS -2R shall be an emulsified mixture of straight -fun vacuum tower bottoms asphalt, synthetic SBR polymer dispersion, emulsifiers and water. The emulsion shall contain a minimum of three percent (3.0%) styrene butadiene rubber (SBR) solids by weight of asphalt cement. The SBR polymer dispersion shall be col -milled during the emulsification process such that a discontinuous polymer -asphalt network is formed upon curing of the finished emulsion. The emulsion shall be pumpable and suitable for application through a distributor truck. The emulsion, standing undisturbed for 48 hours will show reflective while polymer on the surface as evidence that the emulsion contains co -milled SBR polymer dispersion. The emulsified asphalt shall conform to the following requirements: Properties Test on Emulsion: Viscosity, 50° C, seconds Saybolt Furol Sieve Test, % (A) Storage Stability test, 1 day, % (A) Demulsibility, 35m1, 0.8% dioctyl sodium Sulfosuccinate, Minimum Maximum Test Procedure 80 40 Particle Charge test Oil distillate by volume, Residue by distillation, % 67 Test on Residue from 325° hot plate evaporation test Penetration, 25°C, 100g, 5 sec 70 Ductility, 25°C, 5 cm/min, cm 100 Ductility, 4°C, 5 cm/min, cm 30 Toughness, in -lb 110 Tenacity, in -lb 75 Elastic recovery, 25°C, 20cm, 5m hold/1h recovery, % 60 Softening Point, Ring and Ball, °C 57 Solubility in trichloroethylene, % (C) 97.5 Positive 450 0.1 1 D244 /T59 D6933 / T59 D6930 / T59 D6936/ T59 D244 0.5 D6997 / T59 D6997 / T59 / CP - L2212 120 D5 /T49 D113 /T51 D113 /T51 D5801/CP-L2210 D5801 / CP-L2210 D6084 / T301 D36 / T53 D2042 / T44 BID REQUEST #B2200086 Page 21 (A) This test requirement on representative samples is waived if successful application of the material has been achieved in the field. (B) Distillation of 260° C shall be the reference method for percent distillate and percent residue. Residue by hot plate evaporation at 163° C shall be the reference method to obtain material for test on reside. Residue from distillation shall not be used for test on residue due to polymer degradation at 260° C. Colorado DOT Procedure CP —12212 modified to a 163° C maximum temperature may be used for acceptance testing of percent residue. (C) If the solubility of the residue is less than 97.5%, the base asphalt binder for the emulsion shall be tested. The solubility of the base asphalt binder shall be greater than 99 percent. 2 REVISION OF SECTION 702 EMULSIFIED ASPHALTS (CRS -2) Section 702.02 of the Standard Specifications is hereby revised for this project as follows: Table 702-3 (Polymerized Emulsions for Seal Coat) shall be revised as follows: Properties Minimum Maximum Test Procedure Test on Emulsion: Viscosity, 122° F, seconds Saybolt Furol Sieve Test, % Storage Stability test, 1 day, % Particle Charge test Oil distillate by volume, % Residue by distillation, % Test on Residue Penetration, 77° F, 100g, 5 sec Solubility in Trichloroethlene, % Ductility, 77° F, 5 cm./min. cm. 100 Positive 65 400 0.1 1 3 100 250 97.5 40 D88 / T72 D244 / T59 D244 / T59 D244 D244 / T59 D244 / t59 D5 / T49 D2042 / T51 D113 /T51 BID REQUEST #B2200086 Page 22 2 REVISION OF SECTION 702 EMULSIFIED ASPHALTS (CQS-1hL) Section 702.02 of the Standard Specifications is hereby revised for this project as follows: Table 702-2 (Tack and Fog Coat Emulsions) shall be revised as follows: CQS-1 hL shall be an emulsified mixture of straight -run vacuum tower bottoms asphalt, synthetic SBR polymer dispersion emulsifiers and water. The emulsion shall contain a minimum of three percent (3.0%) styrene autadiene rubber (SBR solids by weight of asphalt cement. The SBR polymer dispersion shall be co -milled during the emulsification proces such that a bicontinuous polymer -asphalt network is formed upon curing of the finished emulsion The emulsion shall la pumpable and suitable for use in a slurry seal machine. The emulsion, standing undisturbed for 48 hours will show milk white on top as evidence that the emulsion contains SBR polymer dispersion. The emulsified asphalt shall conform to th, following requirements Tests on Emulsion: Viscosity, Saybolt Furol. 