Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20211335.tiff
nsearra i(rts WELD COUNTY CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR THE 2021 CHIPSEAL OIL SUPPLY (With Renewal Options for 2022 / 2023) APRIL 2021 for Weld County Public Works Pavement Management 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-356-4000 Cat/ O9H 13 35 EL9O.19 TABLE OF CONTENTS BIDDING REQUIREMENTS *All Bidders must submit these form with their Bid. Invitation for Bids 3-5 General Provisions 5-8 Insurance Requirements 8-10 Specifications and/or scope of work and proposed pricing 11-12 *Bid Schedule and Acknowledgement of Bid Documents 13 *IRS Form W-9 14 *Anti -collision Affidavit 15 CONTRACT FORMS Signature Page 16 Notice of Award 17 SPECIAL PROVISIONS Project Special Provisions Index 18 Project Special Provisions 19-23 Project Locations 24-25 BID REQUEST #B2100087 Page 2 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: April 26th, 2021 BID NUMBER: B2100087 DESCRIPTION: Chip Seal Oil Supply DEPARTMENT: Public Works — Pavement Management BID OPENING DATE: May 17, 2021 BID APPROVAL DATE: June 2, 2021 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: 2021 Chip Seal Oil Supply Bids will be received for the above stated equipment up to, but not later than: AM (Weld County Purchasing Time Clock). Due to COVID=I B, histead of an "ar. submitted hods wlHH be read over a Microsoft Teams Conference CaLD on May o11n, ca111l .he phone number and enter1 the Conference @D provided bekcnrk . Monday, May 17, 2021 at 10:00 P mine number: 7'0439-5261 Phone onference 110: O Ic erson" open11n , the 7, 2021 t 10:30 t, T o PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN 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 https://www.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©weldgov.com; however, if your bid exceeds 25MB please upload your bid to https://wvvw.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 #B2100087 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 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/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 bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under BID REQUEST #62100087 Page 4 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 waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the BID REQUEST #B2100087 Page 5 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. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing BID REQUEST #B2100087 Page 6 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 #62100087 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 #B2 100087 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 #62100087 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 #B2100087 Page 10 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Purpose The project in general consists of supplying up to 270,300 gallons of chipseal oil and fog seal (plant price and delivery prices) for the 2021 chip seal program. See page 18 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 15-18). References to the Division shall mean Weld County and all documentation required will be handled through the Weld County Public Works Department. 13. All vendors that submit a bid price will be required to supply Weld County with a sample of CRS -2R to be tested by a third party testing company prior to the bid approval. Sample shall be submitted to Weld County the day after bids are opened (May 17, 2021) 14. Fog seal (CQS-1hL) shall have a dilution ratio of 2:1 (two parts concentrate and one -part water). BID REQUEST #62100087 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 2021 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 -Boulder -Greeley CIP index or the ENR for Emulsion, rapid set per liquid ton. 