HomeMy WebLinkAbout20242826.tiffRESOLUTION
RE: APPROVE QUOTES PURSUANT TO STATE COOPERATIVE PRICING AGREEMENT
FOR PURCHASE OF CORROSION INHIBITED MAGNESIUM CHLORIDE LIQUID
DE-ICING PRODUCTS (TORCH LT) - GMCO CORPORATION
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 Weld County Department of Public Works desires to purchase Corrosion
Inhibited Magnesium Chloride Liquid De -Icing Products (Torch LT) procured through the Colorado
Department of Transportation (CDOT) State Cooperative Pricing Agreement, and
WHEREAS, Weld County Code Section 5-4-100, Cooperative Purchasing, allows the
Weld County Board of Commissioners to accept purchases through State Bid Pricing
Agreements, and
WHEREAS, Weld County Code Section 5-4-80, Expenditures Not Requiring a
Procurement Process, exempts items purchased through current State, Federal, GSA, or other
Cooperative Contracts, and
WHEREAS, the Weld County Purchasing Manager deemed the Cooperative Purchasing
Agreement Award #311002290 through CDOT Solicitation HAA IFB23-001GB, is in the best
interest of Weld County, and
WHEREAS, the Board has been presented with Quotes for the Purchase of Corrosion
Inhibited Magnesium Chloride Liquid De -Icing Products (Torch LT) between the County of Weld,
State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf
of the Department Public Works, and GMCO Corporation, with further terms and conditions being
as stated in said quotes, and
WHEREAS, after review, the Board deems it advisable to approve said quotes, copies of
which are attached hereto and incorporated herein by reference.
cc : pw (c1-1IDw /DD f S$)
11/5/2 �I
2024-2826
EG0082
QUOTES PURSUANT TO STATE COOPERATIVE PRICING AGREEMENT FOR PURCHASE
OF CORROSION INHIBITED MAGNESIUM CHLORIDE LIQUID DE-ICING PRODUCTS
(TORCH LT) - GMCO CORPORATION
PAGE 2
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of
Weld County, Colorado, that the Quotes for the Purchase of Corrosion Inhibited Magnesium
Chloride Liquid De -Icing Products (Torch LT) between the County of Weld, State of Colorado, by
and through the Board of County Commissioners of Weld County, on behalf of the Department
Public Works, and GMCO Corporation, be, and hereby is, approved.
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 23rd day of October, A.D., 2024.
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
ATTEST: � w a :4
Weld County Clerk to the Board
BY:
Rituui rtie_
Deputy Clerk to the Board
APP %VED AS
County At : rney 1 01,7
Date of signature: Q IZ
Kevi. Ross, Chair
Perry L. B; k, Pro-Tem
ike F,-eman
. James
ri Saine
2024-2826
EG0082
MEMORANDUM
TO: Board of Commissioners DATE: October 9, 2024
FROM: Curtis Hall, Director of Public Works l4, --
SUBJECT: State Pricing Agreement/GMCO Corp
The Public Works Department desires to purchase Corrosion Inhibited Magnesium Chloride Liquid Deicing
Products (Torch LT).
Weld County Code allows the Board to accept any of the state bids without rebidding the same goods or
services. The Purchasing Department has verified GMCO Corp is the awarded vendor for the Colorado
Department of Transportation Cooperative Purchasing Agreement with Award# 311002290. This award is
available for the County to utilize for this purchase.
The Public Works Department recommends purchasing the product on an as -needed basis at the rate of $1.12
for a 5 -day delivery price or $1.11 for a 10 -day delivery price for the period of October 1, 2024 through
September 30, 2025. The cumulative purchase will be greater than $50,000 over the life of the contract.
If you have any questions, please call me at extension 3721.
M:mona.wordfiles/bids/mtorchliquiddeicer oct24
2024-2826
0/23 EC-IOOgZ
GMCO Corporation
PO Box 1480
0228 Power Line Road
Rifle, CO 81650
Office: (970) 625-9100
Fax: (970) 625-9101
Web: gmcocorp.com
Service Address
Weld County Kersey yard
23604 CO Rd 54
40°22'38"N 104°36'33"W
Kersey, CO 80644
Item Description
Quote
Weld County Torch LT Del. Kersey 2024/2025
September 30, 2024
Billing Address
Weld County
P.O. Box 758
Greeley, CO 80644
Quantity Unit Price Tax Amount
Torch LT 1
Torch LT Price is for delivered in full truck loads 4,500.00 $1.1100 Tax $4,995.00
of 4,500 gallons.
