HomeMy WebLinkAbout20230579.tiffConivac+IDifLoVA5
REQUEST FOR BID
WELD COUNTY, COLORADO
1150 O STREET
GREELEY, CO 80631
DATE: DECEMBER 28, 2022
BID NUMBER: B2300047
DESCRIPTION: 2023 TRAFFIC PAINT & BEADS
BID OPENING DATE: JANUARY 18, 2023
1. NOTICE TO BIDDERS:
The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively
referred to herein as, "Weld County"), wishes to purchase the following:
2023 TRAFFIC PAINT & BEADS
Bids will be received until: JANUARY 10.2023 at 10:00 AM (Weld County Purchasl ro Tlme Clock). The
submitted bids will be read over a Microsoft Teams Conference Call on JANUARY 18.2023 at 10:30 AM.
To join, call the phone number and enter the Conference ID provided below or you are invited to attend the
bid opening in person at the Weld County Administration Building, Fort St. Vrain Meeting Room, 1150 O
Street, Greeley, CO 80631.
Phone number: 720-439-5261 Phone Conference ID: 51258836
PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE
REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN
PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8.
2. INVITATION TO BID:
Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise
and/or equipment shall be delivered to the location(s) specified herein
Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and
discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if
awarded the bid.
You can find information concerning this request on the Bidnet Direct website at
httos://www.bidnetdirectcom/. Weld County Government is a member of BidNet Direct. BidNet Direct is an
on-line notification system which . is being utilized by multiple non-profit and governmental entities.
Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized
system.
PvcCo-- 01,
oo/oV ,3///.26
2023-0579
C6. 60g 1
Did Delivery to Weld County:
1. Emailed bids are required. Email bids to bidsaweldaov.com; however, if your bid exceeds 25MB
please upload your bid to httos://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct 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 your bid has been received. Please
call Purchasing at 970-400-4222 or 4223 with any questions.
3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION
Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department.
Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids
by partnerships must furnish the full names of all partners and must be signed with the partnership name by
one of the members of the partnership or by an authorized representative, followed by the signature and title
of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed
by the name of the state of the incorporation and by the signature and title of the president, secretary, or
other person authorized to bind it in the matter. The name of each person signing shall also be typed or
printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary,"
"agent," or other title without disclosing his principal, may be held to be the bid of the individual signing.
When requested by the Weld County Controller, 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 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; 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 Bid 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.
B2300047 2
4. 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 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 effector 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.
B2300047
3
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.
I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business
enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be
discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for
an award.
J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment
and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and
materials necessary to perform and complete the project. The successful bidder shall further be responsible
for the timely completion and acknowledges that a failure to comply with the standards and requirements
outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold
payment or to terminate this Agreement.
K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County
and shall continue through and until successful bidder's completion of the responsibilities described in the
Bid.
L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30)
days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a
material breach of the terms of the Agreement.
M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing
signed by both parties. No additional services or work performed by the successful bidder shall be the basis
for additional compensation unless and until the successful bidder has obtained written authorization and
acknowledgement by County for such additional services. Accordingly, no claim that the County has been
unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall
be the basis of any increase in the compensation payable hereunder.
N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement
in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall
not enter into any subcontractor agreements for the completion of this Project without County's prior written
consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable
discretion to approve all personnel assigned to the subject Project during the performance of this Agreement
and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the
Project. The successful bidder shall require each subcontractor, as approved by County and to the extent
of the Services,to be performed by the subcontractor, to be bound to the successful bidder by the terms of
this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which
the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the
obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful
bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible
for the acts and omissions of its agents, employees and subcontractors.
B2300047 4
O. Warranty: The successful bidder warrants that services performed under this Agreement will be
performed in a manner consistent with the standards governing such services and the provisions of this
Agreement. The successful bidder further represents and warrants that all services shall be performed by
qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that
all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is
aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty
period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship
or performance.
The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from
defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the
minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied
and that the goods are free and clear of all liens, encumbrances, and security interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time,
and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld
County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year
period after said goods are first supplied to Weld County.
Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids
are submitted:
1. Detailed equipment specifications to include the warranty.
2. Descriptive literature.
P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest
therein or claim thereunder, without the prior written approval of County. Any attempts by the successful
bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of
County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such
consent may be granted or denied at the sole and absolute discretion of County.
Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or
failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to
any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood,
earthquakes or Governmental actions.
R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other
contractors or persons to perform services of the same or similar nature.
S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507.
The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any
personal or beneficial interest whatsoever in the service or property which is the subject matter of this
Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any
manner or degree interfere with the performance of the successful bidder's services and the successful
bidder shall not employ any person having such known interests. During the term of this Agreement, the
successful bidder shall not engage in any 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.
B2300047 5
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 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.
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
B2300047 6
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.
'Noes 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
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.
B2300047 - 7
Waiver of Subrocaation: 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.
B2300047
8
SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING:
WATERBORNE TRAFFIC PAINT
Quantities
Color
Yellow
White
B2300047
Bid Unit
250 gal bulk totes
250 gal bulk totes
Delivery Dates
2023
Estimated
Quantities
15,000 Gallons
15,000 Gallons
9
HIGH BUILD ACRYLIC WATERBORNE TRAFFIC PAINT
Must meet CDOT spec Table 708-3 -2022
Quantities
Color
Yellow
White
Bid Unit
250 gal bulk totes
250 gal bulk totes
Delivery Dates
rch 17, 202
2023
Estimated
Quantities
1,000 Gallons
1,000 Gallons
Color Quantity
alto 1,000 Gal.
� r 1,UQ al
Special Instructions
Delivery Location Contact Person
Weld County Public Works Kevin Hettinger @ 970-400-3782 or
1111 H Street 970-301-0503, OR
Greeley, CO 80631 Ryan Reynolds @ 970-400-3780 or
970-590-6372
FAX# 970-304-6497
Quantities of paint delivered at each delivery date will be flexible to allow for full truck
loads. Partial truck load deliveries not required. Contact Kevin Hettinger for acceptance.
48 hours notice required prior to delivery. Delivery times need to be between 7:00 a.m. to
3:00 p.m., Monday thru Friday. Materials are to be delivered on carrier that will prevent
freezing and can be off-loaded from the side with a forklift. Van deliveries will be accepted
providing driver will dolly to rear of trailer.
B2300047 10
FAST DRYING WHITE ACRYLIC WATERBORNE TRAFFIC PAINT
1.0 SCOPE:
This specification describes a 100% acrylic type, low VOC, fast drying, white, waterborne traffic paint
that can be used on bituminous and Portland cement concrete pavements.
2.0 GENERAL:
2.1 The pant shall be formulated and processed specifically for service as a binder for beads, in
such a manner as to produce maximum adhesion, refraction, and reflection. Any capillary action
of the paint shall not be such as to cause complete coverage of the beads.
2.2 The paint shall be well mixed in the manufacturing process and shall be properly ground when
incorporated the pigments in order to conform to the requirements as specified.
2.3 The paint shall not liver, thicken, curdle, gel, settle excessively, or otherwise show any
objectionable properties after periods of storage of at least six months; and at any time during
such periods, shall be readily remixed manually to smooth, uniform, consistency throughout.
2.4 The paint shall dry on the road surface to a strongly adherent film that will not turn dark in sunlight
or show appreciable discoloration with age. It shall be easily and uniformly applicable with
mechanical line marking equipment and shall have excellent covering properties. The paint shall
be suitable for binding glass beads so as to produce a highly weather and wear resistant traffic
line.
3.0 CLASSIFICATION:
3.1 The ready mixed 100% acrylic emulsion type paint covered in this specification shall be furnished
as specified in the invitation for bids, contracts, or order.
4.0 APPLICATION:
4.1 This paint must be reflectorized for night visibility by adding reflective spheres before the paint
dries or sets, by using drop -on or pressurized methods. The reflective spheres shall be evenly
dispersed to a wet film thickness of 15[i 1 mils (110-115 square feet per gallons) at an equivalent
rate of six (6) pounds per gallon.
5.0 COMPOSITION:
5.1 The composition of the paint shall comply with the following
5.1.1 The binder shall be 100% acrylic, Rohm & Haas E-2706 or approved equal,
5.1.2 Titanium Dioxide
5.1.3 Pigment
5.1.4 Total solids
5.1.5 Total non-volatile vehicle shall be
1 lb./gal. min.