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 #B2100087 Page 12 2021 Bid Schedule 2021 ChipSeal Oil Supply Items Item Quantity Unit Bid Price Per Unit Contract Price Plan Locations # 1 EMULSIFIED ASPHALT (CRS -2R) PLANT PRICE ONLY 122,664 GAL. f `1'1 0 2 11.2yr, 711 18 b�, Hv rr LG. 2 EMULSIFIED ASPHALT (CRS -2R) DELIVERED PRICE 137,504 GAL. 4t 2 , I 11'2/ !f i' so2,4g t� UChvcr L e 3 EMULSIFIED ASPHALT (CRS -2) PLANT PRICE ONLY 7,500 GAL. 4 /` p 3 jj � 41 1372 c, 1b .! T e,..c c `t i, eY 4 FOG SEAL (CQS-1hL) 2:1 DILUTION PLANT PRICE ONLY 10,138 GAL. II / + 5 L' Is, 612,51 bCf vep Ca 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. 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 any, should be signed. V W-9 (page 14) II Anti -Collusion Affidavit. (page 15) Bid Schedule (page 13) L' Signature page (page 16) I have initialed each of the above items and have fully executed the corresponding documents. I hereby Acknowledge and understand the above required bid documents. C t• b i t G __1-G1 G . (Contractor) Dated this / 3 day of r?), , 20.2/ By: Title: J Q/P S Reps. e S e.,44 / $✓ e BID REQUEST #B2100087 Page 13 Form WINS (Rev. December 2014) Department of the lreasury internal Revenue Service Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. 0 m e cir O O c C a a to m v (n 1 Name (as Shown on your income lax return). Name is required on this line-. do not leave this line blank. Thomas G. Morgan 2 Business norfteidittrcgeded entity name, if different from above Cobitco Inc. 3 Check appropriate box for federal tax classification; check only one of the following seven boxes: El Individual/sole proprietor or [i C corporation Q S Corporation ❑ Partnership [] Trust/estate single -member LLC [� Limited liability company Enter the lax classification (C=C corporation, S=S corporation, P_partnership) ► Note. For a single -member LLC that s disregarded, do not check LLC; check the appropriate box in the line above for the tax classification of the single -member owner. 0 Other 000 instructions) 4 Exemptions (codes apply only to certain entities, not individuals: see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) AAppa*V ov.'•.de trio u s, 5 Address (number, street, and apt or suite no.) 5301 Bannock Street 0 City, state, and ZIP code Denver, CO 80216 7 List account number(s) here (optional) Requester's name and address (optiorufl) 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 Part I instructions on page 3. For other entities, it tS your employer Identification number (FIN). If you do not have a number, see How to get a TIN on page 3. Note. If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for guidelines on whose number to enter. IZEI 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 Social security number or Employer identification number B 4 0 5 0 4 2 3 9 3. I am a U.S, citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (d any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 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 on page 3. Sign Here Signature of U.S. person ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments Information about developments affecting Form W-9 (such as legislation enacted after we release it) is at www.ir.gov/tw9. Purpose of Form An individual or entity (Form W-9 requester) who is required to tartan information return with the IRS must obtain your correct taxpayer identification number (RNj