Zone 11 10 day
Subtotal: $4,995.00
AVATAX (0%): $0.00
Total: $4,995.00
The quote includes the following terms: This quote does not include sales tax, the Responsible Party is responsible for
paying all applicable taxes. Should the quantity of items and/or services change or the applicable tax rate change, the
Responsible Party is liable for the balance due. This quote is valid for 7 days, after 7 days, prices are subject to change
unless otherwise noted. If the Responsible Party has been approved for credit, payment is due within 30 days of the date
printed on the invoice. A finance charge of 1.5% per month will be assessed on all amounts 30 days past due. Otherwise,
you are required to prepay, which consists of a credit card pre -authorization hold on funds for 120% of the quote, only
valid on purchases less than $10,000. The card on file will be processed for the final amount, not to exceed the pre -
authorized amount.
Signature authorized representative Print name
Title Date
GMCO Corporation
PO Box 1480
0228 Power Line Road
Rifle, CO 81650
Office: (970) 625-9100
Fax: (970) 625-9101
Web: gmcocorp.com
Service Address
Weld County FOB Walker Yard
1111 H St.
40°26'47"N 104°42'02"W
Greeley, CO 80644
Item Description
Quote
Weld County Torch LT Del. Greeley 2024/2025
September 30, 2024
Billing Address
Weld County
P.O. Box 758
Greeley, CO 80644
Quantity Unit Price Tax Amount
Torch LT 1
Torch LT Price is for delivered to Customers
location in full truck loads 4,500 gallons.
Zone 11 10 day
4,500.00 $1.1100 Tax $4,995.00
Subtotal: $4,995.00
AVATAX (0%): $0.00
Total: $4,995.00
The quote includes the following terms: This quote does not include sales tax, the Responsible Party is responsible for
paying all applicable taxes. Should the quantity of items and/or services change or the applicable tax rate change, the
Responsible Party is liable for the balance due. This quote is valid for 7 days, after 7 days, prices are subject to change
unless otherwise noted. If the Responsible Party has been approved for credit, payment is due within 30 days of the date
printed on the invoice. A finance charge of 1.5% per month will be assessed on all amounts 30 days past due. Otherwise,
you are required to prepay, which consists of a credit card pre -authorization hold on funds for 120% of the quote, only
valid on purchases less than $10,000. The card on file will be processed for the final amount, not to exceed the pre -
authorized amount.
Signature authorized representative Print name
Title Date
GMCO Corporation
PO Box 1480
0228 Power Line Road
Rifle, CO 81650
Office: (970) 625-9100
Fax: (970) 625-9101
Web: gmcocorp.com
Service Address
Weld County FOB Walker Yard
18479 County Road 13
40°16'11"N 104°56'30"W
Johnstown, CO 80534
Item Description
Quote
Weld County Torch LT FOB Walker 2024/2025
September 30, 2024
Billing Address
Weld County
P.O. Box 758
Greeley, CO 80644
Quantity Unit Price Tax Amount
Torch LT 1 Torch LT Torch LT Walker yard 24 hr access 1.00 $1.1100 Tax $1.11
Zone 11 10 day
Subtotal:
AVATAX (0%):
Total:
$1.11
$0.00
$1.11
The quote includes the following terms: This quote does not include sales tax, the Responsible Party is responsible for
paying all applicable taxes. Should the quantity of items and/or services change or the applicable tax rate change, the
Responsible Party is liable for the balance due. This quote is valid for 7 days, after 7 days, prices are subject to change
unless otherwise noted. If the Responsible Party has been approved for credit, payment is due within 30 days of the date
printed on the invoice. A finance charge of 1.5% per month will be assessed on all amounts 30 days past due. Otherwise,
you are required to prepay, which consists of a credit card pre -authorization hold on funds for 120% of the quote, only
valid on purchases less than $10,000. The card on file will be processed for the final amount, not to exceed the pre -
authorized amount.