25t, s Storage stability test, 24-h, %" Particle charge test Sieve test, %A DistillationB: Residue, Polymer: Polymer content, % polymer solids based on asphalt solids: Polymer type: Min Max 20 100 1 positive 0.1 62 3.0 SBR Latex AASHTO ASTM CDOT T-59 D244 T-59 D6930 T-59 D244 T-59 D6933 T-59 D6997 CP-L2212* Supplier Certification Supplier Certification Tests on Residue from 325°F hot plate evaporation test (Colorado DOT CP-L2212)B: Penetration, 25°C, 100g, 5 sec 40 90 T-49 Ductility, 25°C, 5 cm/min, cm 40 T-51 Elastic recovery, 25°C, 20cm, 5m hold/1 h recovery, % 60 T301 Softening Point, Ring & Ball, °C 57 T-53 Kinematic Viscosity, 135VC, cSt 650 T-201 Solubility in trichloroethylenec, `)/0 97.5 T-44 a B D5 D113 06084 fe ) 036 D2170 D2042 This test requirement on representative samples is waived if successful application of the material has been achieved it the field. C P -L2211 * Distillation to 260°C (T-59 §11 to 15) shall be the reference method for percent residue Residue by hot plate evaporation at 163°C (CP-L2212 modified to a maximum temperature of 325°F) shall be the reference method to obtain material for tests on residue. Residue from distillation shall not be used for tests on residue due to polymer degradation at 260°C. Colorado DOT Procedure CP-L 2212* modified to a 163°C maximum temperature may be used for acceptance testing of percent residue. C if the solubility of the residue is less than 97.5%, the base asphalt binder for the emulsion shall be tested The solubility of the base asphalt binder shall be greater than 99 percent. BID REQUEST #B2200086 Page 23 PROJECT LOCATIONS ROAD LOCATION MILES CHIP CHIP PLAN Parkway Bridge Deck 0.14 5 36to5 0.21 10 Meadowlark rd to 37 0.65 15 82.5 to 88.5 2.81 16 29 to 31 0.84 28 41 to 43 1 32 39 to 43 2 34 1 to Mead CL. 1.24 43 28 to 32 2 43 Hwy 85 to 88 3 45 62 to 66 2 52 US 85 to 43 2 55 60.5 to Hwy 392 3.6 60.5 51.5 to 55 1.2 64 US 85 to 45 2.85 84 13 to 15 0.92 89 122 to 136 7.1 122 87 to 89 0.5 136 77 to 89 6 4th st 83rd ave to Greeley CL 0.65 Fst 59th to Greeley CL 0.85 Branter Rd 0.41 Delwood and E. 17th st. 0.3 42.27 BID REQUEST #B2200086 Page 24 138 136 134 132 110 1 8 — L II 124 I— — \II 122 II 12(1 s I r-- ii4 ' - I 116 I ; I I 114 I I F -r 112 - — c I r _ r 110-15 T 19-L 23-r 27-.31 35 L ' 108 I 106 104 —1 102_ L -r 100 98 P2 I I _ _ Pids fit 1 76 y 74 17 72r. 62 60 58 56 1 - - - _I1 -r 21' _ — - — 7/49 — —13-1-1t7 21 1 L_ _ 1 136 134 132 1.30 128 126 124 I. / —r r -) I �rL_11- -1--122---� 120 L 118 ' 116 I I 112 39 43147 i51 i55 59 63 J _1 _I - v 108-i - L - r106- r___1 - T�TtiyL_I —_r� -- f---.., F—FH-T+- Sr F. H I '1;d I r —I L . -L- L I ti I _I- ' r 1 ' I I I 104, I -- 1o2 100-----� 98 96 9;4 92 r + - _i--- I I i I F 1 ' I- - -86 i . ' 25 29 -3-3r +— r�--- „tie er---t 1 _ IJ a a a _L i L 67 71 r 75- F I L L I I r 88 �____I _$ 180 78 ` , I :'1 � — 1-43T+7 I- -F 7,2 --70 68,, 6;6--1 62 —521 5'0 —+4484- -t— ` r -+ - r, �- r -F+ i 42� -F- sF I " --i--I 133 b3141-' 45 E- 38 • 53 15;7 -F -F Lei 36-- -1 F -I- -1 13 I 3-2 _ r 553 57 64 65--6 J I k _FL I -F - I 85 ~I r i6 24 22 40 rtT _ijr4iLy fi-r- T -F J 14� I -� -� �— f� 1 --L-10 —�I--- — f —r— I —r I - _ I ' -- I 10 J F�-F--�--;F-L- I I I i 8 ., 79 : I — I- ---1--1- 4-�--; I F 6 I L fi _L I —I 1 L I I _ _L 79 83 87—" 91-- rr1 r r r - - r- r - r-136" I 