which may be your social security number (SSA% individual taxpayer ldentificetion number (ITIN), 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-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-i( (merchant card and thud party network transactions) pat" / - 7 21 • Form 1095 (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. d youdo not return Form W-9 to trio motivator wtth a TIN, you might be subject to backup withholding. See What is backup withholding? on page 2. By signing the tilled -out form. you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3, Claim exemption from backup withholding if you are a U S. exempt payee. It applicable, you are also certifying that as a U.S. person, your allocable share of any partnership Income from a U.S. trade or business Is not subject le the withholding tax on foreign partners' share o1 effectively connected income. and 8. Certify that FATCA cadets) entered on this form el any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting? on page 2 for further information Cat No 10231X Form W-9 (Rev 12-2014) COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT I hereby attest !hat i am the person responsible within my bum for the hnai dec;s ,;n as to the price{s; and arrount dr tms 0i0 or if not. that t have written authorization enclosed herewith from That person to make the statements set out below on niC or her benart and on oehalf 01 my firm i further attest that: The price{s'i and amount of this bier nave 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 a a bidder or potential prime bidde• 2A Neither the priceis; nor the amount of this bid have oeen disclosed to any rattier firm or person who IS a bidder of potential prime bidder on this protect, and will not be so disclosed prior to bid opening 2B Neither the prices nor the amount of the bid Ot any other firm or person who is a odder or potential prime bidder on Inrs protect have peen disclosed to me or my lam 3A No attempt has been made to Sokcil cause or induce arty firm or person wno is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this lirm, or any intentionally high or non competitive ad or other form of complementary bid 3E No agreement has been promised or solicited for any other firm or person wino is a bidder or potential prime bidder on this protect to submit an intentionally high, noncompetitive or other form of complementary bid on this project 4 The bid of my firm 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 petitwe 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 the or any other protect. 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 corrptemerttary bid or agreeing or promising to do so on this project B My firm has not accepted or been promised any subcontract or agreement regaining the Sale of materials Or services to any firm Or person. and has not been pramis.d or paid cash or anything of value by any film of person, whether in connection with this or any other project, in consideration for my tlmt's aubmltting any Intentionally high. noncompetitive or other form of complementary bid, or agreeing or promising to do so, on the project, 7 I nave made a diligent Inquiry of an members, officers, emelt:spas, and agents of my firm with responsIblllties relating to the preparation. approval or submission of my terns bid on this project and have been advised by each of them that tie or she Ma not participated in any carnmuntGatopn, consusalicrn, discussion, agreement, solution, or other conduct Inconsistent with any of the statements and representations made in this affidavit B I understand and my firm understands that any misstatement in this strident is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true tads relating to subrrisaion d 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 r j L.ew..i) L j , G t t.. e,' 7� et cc L-. 