Signature authorized representative Print name
Title Date
Vendor
GMCO Corporation
Product
Torch
LT
Bid
Number
IFB
23-001
LH
Award
Number
311002290
- Mat 110007643
`
Price Per Gallon
Zone 5
1
Day
Delivery
-
10 Day Delivery
1
$
1.25
$
1.24
2
$
1.32
$
1.31
3
$
1.35
$
1.34
4
$
1.19
$
1.18
5
$
1.24
$
1.23
6
$
1.28
$
1.27
7
$
1.26
$
1.25
8
$
1.18$
1.17
9
$
1.19
$
1.18
10
$
1.22
$
1.21
11
$
1.12
$
1.11
12
$
1.22
$
1.21
13
$
1.28
$
1.27
I 1 1 1 T I I r
14
$
1.13
$
1.12
15
$
1.16
$
1.15
16
$
1.25
$
1.24
17
$
1.24
$
1.23
18
$
1.17
$
1.16
19 $
1.27
$
1.26
20 $
1.34
$
1.33
21
$
1.25
$
1.24
22
$
1.29 '
$
1.28
23
$
1.30
$
1.29
24
$
1.26
$
1.25
25
$
1.24
S
1.23
26
•
$
1.22
$
1.21
27
$
1.32
$
1.31
i
28
$
1.39
$
1.38
29
$
1.25
$
1.24
30
$
1.29
$
1.28
31
$
1.39
$
1.38
32
$
1.22
$
1.21
33
$
1.32
$
1.31
34
$
1.40
I
$
1.39
35
$
1.42
1
$
1.41
CDOT Pickup
Denver 1
$
1.11
i
Grand
Junction
$
1.12
Johnstown
$
1.11
Montrose
$
1.29
Florence
$
1.21
pen 7:00am - 3:00pm 4620 North Monaco Street Parkway
:00am - 3:00pm 430 2nd Avenue
4 hour access - automated system 18501 County Road 13
4 hour access - automated system - 240 North 9th Street
4 hour access - automated system - 125 Avenue
COLORADO
Department of Transportation
SOLICITATION AND RESPONSE COVER SHEET
HAA IFB 23-001GB Corrosion Inhibited Magnesium Chloride Liquid Deicing Products
Per the attached specifications, terms and conditions.
INSTRUCTIONS: Offeror (bidder) must complete this cover sheet and attach it with their proposal.
Offerors are
Submit Proposal to:
urged to read the solicitation document tnorougnry
BidNet Direct
netore sunmitting
Purchasing
Age':
Ant:
a proposal.
Lisa Hollerbach
303-512-5511
Lisa.Hollerbach@state.co.us
Help Desk 800-835-4603 / support
Due Date:
Tuesday, August 23, 2022
Time Due:
2:00 PM
Mountain Time
OFFEROR INFORMATION
Offeror F.E.I.N.:
Delivery Date:
Authorized Signature:
signature acknowledges acceptance oja!! terms and
conditions ojrhe salicitalion.
Typed/Printed Name and Title:
Legal Company Name:
Payment Terms:
(Minimum of Net 30)
Doing Business As:
Address:
City: State: Zip:
Phone Number: Fax Number:
Contact for Clarifications:
Title:
Phone Number Fax Number:
E-mail Address:
IFB 23-001 LH Corrosion Inhibited Magnesium
Chloride Liquid Deicing Products
Page 1 of 9
Electronic Bid Submission: This solicitation is published via Rocky Mountain E -Purchasing, BidNet Direct. Suppliers must be registered with BidNet Direct in order
to download solicitation documents and information (including my amendments or modifications) and to be considered responsive at the time of submission of the
response. Bidders who have not registered on the BidNet Direct website, must register promptly to ensure they are able to submit a timely bid response.