53-62% by weight
79% max. by weight
58-62% by volume
42% min. by weight
82300047 11
5.1.6 Lead
5.1.7 VOC
5.1.8 The pH of the paint shall be
0.06% max.
150 max.
9.3 min.
5.1.9 The paint shall have a closed cup flash point of 115. F. min.
6.0 DETAILED REQUIREMENTS:
6.1 Weight per gallon: the weight per gallon shall be no more than 14.1110.3 pounds per gallon.
6.2 Viscosity: the viscosity shall be 85-95 Krebs Units.
6.3 Grind: the fineness of grind shall be 3-4 Hegman.
6.4 Drying time: the paint shall dry -to -no -pick-up not more than four (4) minutes longer than a control
paint of known satisfactory performance run at or near the same time at 77o F. and 650 relative
humidity when tested according to ASTM D711 and drawn down to a wet film thickness of 12
mils.
6.5 Track -Free Time. When applied under the following conditions, the line shall show not visual
tracking after 90 seconds when viewed from 50 feet after driving a passenger vehicle over the
line at a speed of 25-35 mph.
Fifteen mils wet film thickness
Six pounds of glass beads per gallon of paint
Paint temperature at nozzle between 110-1600 F.
Pavement temperature of 500 to 1200 F, Pavement dry
Relative humidity of 85% or less
6.6 Condition in the container: the respective types of paint shall not show excessive settling, gelling
or curdling and shall be easily redispersed with a hand paddle to a smooth, homogeneous state
after storage for periods up to six months from the date of packaging. The pigment shall be
readily dispersed and viscosity of the paint shall not have changed more than 5 KU from that of
the freshly delivered paint.
6.7 Spraying properties: the paint as received shall have satisfactory spraying and hiding properties
when applied by either airless or air -assisted type traffic striper to a metal plate at a wet film
thickness of 15 mils.
6.8 Color: the paint shall be white and match Federal Test Standard 595a No. 37886. It shall not
discolor in sunlight and shall maintain its light fastness throughout the fife of the paint
(approximately two years). Color determination shall be made without beads at least 24 hours
after application.
6.9 The reflectance shall not be less than 88% relative to magnesium oxide when tested according
to ASTM Ei347.
6.10 Dry opacity: the paint shall have a minimum contrast ratio of .98 when applied at a wet film
B2300047
12
thickness of 15 mils when tested according to ASTM D2244.
6.11 Bleeding: the paint shall show no perceptible bleeding when painted over a bituminous surface
as specified in ASTM D969.
6.12 Freeze -Thaw Stability: the paint shall show no coagulation or change in consistence after a
minimum of five (5) cycles when tested in accordance with TT -P -1952D.
6.13 Heat Stability: the paint shall show no coagulation, discoloration or change in consistency
greater than ten (10) Kreb Units when tested in accordance with TT -P -1952D.
6.14 Flexibility and Adhesion: apply 15 mil wet film thickness to 3" by 5" tin panel. Dry at 77u F. for
24 hours followed by two hours at 122u F. When bent over a 2" mandrel, the paint shall adhere
firmly without evidence of cracking or flaking.
6.15 Scrub Resistance: the paint shall pass a minimum of 1000 cycles minimum when tested in
accordance with ASTM D2486.
6.16 Dry -Through (early washout): a 12-15 mil wet film of the candidate paint placed immediately in
a humidity chamber maintained at 72.5o F. + 2.5o F. and 90% + 3 relative humidity shall have
a Adry-through: time less than, equal to, or up to 15 minutes longer than the specifier=s
laboratory reference paint film when run at or close to the same time and tested in accordance
with ASTM D 1640, except that the pressure exerted will be the minimum needed to maintain
contract between the thumb and film.
7.0 PACKAGING:
7.1 Returnable bulk containers: bulk containers capable of holding 250 gallons of Waterborne paint.
7.2 The vendor shall furnish, at no cost to Weld County, returnable containers meeting the following
requirements. Vendor shall arrange pick up of empty containers at no cost to Weld
County.