21 j/} .6..a'. -,L e., j day of 20 _) Sworn to before me this I `•--,' JEREME ROBERT JONES NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20144025124 MY COMMISSION MPIP JLIA=m. r a NOTE: This document must be signed In Ink. Arm IMO; trot JEi3EMMME RC)PF;RT JoNlE.S NOTARY Pip IC STATE OF Ci7LOr;,t,rO NOTARY ID 2014402!'i Irf4 AY COrdMISSION EXPIRES BID REQUEST #62100087 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. 1482100087 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 proposal sheets. 4, The signed bid submitted, all of the cocuments 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. 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 oz,. as.:f 2.48" .,\u, 4mm fC„ \C \\\\\\\\\\m4 M,\4\C C s �w / l ADDRESS �. 4\4,4.4...44..4w 4\\\\ ,rMw\,v„t titre �\..,4 ,,,,4,4„4 BUSINESS r CITY, STATE, ZIP CODE TELEPHONE NO .Q 1 A'CC4Q\\\\\\\\�u„ml\\u\\p\\•.a,„\,4i\,Q44\m4\meNMvaw\M �F` r .`C:k\\\\\\. k.\q4R Si 01„4 Q,-ri sa? V.4:44.VANWAVA4.+0414444. 4" 7 a n\\\\\ ,,K,,, l\ N.,,\\\.m.\\..m.,:\\\\\\\\\\\\\\\\\\\\\\\\\\\\.,, \\\\\\\\\\\QmkkaaZ %uciva vatati��C�\ \wM\wwmaw\v �\\\\\u\�\\\ kkkkk\kr' M M B' �a FAX R A\ a � b m\ 3(3\M\M4444,\U\ R,\ R,{R\45\,\44\AS N�R�TM� 4,\„\ PRINTED NAME AND TIT' SIGNATURE 44\\44 E-MA1 L j� 1 M DATE ' "*"1:""‘'.‘"- r Sl: mwanrtaittleVT.a�ti�iih\w.1fr.Aw�iPN+a+atmwF TAX ID #(p� �� wry (14 ti 4 41 e m„4W m\\4m 4\ mmm \ 44,4vat4t Cif m,4 mmna\v+vv44u4,u4wM,.�,r F V\ rm.4,•M.,\C4V\aY.aaMIMM\T\\\a\\\aaaw\\\\UU\\V\"'"ev. \' WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. 0000. ATTEST: Weld C un y Clerk to the B BY: Purchasing Manager r 4+ a\aaw4.:wauH..a«..+.aex0404.4i'4.::444:<aw.ww.uawauwaaaawm\, ..,.. THE CERTIFICATE OF EXEMPTION NUMBER IS #98 -03551 - BOARD OF COUNTY COMMISSIONERS ELD COUNTY, COLORADO MMMa\,4V,4.,mq\\m\\\\a4\m,Ue„' 4\44\MM,U444\4„\MM4\U,4\\.4\4\4.4\ 444\,\\\\\\\\\\\\\a\\N\a\a\\aa\UM\NW.W14 \\\.,,,'.,,.,.':•`,.\.4\.4.\N\4\VV44N\4\.V.'. o t e Boa '/Y.A: ",�' S' ve Moreno, Chair BID REQUEST #B2100087 JUN 2 8 2021 PPRO { ED AS TO SUBSTANCE:: 44,4444444\..\444\44444\44\\\4\\\4\YtQ\4\\\\\\444\\\\4\44.V4W4.WAV4 \\\\\\\\\.C: Controller \44. \,4\4444,\44,44\\444P\U\4\4aa4\4,4, � ft4+,4. . ,M, C\4\4V, 4,a4,4,M\U.4UUU44444\\.4\aa,4444U\\. Page 16 aoai_ i3as NOTICE OF AWARD 2021 Chipseal Oil Supply To: COBITCO INC 5301 North Bannock ST Denver, CO 80216 Project Description: The project in general consists of supplying up to 277,806 gallons of chipseal oil and Fog Seal (plant price and delivery prices) for the 2021 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 $ 568.627.28 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 14 day June . 2021. Weld County, Colorado Owne oi - -. . i By Joshua Holbrook Pavement Management Supervisor ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by inifi.0 Th, Dated this r a' day of T(/ tit t By: (Contractor) 1,114441 Title: 54 /es foleepeSeolo vC 2021. 