Information may be accessed through the BidNet Direct at: https://www.bidnetdirect.com/register. BidNet Direct's Help Desk can be reached at 800-835-4603 or by
email: support@bidnet.com
Offeror to answer and acknowledges by its signature above:
- Confirm that you are aware that the award notice will be published on CDOT website: Yes
- My company is registered on BidNet, Direct: Yes / No
- Proprietary Information: is in my response and as segregated pages: Yes / No
- Registered with the Colorado Secretary of State No / Yes, and #
- Offeror proposes using Subcontractors for this project: Yes / No
- Offeror has reviewed Modifications made to this RFP —list the Modification # last reviewed:
- If claiming SDVOSB (Service Disabled Veteran Owned Small Business) attach proof of certification: Yes / NA
IFB 23-001 LH Corrosion Inhibited Magnesium
Chloride Liquid Deicing Products
Page 2 of 9
Please read this solicitation thoroughly before responding. Illegible responses may be rejected as non -responsive.
The Colorado Department of Transportation (CDOT) reserves the right to reject any and all proposals or
parts thereof, and to waive informalities or irregularities. By submission of a proposal, proposer agrees to
the State of Colorado terms and conditions.
By submission of a proposal, bid and/or quote, proposer agrees as follows:
• Except as replaced, modified, or supplemented by CDOT for this solicitation, all items in the State of Colorado
Solicitation Instructions/Terms and Conditions are considered part of, and are incorporated by reference into
this document.
Proposer testifies that bid prices were arrived at independently and there was no collusion involved.
The Bidder/Proposer/Vendor guarantees to the State that they understand and agree to the terms and conditions
of this solicitation and that they will not default from performance by virtue of a mistake or misunderstanding.
Proposers shall seek clarification from CDOT of any specifications, terms and/or conditions that they determine
to be unclear. The failure of a proposer to seek clarification may be deemed a waiver of any such clarification.
Pursuant to CRS 24-30-202.4 (as amended), the state controller may withhold debts owed to state agencies
under the vendor offset intercept system for: (a) unpaid child support debt or child support arrearages; (b)
unpaid balance of tax, accrued interest, or other charges specified in Article 22, Title 39, CRS; (c) unpaid loans
due to the student loan division of the Colorado Division of Higher Education; (d) owed amounts required to be
paid to the unemployment compensation fund; and (e) other unpaid debts owing to the state or any agency
thereof, the amount of which is found to be owing as a result of final agency determination or reduced to
judgment as certified by the controller.
NOTE: Results will be posted on CDOT Procurement's Bid Log:
https://docs.google.com/spreadsheets/d/1Rt5KRPWVhstgbOEmFjTe0EuHpAHVIsrymLmgiL 8mrl/edit#gid=1184
857721 or email but will not be discussed by phone except as noted in the solicitation
document.
1. Invitation for Bid Title: Cold Temperature Modified, Magnesium Chloride Liquid De -Icing Products.
2. Modifications:
a. Any modifications or changes to this solicitation will be published on BidNet Direct. It is
solely the responsibility of the Bidder to monitor the site for any changes.
b. Deviation from these specifications during the bid process, or changes to the price agreement
resulting from this solicitation, will not be allowed unless previously authorized, in writing
only, by a modification to the solicitation or price agreement issued from the CDOT Center
for Procurement and Contract Services.
3. IFB Bid Submission:
a. Complete Solicitation Instructions/Term and Conditions that apply to this solicitation and
subsequent award can be found on the CDOT website.
b. Responses to this solicitation MUST be received no later than the stated IFB Bid Submission
Date and Time.
c. Submissions will only be accepted through BidNet.
d. Late bids will not be accepted.
e. All responses require the return of the completed IFB Pricing and Submission Form and the
Certification Form. The IFB Pricing and Submission Form must reflect all Modifications to
this IFB. Required bid submittals must include the following:
1. Response must be accompanied with an Analysis Test Report prepared by a
certified third party commercial laboratory. The Test Report shall completely
document all of the analysis listed in Attachment #1 (General Specifications and
Deicer Category). All test data that is included with this Bid Submittal is subject to
verification by CDOT. Test Results from CDOT's Third Party Testing Facility shall
IFB 23-001 LH Corrosion Inhibited Magnesium
Chloride Liquid Deicing Products
Page 3 of 9
be verifiable and final. Response must include two samples of each product that is
bid. Samples shall be provided in one gallon sealed containers clearly labeled with
applicable Proprietary Product Information, the Product Name and Date/Time sample
was collected.