7.3 The containers shall be new or reconditioned, pressure tested containers, and shall conform to
federal DOT specification 57 from CFR 49, Par. 178,251, and all other appropriate rules and
regulations.
7.4 All containers shall:
7.4.1 Be capable of holding approximately 250 U.S. gallons.
7.4.2 Have 46" nominal outside diameter.
7.4.3 Have forklift skids at least two-way accessible on opposite sides (but on the side of the
outlet valve, if two-way) with outside dimensions not to exceed 48".
7.4.4 Have at least two-way lifting lugs that provide stable and safe lifting.
7.4.5 Have covers and valves that can easily be resealed after partial use of contents.
7.4.6 Have a minimum 6" opening on top for viewing paint; must also have one 2 inch
threaded vent (provided by vendor). No bladder will be required.
7.4.7 Have a two-inch ball valve fitted with a two-inch male quick -disconnect and a two-inch
B2300047
13
cap at the bottom of the container.
7.4.8 Have a security feature that shall protect the outlet valve from being opened by accident.
All openings at the outlet ends shall also be protected from damage by force from heavy
objects such as hammers, rocks, etc.
7.4.9 Be equipped with fittings, piping, ball, valves, etc., compatible with Waterborne
Paint.
7.5 Each container shall be clearly labeled with the following:
7.5.1 Specification/formula number
7.5.2 Color
7.5.3 Name of manufacturer
7.5.4 Date of manufacture of the paint, month, day and year
7.5.5 Batch number
7.5.6 Gross weight
7.5.7 Tare weight of empty container
7.5.8 Location of manufacture
7.6 Bidders will be required to submit a photo of the tote with their bid, showing that
the tote meets Weld County specifications listed above. Only one vent (provided by
vendor) is required on the tote. (SEE 7.4.6).
8.0 SAMPLING AND INSPECTION:
8.1 The paint manufacturer shall submit with their bid, a batch formula in weight proportions
and total gallonage per batch. The formula shall be in generic terms rather than trade
names. After the paint has been manufactured, a certified batch analysis shall
accompany each delivery. Upon request by Weld County, vendor is to provide paint
samples accompanied by a certified batch analysis. Paint samples do not need to be sent
unless requested by Weld County.
FAST DRYING YELLOW ACRYLIC WATERBORNE TRAFFIC PAINT
1.0 SCOPE:
This specification shall conform to the requirements of the fast drying white 100% acrylic
waterborne traffic paint except for the following:
1.1 The color shall be yellow and match Color Chip #33538 of Federal Color Standard #595A, within
+ or - 5% x,y coordinates for central color, FHWA Color Chart,
PR -1
1.2 The daylight reflectance of 45-0 50% min.
B2300047
14
2.0 COMPOSITION:
2.1 The composition of the paint shall comply with the following:
2.1.1 Contain 0.2 lb./gallon of rutile titanium dioxide,
2.1.2 Contain organic Yellow No. 75 or No. 65, 0.3#/gal. minimum
2.1.3 Figment 60%-62% by weight
2.1.4 Total solids 76% max. by weight
2.1.5 Total non-volatile vehicle shall be 41% min. by weight
2.1.6 Lead 0.06% max.
2.1.7 Volatile Organic Compounds 150 max.
2.2 The binder shall be 100% acrylic as determined by infrared spectral analysis.
2.3 The pH of the paint shall be 9.3 minimum.
2.4 Weight/gallon shall be no more than 13.5u 0.3 pounds per gallon.
2.5 The paint shall have a closed cup flash point of 115o min.
SPHERICAL GLASS BEADS - SPECIAL INSTRUCTIONS
Material Specifications
Spherical glass beads are to be Type I, Standard Gradation, non -flotation, ASSHTO Designation,
M247-81. Quantity needed is 220,000 lbs.
Material Specifications
Spherical glass beads are to be P20+. Quantity needed is 16,000 lbs.
Delivery Address
Weld County Public Works
1111 H Street
Greeley, CO 80631
CONTACT PERSON IS KEVIN HETTINGER at 970-400-3782 or 970-301-0503. ALTERNATE CONTACT
IS RYAN REYNOLDS at 970-400-3780 or 970-590-6372. The fax number is 970-304-6497.