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 #62100087 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 #B2100087 Page 19 REVISION OF SECTION 105 CONTROL OF WORK Subsection 105.22 shall be revised as follows: The Colorado Department of Transportation (CDOT) 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 CDOT 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 #62100087 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 02042 / T44 BID REQUEST #B2100087 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 — L2212 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 65 100 97.5 40 Positive 400 0.1 1 3 250 D88 / T72 D244 / T59 D244 / T59 D244 D244 / T59 D244 / t59 D5 / T49 D2042/151 D113 /T51 BID REQUEST #B2100087 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 dispersior 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 co -milled during the emulsification proces such that a bicontinuous polymer -asphalt network is formed upon curing of the finished emulsion. The emulsion shall b 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: Min Max AASHTO ASTM CDOT Tests on Emulsion: Viscosity, Saybolt Furol, 25°C, s 20 100 T-59 D244 Storage stability test, 24-h, % 1 T-59 D6930 Particle charge test positive T-59 D244 Sieve test %" 0.1 T-59 D6933 Distillation : Residue, % 62 T-59 D6997 CP-L2212* Polymer: Polymer content, % polymer solids based on asphalt solids: Polymer type: 3.0 SBR Latex 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 D5 Ductility, 25°C, 5 cm/min, cm 40 T-51 D113 Elastic recovery, 25°C, 20cm, 5m hold/1 h recovery, % 60 T301 D6084 (B) CP-L2211 * Softening Point, Ring & Ball, °C 57 T-53 D36 Kinematic Viscosity, 135°C, cSt 650 T-201 D2170 Solubility in trichloroethyleneC, % 97.5 T-44 D2042 A This test requirement on representative samples is waived if successful application of the material has been achieved in the field. 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. 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 #62100087 Page 23 PROJECT LOCATIONS Distance Parkway Bridge Deck 0.14 31 42 to 46 2 32 Platteville CL to 31 1.75 34 49 to 53 2 42 SH 60 to Gilcrest CL 1.5 43 44to54 5 44 S H 60 to US 85 3 Br. 44-33A 0.28 45 2 to 10 4 46 57to59 1 53 4.5 to S H 52 3.5 53 34 to Kersey CL 10 55 SH 392 to 51.5 5.5 57 44 to 46 1 59 10 toSH52 1 60.5 55 to 59 2 73 SH 52 to Roggan CL 7 77 S H 52 to 16 2 52.67 Miles BID REQUEST #B2100087 Page 24 Parkway Bridge Deck WCR 31 fr. WCR 42 to WCR 46 WCR 44 fr. SH 60 to US 85 WCR 42 fr. SH 60 to GiIcrest CL F - -}- 4-� �� $ - -1- - 4 - I I aty f4 4.14- 4.3-1-5-47-129 21 23 .251 2-7,-29- •3-1- -33 35- -37 I- 4.^ WCR 32 fr. WCR 31 to Platteville CL I E I 1.--53-55-57 - -5 48 6 F I I I -r - -4- - 6- -I- x. I I I I 44 -Flt HI —I INT --` - 2-1-- - A- - -# f 9-419-4i-43 45 47- 4a - 51 j3 55 57 I E = ' Bridge 44-338 WCR 34 fr. WCR 49 to V /CR 53 -1 • I --J 6- 32--- 30 ¶8 26 24 2 -J I y I 74- 73 -7-5- 77 -79- .81 WCR55fr SH392to WCR 51.5 r i I WCR 60.5 fr. WCR 55 to WCR 59 WCR 53 fr. WCR 34 to Kersey CL WCR 46 fr. WCR 57 to WCR 59 WCR 57 ft: WCR 44 to WCR 461 59 61 63 65 67 69 71 73 75 77 79 8,11 WCR 73 fr. Sf-; 52 to Roggen CL KEENESEMS WCR 59 fr. WCR 10 to SH 52 7t3 $. WCR 53 fr. WCR 4,5 to SH 52 I MAW I I I t I i I , I I I I l I i I I 1 i --I-- — - I I WCR 77 fr. SH 52 to WCR 16 i - -5- 1 I E ( I - 1 --4----4---4 a' I I F - 4-- I I I I I I I "iiVe!Jr.44.-=:tzc..tsa.+ries—rs.:.. 2021 Weld County Chip Seal Location Map F , / i 1 I I I I -L J • I I I l -r--4---4 I ' I 77udMF.� W -tee BID REQUEST #B2100087 Page 25 -.__,._.L��"�'���Els�f�i�JFifV�'��T A....reteitx ii...„---- E,TIFI,��,TE OF LIABILITY NSLJ`�'►N F�ENE��=L. 06/17/2021 pk p�s� ,pr - - .. ,.. ,...... aa� ... _ _ ... THIS ��y.�y, CERTIFICATE �6.+rtR g[�_ �i. ISSUED �O .. _ THIS CERTIFICATE CERTIFICATE 14�F A�Y�i.. �� DOES NOT OF ��+hx xA� iMi'�i��Y.N S� � r.MATTER AFFIRMATIVELY OR INSURANCE E INFO INFORMATION NEGATIVELY AMEND, ONLY EXTEND AND N CONFERS OR ALTER NO THE RIGHTS COVERAGE UPON AFFORDED THE CERTIFICATE BY � THE HOLDER. POLICIES BELOW. � THIS +��4 ���,,�� REPRESENTATIVE REPRESENTATIVE �y�y q OR PRODUCER, AND DOES THE NOT CERTIFI CERTIFICATE CONSTITUTE TE HOLDER„ y��.