3. Response must include the most recent detailed product specification/technical
sheet and Material Safety Data Sheet (MSDS) including the MSDS of the inhibitor.
4. Response shall include a Quality Control Plan. The Quality Control Plan will
detail the interval of quality control testing, the quality control test location in the
process and the physical location of sampling and the corrective action if material
does not meet specification. All Quality Control Sampling and Testing are the sole
responsibility of the Vendor. Vendor is to have third party certified testing done
quarterly at a minimum. Quarterly test results in September, December and March
are to be submitted to the CDOT Division of Maintenance and Operations Winter
Operations Manager at 425C Corporate Circle, Golden CO 80401.
f IFB Pricing and Submission Form must be signed by an individual with express authority to
bind the bidding company.
g. Confidential/Proprietary Information: Any restrictions of the use or inspection of material
contained within the Bid Submittal shall be clearly stated. Written requests for
confidentiality shall be submitted, by the offer or with the Bid Submittal. The offer must
state specifically what elements of the Bid Submittal are to be considered
confidential/proprietary. Confidential/proprietary information must be readily identified,
marked and separated/packaged from the rest of the Bid Submittal. Co -mingling of
confidential/proprietary and other information is NOT acceptable. Neither a Bid Submittal,
in its entirety, nor price information will be considered confidential and proprietary. Any
information that will be included in any resulting Price Agreement cannot be considered
confidential.
h. The State respects the environment and desires to do business with Bidders who share this
concern. The Bidder who is awarded this solicitation agrees that, wherever required, all
reports, catalogs, correspondence, or other submittals will be made on recycled paper and
with copying on both sides of the pages. (Recycled paper meaning not less than 50% of the
total weight consisting of secondary and post -consumer waste, and not less than 10% total
weight consisting of post -consumer waste.
4. Questions and Answers:
There will be a question and answer period. All questions must be submitted in writing by e-mail to
the Purchasing Agent, identified above, no later than 2:00 P.M. (MS7), Thursday, August 11, 2022.
Answers to all questions submitted will be posted in the form of a modification by 2:00 P.M.
(MST), Monday, August 15, 2022. It will be the bidder's responsibility to read the modifications and
submit signature pages reflecting the modifications.
5. Bid Opening:
a. The formal bid opening for this solicitation will be held via conference call on Tuesday or
Thursday, at 3:30 pm immediately following the closing of this solicitation. Attendees to the
conference may call in at 1-860-800-9248 using PIN 164 625#.
b. Awards will be posted on the CDOT Bid Log after determination is completed.
IFB 23-001 LH Corrosion Inhibited Magnesium
Chloride Liquid Deicing Products
Page 4 of 9
6. Award:
a. AWARD DOCUMENT - CDOT will award this solicitation and enter into an agreement with
the winning Bidder(s). All orders will be placed through an executed CDOT purchase order.
Upon review and approval of the evaluation of the bidders, the CDOT Purchasing Agent will
issue a "Notice of Intent to Make an Award" to the successful bidder(s).
b. TERM— The initial term of the contract/purchase order shall be 12 months from the date of
award, through 9/30/2023. The State may unilaterally renew the term of the contract for four
(4) additional term(s) of up to 1 year each, including, but not limited to, prices, rates and
service delivery requirements. Bidder agrees to deliver under this solicitation for the full
initial term and any renewals
c. This solicitation will be awarded to multiple firms and products meeting specification
requirements.
d. After awards have been made, CDOT offices will have the option to place orders with the
desired vendor based on the product that performs best for their geographical location, as well
as the vendor closest to that geographical location.
e. This award shall be available for use by CDOT, other State Agencies and Institutions, Local
Governments and Political subdivisions within the state of Colorado.
7. Alternates: Will not be accepted as stated in the scope of work / specifications
8. Bid Evaluation:
a. CDOT will be the sole judge in determining the acceptability of an offer and reserves the
right to award the bid in the best interest of the State.
b. Award shall be made to the Bidder who is determined to be the lowest responsible and
responsive Bidder whose bid meets the requirements and criteria set forth in this solicitation.