Delivery Instructions
48 Hours notice needed prior to delivery. Delivery times will be between the hours of 7:00 a.m. and
3:00 p.m., Monday thru Friday.
Quantities of beads delivered at each delivery date will be flexible to allow for full truck loads. Partial
truck load deliveries not required. Contact Kevin Hettinger for acceptance.
02300047
15
- Shall be made on or before March 17, 2023 in the amount of:
30 - 2000 lb. totes
8 — 2000 lb. totes
Aft
60,000 lbs Type 1 beads
16,000 lbs P20+ beads
- Shall be made on or before June 2, 2023 in the amount of: 40 - 2000 lb. totes
80,000 lbs — Type 1 beads
— Shall be made on or before June 29, 2023 in the amount of: 40 - 2000 lb. totes 80,000
lbs — Type 1 Beads
Material is to be delivered on a carrier that can be off-loaded from the side with a forklift. Van
deliveries will be accepted providing driver will dolly to rear of trailer.
PRICING
TRAFFIC PAINT (250 GAL TOTE)
UNIT PRICE
COST PER 250 GAL
TOTE
TOTAL COST
15,000 gallons yellow
traffic paint
$ $11.00
$ $2750
$ $165,000
15,000 gallons white
traffic paint
$ $11.50
$ $2875
$ 5172, 500
1,000 gallons yellow
high build traffic paint
$ 811.50
$ $2875
$ $11,500
1,000 gallons white
high build traffic paint
$
$12.25
$ $3062.50
$ $12,250
** PRICING MUST INCLUDE DELIVERY TO GREELEY SHOP AT 1111 H STREET, GREELEY, CO -
Amount of paint (both yellow and white) ordered may be increased by up to 30% at the option of the Weld
County Public Works Department. The vendor awarded the bid will provide MSDS for each product at
delivery.
GLASS BEADS (2,000 LB BULK CONTAINER)
UNIT PRICE
COST PER 2,000 LB
BULK CONTAINER
TOTAL COST
220,000 lbs (2,000 lb
bulk containers) TYPE I
reflective glass beads
$
$
$
No bid
16,000 lbs (2,000 lb
bulk containers) P20+
reflective glass beads
$
$
$
No bid
** PRICING MUST INCLUDE DELIVERY TO GREELEY SHOP AT 1111 H STREET, GREELEY, CO **
Amount of glass beads ordered may be increased by up to 20% at the option of the Weld County Public
Works Department The vendor awarded the bid will provide MSDS for each product at delivery.
82300047 16
I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes. I
further certify that the products offered for intended use by Weld County will meet all specifications it has so
indicated on this bid form.
DOES YOUR BID MEET SPECIFICATIONS? YES x NO
ALL OR NOTHING BID? PARTIAL BID? x
IS VENDOR WILLING TO SELL GOODS ON AN AS NEEDED BASIS FROM THE TIME OF BID
OPENING TO MARCH 1, 2023? YES x NO
48 -HOUR NOTICE is needed for delivery on all of the above items. Please contact Kevin Hettinger
at 970-400-3782 or 970-301-0503. The alternate contact is Ryan Reynolds at 970-400-3780 or at 970-
590.6372 to set up delivery time and date.
BID SUBMITTAL INSTRUCTIONS:
The following items must be completed and submitted with your bid on or before the bid opening
deadline of 10:00 AM on January 18.2023:
1) Pages 9 thru 18 of the Bid Specifications.
2) W9, if applicable.*
3) Any future Addenda must be completed.
4) All other items as requested in the Bid Specifications and/or Scope of Work.
*A current W9 is required for new bidders. If you have previously worked with Weld County, only provide
your W9 if there has been a change.
Failure to include any of the above items upon submittal of your bid may result in your bid being
incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with
your bid it may be disqualified.
B2300047 17
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 Bid for Request No. #B2300047.
2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and
local taxes.
3. He or she is authorized to bind the below -named bidder for the amount shown on the
accompanying bid sheets.
4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including,
but not limited to, product specifications and scope of services), and the formal acceptance of the
bid by Weld County, together constitutes a contract, with the contract date being the date of formal
acceptance of the bid by Weld County.