134Y- -132I -' 130 1181 — 1261 --r124-4( -4 —1122 [120 -- —1118 1116 ;114 _ _ 5 99 103 1071r - 108I -106 11 i— t�--r�104L_ 102 10Q0 98 IN 96 I r -- a Ma I r - r I c, 94 "92 I I � _ I I I I I r I I --1----- --r --80-- I I ft L.r-I--it-78 ti 88 --86-- 84 82 L ' 76 - -77. L 81- T 85 89 - 93- -97 ss �a3_ 05Th - 0 le 73 I I 1 101 105 109 111 k 61 65 71 75 I alL altars i .5 79 ;83 A' r 60 58 56 54 )- — — -15Y2 _J50 148 ,46 44 - J42 40 87 91 95 38 36 _ F I 18 II r i-I ' is i �-r4-+�'-I I I 14 77 I 4749 51 53I 55j 59t 61 631 6,5 61I 6f Lf - _ _ _ r_ _L _ _ — + 4 71 73175 77 79 81 1 81 85 87; 89 9193 95$7_ 2 BID REQUEST #B2200086 Page 25 Christie Peters From: Sent: To: Subject: Attachments: Drew Vance <dvance@vancebrothers.com> Friday, May 27, 2022 11:38 AM bids 2022 Chipseal Oil Supply Bid - Vance Brothers, Inc. 2022 Weld County Chip Seal Oil Supply Bid.pdf Cautious This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. I hereby waive my right to a sealed bid. Please accept the attached bid documents as a response on behalf of Vance Brothers, Inc. to the 2022 Weld County Chip Seal Oil Supply Bid # B2200086. Thank You, Drew Vance Business Manager Office 303-341-2604 Cell 303-406-1619 Vance Brothers, Inc. 380 W. 62"d Ave Denver CO 80216 Vnmrr brothers ['ringing Integrity CO 0w Surface. 1 r brs Bringing Integrity to the Surface: Property CRS -2 CRS -2R I AASHTO N No. Test Tests on Emulsion: 100 Viscosity, at 50 °C, Saybolt- min 80 T 59 Furol, s max 400 450 Storage stability, 24 hr, °/0 max 1.0 1.0 T 59 Particle charge test Positive Positive T 59 Sieve test, °/0 max 0.10 0.10 T 59 Classification test Pass Pass Oil Distillate by volume, °/0 max or range 3.0 0 5 T-59 Residue by distillation/ evaporation, % min3 65 672 CP-L T 59/ 2212 2 Tests on residue: Penetration, 25 °C, 100g, 5s, min, dmm 100 70 T 49 Penetration, 25 °C, 100g, 5s, max, dmm 250 120 Ductility, 25 °C, 5 cm/min, cm, min 40 100 T 51 Ductility, 4 °C, 5 cm/min, cm, min 30 Solubility, in trichloroethylene% min4 97.54 97.54 T 44 Elastic Recovery, 25 °C min 60 T 301 Softening Point, Ring and Ball, °C 57 T 53 Toughness, in-Ibs, min 110 CP-L 2210 Tenacity, in-Ibs, min 75 CP-L 2210 'If successful application is achieved in the field, the Engineer may waive this requirement. 2 CP-L 2212 is a rapid evaporation test for determining percent residue of an emulsion and providing material for tests on residue CP-L 2212 is for acceptance only. If the percent residue or any test on the residue fails to meet specifications, the tests will be repeated using the distillation test in conformance with AASHTO T-59 to determine acceptability. 3 For polymerized emulsions the distillation and evaporation tests will in be in conformance with AASHTO T-59 or CP-L 2212 respectively with modifications to include 205 ± 5 °C (400 ± 10 °F) maximum temperature to be held for 15 minutes. 4 Solubility may be determined on the base asphalt cement prior to polymer modification. AR EP CERTIFICATE OF LIABILITY INSURANCE DATE (MWDD/YYYY) 5/26/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) PRODUCER HUB International Mid -America 9200 Ward Parkway Suite 500 Kansas City MO 64114 CONTACT NAME Certificate Department PHONE Fa( (A/C. No. Ext) 816-708-4600 I (aC. No) 816-203-4425 ADDRESS HUB -KC Certificates@HUBlnternational corn INSURER(S) AFFORDING COVERAGE NAIC # INSURER A Colony Insurance Company 39993 INSURED VANCE01 Vance Brothers, Inc 380 West 62nd Avenue Denver CO 80216 INSURER B Travelers Property Casualty Company of America 25674 INSURER C The Phoenix Insurance Company 25623 INSURER D The Travelers Indemnity Company 25658 INSURER E Argonaut Insurance Company 19801 INSURER F COVERAGES CERTIFICATE NUMBER 1549066539 REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR C X TYPE OF INSURANCE COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR GEN L AGGREGATE LIMIT APPLIES PER POLICY OTHER X PRO JECT LOC ADDL INSD Y SUBR WVD POLICY NUMBER DTCO9M212947PHX22 POLICY EFF (MM/DD/YYYY) 1/1/2022 POLICY EXP (MM/DD/YYYY) 1/1/2023 EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) LIMITS $1 000,000 MED EXP (Any one person) $ 300 000 $10,000 PERSONAL & ADV INJURY $ 1 000 000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2 000 000 $ D AU X X X OMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY MSC 90 SCHEDULED AUTOS X NON OWNED AUTOS ONLY Y DT8109M352747TIA22 1/1/2022 1/1/2023 COMBINED SINGLE LIMIT jEa_accident) BODILY INJURY (Per person) $1000000 $ BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) $ $ $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE DED I X I RETENTION $ _n_ Y CUP9M4229022226 1/1/2022 1/1/2023 EACH OCCURRENCE $ 10,000,000 AGGREGATE $10,000,000 $ E WORKERS COMPENSATION AND EMPLOYERS LIABILITY ANYPROPRIETOR/PARTN ER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory In NH) If yes describe under DESCRIPTION OF OPERATIONS below Y/N N N/A WC928828285514 1/1/2022 1/1/2023 X I STATUTE I I EERPER H E L EACH ACCIDENT E L DISEASE - EA EMPLOYEE $1,000 000 $1 000 000 E L DISEASE - POLICY LIMIT $ 1 000 000 A Contractors Pollution Liability Y CPLUS4223614 1/1/2021 1/1/2023 Ea Pltn Cond/Agg-Ded $5M/$10M -10 000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule may be attached if more space is required) Re Bid #B2200086 Chip Seal Oil Supply, Weld County Public Works is Additional Insured as respects the General, Auto, Pollution and Umbrella Liability policies 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 30 -Days written notice to the Weld County Controller by certified mail, return receipt requested CERTIFICATE HOLDER CANCELLATION Weld County Public Works 1111 H Street PO Box 758 Greeley, CO 80632 I ACORD 25 (2016/03) 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 1 © 1988-2015 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD Entity Name* VANCE BROTHERS INC Entity ID* X0O004325 Contract Name * 2022 CHIP SEAL OIL SUPPLY Contract Status CTB REVIEW ❑ New Entity? Contract ID 5974 Contract Lead* JHOLBROOK L.B ROOK Contract Lead Email Jholbrook@co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # AN -61 Contract Description* THE PROJECT IN GENERAL CONSISTS OF SUPPLYING UP TO 268,000 GALLONS OF CHIP SEAL OIL (PLANT PICK UP AND DELIVERY), 7,500 GALLONS OF CRS -2 OIL AND 11,100 GALLONS OF FOG SEAL OIL. Contract Description 2 Contract Type* CONTRACT Amount* S1,093,257.00 Renewable''* YES Automatic Renewal Grant !GA Department PUBLIC WORKS Department Email CM- PublicWorkst weidgov.com Department Head Email CM-•PublicWark.s- DeptHead veldggov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA i ORNEYgWELDG OV.COM Requested BOCC Agenda Date* 06,13'2022 Due Date 06/09/2022 Will a work session with 8OCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/REP #* 82200086 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date * 0<"01/2023 Renewal Date* 04 03/2023 Termination Notice Period Committed Delivery Date Expiration Date. Contact Information Contact Info Contact Name Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD DH Approved Date 06,E 08 2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 06 13 2022 Originator jHOLBROOK Contact Type Contact Email Finance Approver CONSENT Contact Phone Purchasing Approved Date 06:08,2022 Finance Approved Date 06:08'2022 Tyler Ref AG 061 322 Legal Counsel CONSENT Contact Phone 2 Legal Counsel Approved Date 06'08;=2022 RESOLUTION RE: APPROVE EMERGENCY BID #B2200086, CHIP SEAL OIL SUPPLY, AND WAIVER OF TEN-DAY WAITING PERIOD FOR CONSIDERATION AND INVESTIGATION - 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 Purchasing Department has requested waiver of the ten-day waiting period for Emergency Bid Request #B2200086, Chip Seal Oil Supply, for the Department of Public Works, to ensure pricing before oil prices increase, and WHEREAS, the Board of County Commissioners deems it advisable to waive the ten-day waiting period for said emergency bid. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the ten-day waiting period for Emergency Bid Request #B2200086, Chip Seal Oil Supply, for the Department of Public Works, be, and hereby is, waived. BE IT FURTHER RESOLVED by the Board that the low bid from Vance Brothers, Inc., in the amount of $1,093,257.00, be, and hereby is, accepted on an emergency basis. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 6th day of June, A.D., 2022. BOARD OF COUNTY COMMISSIONERS WEL COUNTY, COLORADO ATTEST: d,,dtdrod Scot K. James, Chair Weld County Clerk to the Board ounty Attorney Date of signature: 6/H /22 cc:Ph1(ERKH/N) b /iS /22 2022-1514 PO0023 EG0080 MEMORANDUM TO: Curtis Hall, Deputy Director of Public Works. DATE: June 1, 2022 FROM: Joshua Holbrook, Pavement Management Supervisor SUBJECT: 2022 Chip Seal oil supply, Bid No. B2200086 / Present and Emergency approval on June 6, 2022. On May 31, 2022, two bids were opened for the 2022 Chip Seal oil Supply. The two bids were submitted by Vance Brothers and Cobitoc, both are based out of Denver, Colorado. Please see bid tab below: VENDOR VANCE BROTHERS INC 380 W. 62ND AVENUE DENVER CO 80216 VANCE BROTHERS TOTAL COBITCO INC 5301 N. BANNOCK ST DENVER CO 80216 COBITCO TOTAL COST = $1,126,903.00 EMULSIFIED CRS -2R PRICE PER UNIT PLANT PRICE (144,750 gals) $3.78=$547,155 COST = $1,093,257.00 $3.92=$567,420 EMULSIFIED CRS -2R PRICE PER UNIT DELIVERED PRICE (123,550 gals) $3.96=$489,258 $4.064501,613 EMULSIFIED CRS -2 PRICE PER UNIT PLANT PRICE (7,500 gals) FOG SEAL CQS-1hL PRICE PER UNIT PLANT PRICE (11,100 gals) $3.45=$25,875 $2.79=$30,969 $3.72=$27,900 $2.70=$29,970 The lowest bid submitted by Vance Brothers, Inc is within the 2022 estimated budget for this contract; therefore, it is Public Works recommendation to award the bid to Vance Brothers, Inc. for a total amount of $1,093,257.00. Public Works is requesting an emergency approval to ensure that the oil price for this bid is awarded before the oil prices increase. cc: Jay McDonald, Director of Public Works Mona Weidenkeller, Office Tech IV, Account payable/receivable Rose Everett, Weld County Purchasing Christie Peters, Weld County Purchasing 2022-1514 (woo eelom DATE OF BID: MAY 31, 2022 REQUEST FOR: CHIP SEAL OIL SUPPLY DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B2200086 PRESENT DATE: JUNE 6, 2022 EMERGENCY APPROVAL DATE VENDOR WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: reverett@weldgov.com E-mail: cmpeters@welgov.com Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 400-4024 : JUNE 6, 2022(With Renewal Options for 2023 / 2024) EMULSIFIED CRS -2R PRICE PER UNIT P LANT PRICE (144,750 gals) EMULSIFIED CRS -2R PRICE PER UNIT DELIVERED PRICE (123,550 gals) VANCE BROTHERS INC 380 W. 62ND AVENUE DENVER CO 80216 COBITCO INC 5301 N. BANNOCK ST Denver CO 80216 EMULSIFIED CRS -2 PRICE PER UNIT PLANT PRICE (7,500 gals) FOG SEAL CQS-1 hL P RICE PER UNIT P LANT PRICE (11,100 gals) $3.78 =$547,155.00 $3.96 = $489,258.00 $3.45 = $25,875.00 $2.79 P lant Location: 380 W. 62"d Avenue, Denver CO Grand Total: $1,093,257.00 $3.92 =$567,420.00 $4.06 = $501,613.00 P lant Location: Denver CO PUBLIC WORKS WILL REVIEW THIS BID. $30,969.00 $3.72 = $27,900.00 $2.70 = $29,970.00 Grand Total: $1,126,903.00 001Ot¼a( cTiODO Hello