Award shall be subject to specification verification.
c. Low Tie Bids shall be decided in accordance with the provision of CRS 24-103-902, as it
currently exists or is hereafter amended, which give a preference to resident bidders. Any
Supplier who wishes to be considered a "Resident Bidder" for purposes of the tie bid
procedure provided in this section shall include with their bid proof that he/she meets the
definition of Resident Supplier.
d. Service Set Asides CRS 24-103-801 thru 806 established a set aside program for certain
qualified nonprofit agencies (Disability Set Aside Suppliers) that bid for State of Colorado
services solicitations when the nonprofit employs persons with severe disabilities. The
Guidance states that, "State Agencies must solicit bids first from the service set aside list
before soliciting elsewhere.
e. In accordance with Procurement Code, CRS 24-103-904 titled "Purchasing Preference for
Environmentally Preferable Products"; Suppliers responding to this solicitation may seek
to qualify for the preference and governmental bodies conducting this solicitation shall award
a contract to a Supplier who offers environmentally preferable products subject to the
conditions in the Code and Procurement Rules.
f. Service Disabled Veteran Owned Small Business (SDVOSB), In accordance with
Procurement Code CRS 24-103-905; An Offeror claiming status as a service disabled veteran
owned small business must identify itself as such in its proposal and provide documentation
of its certification from the United States Department of Veteran Affairs with its bid
response.
IFB 23-001 LH Corrosion Inhibited Magnesium
Chloride Liquid Deicing Products
Page 5 of 9
9. Non -Responsive:
a. Failure to complete and submit all forms reflecting any and all Modifications or to follow any
instructions in this solicitation will cause the bid to be considered non -responsive.
b. Exceptions taken by any Bidder may cause their bid to be considered non -responsive. The State
will be the sole judge of what constitutes an allowable exception, and then only if the basic
requirements of the specification are essentially unaltered.
c. Any requests to change the State's Terms and Conditions will cause the bid to be considered non-
responsive.
d. By submitting a bid, Bidder agrees that CDOT reserves the right to accept or reject any alternate
bids if allowed for in the solicitation.
e. Illegible responses will be rejected as non -responsive.
10. Failure to Render Service/Cancellation:
In the event that the awarded Supplier fails to deliver goods or render service as stated, the State
of Colorado reserves the right to cancel this IFB and any award thereof, by written notification. In
the case of cancellation, the State reserves the right at its sole discretion to award to another
Bidder, to re -bid the items, or to implement other solutions to assure a continued delivery of
goods and/or services.
11. Doing Business in Colorado:
Vendors wanting to do business in Colorado must register with the Colorado Secretary of State in
accordance with CRS 7-90-801. This is the link for the Colorado Secretary of State's website at
http://www.sos.state.co.us . (Recommend going to the "Business Center" section, then opening the
"Business Home" page, under the "General Information" section, review the FAQs.)
12. Insurance:
The awarded Vendor will be required to submit a certificate(s) showing insurance coverage for
General Liability, Automobile and Workers Compensation as outlined in the Contract General
Provisions/Purchase Order Term and Conditions prior to execution of the award document.
13. Remedies:
Per Title 24 Article 109 CRS. Any actual or prospective proposer or contractor who is aggrievedF
in connection with the solicitation or award of a contract may protest to the CDOT Procurement
Official. The protest shall be submitted in writing within ten (10) working days after such
the aggrieved person knows, or should have known, of the facts giving rise thereto. Protests
received after the ten (10) -working-day period shall not be considered. The written protest
shall include, as a minimum, the following:
a. The name and address of the protestor;
b. Appropriate identification of the procurement by bid or award number;
c. A statement of the reasons for the protest; and
d. Any available exhibits, evidence or documents substantiating the protest.
14. Specifications:
a. Reference Attachment 1 - Liquid De-Icer Specifications.
15. Estimated Annual (Or Other) Usage: CDOT purchased approximately 10 million gallons of
this type of products in budget year 2021/2022
16. Firm Pricing:
a. Pricing must be valid for the initial term of the award.
b. Pricing to be submitted in the specified Unit of Measure.