5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and
to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests
of Weld County. The bid(s) may be awarded to more than one vendor.
FIRM
Colorado Paint Company II, LLC
BUSINESS
ADDRESS
2851 Walden st Aurora
CITY, STATE, ZIP CODE Aurora, co 80011
TELEPHONE NO 303-388-9265 FAX TAX ID # 84-1225331
PRINTED NAME AND TITLE zach Blankenship
�--^DocuSigned 6y�
General Manager
SIGNATURE i ) Ezt o,ka. .p
E-MAIL
,---125917i1A4FF240C
zach.Blankenship@swarco.com
DATE
1/18/2023
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8.
XL
ATTEST' A) ti BOARD OF COUNTY COMMISSIONERS
Weld ♦ou J lerk tote :•ard WELD COUNTY, COLORADO
BY:
Deputy CI =i% to e Bo
B2300047
Mike Freeman, Chair
MAR 0 12323
18
,22,03- 19
Rose Everett
From:
Sent:
To:
Subject:
Attachments:
Blankenship, Zach <zach.blankenship@swarco.com>
Wednesday, January 18, 2023 10:00 AM
bids
Traffic Paint Bid B2300047
_BID_SPECS_-_TRAFFIC_PAINT-_BEADS_-_47_-2023_Weld_County.pdf
Caution: 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.
Best regards
Zach Blankenship
General Manager
E. Zach.Blankenship@swarco.com
T. +1-303-388-9267
C. +1-469-766-5086
F. +1-303-388-0881
yfWff swa ornicpc
SWARCO I The Better Way. Every Day.
COLORADO PAINT COMPANY II, LLC, 2851 N Walden St, Aurora, CO 80011
Registered Office: 270 Rutherford Lane, Columbia, TN 38402
Contract Form
ew Contract Request
Entt
Entity Name*
COLORADO PAINT COMPANY
Contract Name*
2023 TRAFFIC PAINT
Contract Status
CTB REVIEW
Entity ID*
P00004260
❑ New Entity?
Contract ID
6595
Contract Lead*
KHETTINGER
Contract Lead Email
khettinger@weldgov.com
Parent Contract ID
Requires Board Approval
YES
Department Project
AN -53 / 2O23
Contract Description*
2023 TRAFFIC PAINT & BEADS BID CONTRACT FOR PAINT, WATERBORNE TRAFFIC PAINT AND HIGH BUILD PAINT ALL
AWARDED TO COLORADO PAINT COMPANY
Contract Description 2
Contract Type*
AWARD
Amount*
$361,250.00
Renewable*
NO
Automatic Renewal
Department
PUBLIC WORKS
Department Email
CM-
PublicWorks@weldgov.com
Department Head Email
CM-PublicWorks-
DeptHead@weldgov.com
County Attorney
GENERAL COUNTY
ATTORNEY EMAIL
County Attorney Email
CM-
COUNTYATTORNEY@WELDG
EY@ WELDG
OV.COM
If this is a renewal enter evitxus Contract ID
If this is part of a MSA enter MSA Contract ID
Requested BOCC Agenda
Date*
02/15/2023
Due Date
02/11/2O23
Will a work session with BOCC be required?*
NO
Does Contract require Purchasing Dept. to be included?
YES
Bid/RFP #
B2300047
Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in
OnBase
Contract Dat
Effective Date
Review Date*
11/01;2023
Renewal Date
Termination Notice Period
Committed Delivery Date
Expiration Date*
0310112024
Contact Information
Contact Info
Contact Name
Purchasing
Purchasing Approver
CONSENT
Approval Process
Department Head
.CURTIS HALL
DH Approved Date
02/23/2023
Final Approval
BOCC Approved
BOCC Signed Date
BOCC Agenda Date
03/01/2023
Originator
KHETTINGER
Contact Type
Contact Email
Finance Approver
CONSENT
Contact Phone 1
Purchasing Approved Date
02'23/2023
Penance Approved Date
02,/2312023
Tyler Ref #
AG 030123
Legal Counsel
CONSENT
Contact Phone 2
Legal Counsel Approved Date
02;2312023
Hello