IFB 23-001 LH Corrosion Inhibited Magnesium
Chloride Liquid Deicing Products
Page 6 of 9
c. All pricing submitted for bid evaluation must be rounded up or down to the nearest whole cent.
Prices shall not exceed two decimal places (example $5.32). All pricing on the invoice must be in
line with the bid price and may not exceed two decimal places.
d. Pricing must be all-inclusive (freight charges included). FOB Destination. No extra charges will
be allowed.
e. Pricing must be submitted in U.S. Dollars.
16. Bidder Pricing Schedule: Bidder is required to supply pricing for the following: Cold
temperature modified liquid magnesium chloride deicer. Bids must include pricing for 5 -day
delivery, 10 -day delivery and pickup by State force from vendor's location. See Attachment 2 -
Pricing Table.
ALL BIDS MUST BE FOB DESTINATION, FREIGHT INCLUDED
17. Delivery of Product: Delivery of products in a timely manner is critical to the operations and
maintenance of CDOT. Therefore, as part of your bid, confirm below the expected delivery date or
delivery time period after receipt of each fully executed Purchase Order and notice to proceed.
Confirm Goods Delivery Time by providing pricing for each delivery period and zone in
Attachment 2 - Pricing Table.
18. Comprehensive Sales History Reports: Vendor(s) receiving the resulting award(s) must furnish
comprehensive sales history reports to the CDOT Purchasing Office approximately once per year or at
any time within 15 days notice from the CDOT Purchasing Office. Comprehensive reports must be
provided electronically, either by email or disc in a Microsoft Excel format. Reports must contain the
following information for the particular time period (normally 10 to 12 months) requested:
a. The name of each State agency or institution, State institution of higher education and
political subdivision that has made purchases and the dollar amount purchased by each
agency/ subdivision in conjunction with the price agreement,
b. The dollar amount purchased for each category listed in this bid and on resulting
award, and
c. The volume of purchase paid for with procurement card as opposed to traditional
methods of payment.
d. The quantity sold of each individual product purchased on the price agreement. Failure
to provide these reports may result in the cancellation of the agreement.
19. Equal Opportunity and Non -Discrimination:
CDOT, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat.
252, 42 US.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will
affirmatively ensure that for any contract entered into pursuant to this advertisement,
disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds of race, color, or
national origin in consideration for an award.
20. Submission of confidential/proprietary information:
All material submitted in response to this IFB will become subject to the Colorado Open Records
Act, C.R.S Section 24-72-201 et. Seq. Any material requested to be treated as proprietary or
confidential must be clearly identified and easily separable from the rest of the bid, i.e., uploaded
IFB 23-001LH Corrosion Inhibited Magnesium
Chloride Liquid Deicing Products
Page 7 of 9
in a separate file. Such a request must include the bidder's justification for the material to be
treated as proprietary or confidential. The request will be reviewed and either approved or denied
by the CDOT Purchasing Director. If denied, the bidder will have the opportunity to withdraw its
entire bid. A bidder may submit, as a part of its solicitation response, a written request for
classification of certain portions of the response as trade secrets or other confidential or
proprietary information. Material for which confidentiality has been requested shall be readily
identifiable and separable from other portions of the solicitation to facilitate public inspection of
the non -confidential portion of the solicitation response. In no event shall an entire solicitation
response be classified as confidential. The procurement official or his or her designee shall
determine if the information identified in the request is exempt from disclosure in accordance
with section 24-72-204, C.R.S., and shall inform the bidder or offeror in writing of his or her
determination. If the bidder does not agree with the determination of the procurement official or
his or her designee, the bidder may protest the determination in accordance with article 109 of the
code. NEITHER COST NOR PRICING INFORMATION NOR A TOTAL BID WILL BE
CONSIDERED PROPRIETARY. If any of the materials submitted by the Vendor to CDOT are
clearly and prominently labeled trade secret, privileged information, or confidential commercial,
financial, geological, or geophysical data by the Contractor, CDOT will endeavor to advise the
Contractor of any request for the disclosure of such materials prior to making any such disclosure.
Under no circumstances, however, will CDOT be responsible or liable to the Contractor or any
other Person for the disclosure of any such labeled materials, whether the disclosure is required
by law, by court order or occurs through inadvertence, mistake or negligence on the part of
CDOT.
[THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK]
IFB 23-001 LH Corrosion Inhibited Magnesium
Chloride Liquid Deicing Products
Page 8 of 9
PRICE SUBMISSION FORM
21. Bidder Pricing Schedule
Vendors must submit their pricing only using Attachment 9 - Pricing Table. Failure to submit
pricing utilizing Attachment 2 - Pricing Table will result in a bid being considered non-
responsive. In addition, vendors may not submit additional quotations, specifications, or
documentation that are not specifically requested in this solicitation.
22. Delivery of Goods
Delivery of goods in a timely manner is critical to the operations and maintenance of CDOT.
Therefore, as part of your bid, confirm below the expected delivery date or delivery time period
after receipt of Purchase Order:
Confirm Goods Delivery Time:
[THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK]
IFB 23-001LH Corrosion Inhibited Magnesium
Chloride Liquid Deicing Products
Page 9 of 9
coot
COLORADO
Department of Transportation
NOTICE OF AWARD RENEWAL
AWARD NUMBER 311002290
(THIS IS NOT A PURCHASE ORDER, SEE NOTE
BELOW)
VENDOR NO.
VENDOR NAME:
ADDRESS:
CONTACT PERSON:
PHONE:
FAX NO:
EMAIL:
DELIVERY:
1001519
GMCO Corporation
P.O. Box 1480
Rifle, CO 81650
Bruce Juelfs
970- 625-9100
970-625-9101
bjuelfs@gmccorp.com
5 Days or 10 Days
Re: Invitation For Bid # IFB 23-001 LH
Corrosion Inhibited Magnesium Chloride Liquid
Deicing Products (Torch LT)
Period Covered: 10/1/24 thru 09/30/25
Two (2) Possible renewal option remaining
INVOICE TO:
Invoice address on Purchase Order for Colorado State Agencies,
Institutions and political subdivisions
COMMODITY NUMBERS:
19246 - Ice & Snow Removal Chemicals
Material Number: 11007643
This award is for the purchase Cold Temperature Modified Liquid Deicer per the specifications, terms and
conditions of CDOT bid IFB 23-001 LH
Product Awarded: Torch LT
See Attached Table for Pricing
**Please see List of Zones & Patrols and Zone Map**
Conditions of Award: Award is made to above referenced vendor for supplying the commodity/service specified above and on any
attached supplementary pages per bid specifications to be ordered on an "as needed" basis, with FOUR, one-year renewal periods,
at CDOT option. This agreement is in year 3 of 5 possible years total. Prices shall be firm through the first 12 months of award.
Requests for any proposed price changes after the first 12 months must be submitted along with supporting documentation,
to CDOT Purchasing, a minimum of sixty (60) days prior to the proposed effective date of such change. A new award notice will
be issued for each additional renewal year that CDOT selects. EITHER PARTY MAY CANCEL ON 30 DAYS WRITTEN
NOTICE.
NOTE: TI IIS AWARD IS A NOTICE OF INTENT TO PURCHASE ONLY. VARIOUS CDOT PERSONNEL AS NEEDED WILL
ORDER MATERIALS. MATERIAL ORDERED BY CDOT THAT COST $10,000.00 OR MORE PER ITEM, OR AGGREGATE,
MUST BE ORDERED VIA PURCHASE ORDER. CDOT WILL ONLY BE RESPONSIBLE FOR MATERIAL ORDERED AND
RECEIVED BY IT. NO QUAN'T'ITIES ARE GUARANTEED AS A RESULT OF THIS AWARD. QUANTITIES ORDERED WILL BE
BASED UPON ACTUAL REQUIREMENTS.
Please direct inquiries on this award to CDOT Purchasing,
Phone: 970-216-8660
Email: ginger.butero@state.co.us
Approved By:
ccitqe1e &tierce
Ginger Butero, Purchasing Agent
1
Hello