+a }�.ry� A CONTRACT BETWEEN THE ISSUING INSURER INSURER( S), Y AUTHORIZED IMPORTANT: If the SUBROGATION certificate does IS certificate WAIVED, confer i holder subject hts to is an to the terms the certificate ADDITIONAL and holder conditions in INSURED, lieu the of the of such endorsement(s)- palicy(1es) must policy,'4certain policies have ADDITIONAL may require INSURED an endorsement.statement provisions e' A or be endorsed. It on this �not PRODUCER -E 91A0'I MACHANN ANN INSUFIANCE AGENCY PHONE AfC laQ 1=x€1: FAX IJNCNo); 11160 NO; HURON S i_ E. 36 E-MAIL ADDRESS. NOR T LENN, CO 80234_ INSURER(S) AFFORDING COVERAGE NAIC it INSURER TRAVELERS A; 1 INSURED I INSURER B; PINNACOL ASSURANCE COBIT O, INC. INSURER C: 5301 NON BA OC. _ I STREET INSURER D: DENVER, Co 806 16 INSURER E; �.��.........�}}��j��'�� • INSURER F: .. COVERAGES C._.1! ATE NUMBER: �iTIFI 103133 REVISION I I BEt4 THIS IS TO CERTIFY 4 THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN INDICATED. CERTIFICATE EXCLUSIONS NOTWITHSTANDING AND MAY CONDITIONS BE ISSUED ANY REQUIREMENT, OR MAY PERTAIN, OF SUCH POLICIES. THE LIMITS TERM INSURANCE SHOWN OR CONDITION AFFORDED MAY HAVE OF BEEN ISSUED ANY CONTRACT BY THE REDUCED TO THE OR OTHER POLICIES DESCRIBED BY PAID CLAIMS. INSURED DOCUMENT NAMED ABOVE WITH HEREIN IS SUBJECT FOR THE RESPECT TO ALL POLICY TO WHICH THE PERIOD TERMS, THIS iLISR ADI LISUBR( TR R QINSD T TYPE OF INSURANCE V1tkrD POLICY NUMBER POLICY EF IhDDNYYY} POLICY EXP X _( (IVINUDD/YYYY) . !ARTS COMMERCIAL GENERAL LIABILITY CLAIMS -FADE X EACH OCCURRENCE $ 1,0'0,000 OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 630501D4153 1/1/21 1/1/22 MEO EXP (Any one person) $ 5 000 GENII AGGREGATE PERSONAL &. ADV INJURY $ 14OQ,OOO LIMIT APPLIES PER: POLICY EC # GENERAL AGGREGATE 21000,000 T I LOC PRODUCTS 4 COMP/OP AGG $ 21000,000. OTTER: AUTOMOBILE LIABILITY SINGLE LIMIT X ANY AUTO (Efla acctden 1 000 000 OWNED ONLY SCHEDULED AUTOS ° BODILY INJURY (Per person) $ HIRED AUTOS ONLY AUTOS Vs� JL`f 3 BODILY INJURY (Per accident) L PROPERTY DAMAGE 1/1/21 1/1/22 (Pet accident) $ UMBRELLA WAS X OCCUR EXCESS LIAR ICLAIMS-MADE- EACH OCCURRENCE 2,000,000 CL 1 9 1 1 /1 /21 1 /1 / AGGREGATE � s 2, 000,000 OED RETENTION WORKERS $ COMPENSATION $ B AND EMPLOYERS' ANY PROPRIETOR/PARTNER/EXECUTIVE LIABILITY Y/ N N I PER STATUTE ATUTE OTH- ER O FFICER/MEMBER (Mandatory In EXCLUDED? NH) ' N IA ` E.L. EACH ACCIDENT $ 500,000 If etas, describe DESCRIPTION tinde500r OF OPERATIONS below 381672 10/1/20 10/1/21 E.L. DISEASE - EA EMPLOYEE. $ .w EL. DISEASE ^ POLICY Llh'II F LIMIT $ [/'��/��j ���,V'/r�0 DESCRIPTION I OF OPERATIONS / LOCATIONS / VEHICLES AS SUCCESSORS, REQUIRED BY CONTRACT, OR IGSN WELDCOUNTY,� (ACORD 101, Additional ITS SUBSIDIARY, Remarks Schedule, may PARENT7 be attached if more ASS F s T ac e is required) AND/OR AFFILIATED ENTITIES, AN ADDITIONAL. INSURED ,AtS UNDER IT'S ELECTED THE GENERAL OFFICIALS, LIABILITY. TRUSTEES, EMPLOYEES r AGENT LUNTEERS ARE INCLUDED A ERTIFICATE HOLDER WELD COUNTY 1111 H STREET P.O. BOX 758 GREELEY, CO 80632 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS., IAUTHORIZED REPRESENTATIVE 4CORD 25 (2016/03) 1988®2015 ACCRD CORPORATION. All rights reser d The ACORD name and Logo are registered marks of ACORD Rose Everett From: Sent: To: Subject: Attachments: Follow Up Flag: Flag Status: Steve Marshall <steve.marshall@cobitco.com> Thursday, May 13, 2021 3:06 PM bids 2021 Chip Seal Oil Supply B2100087 Wel d Co�,2021 _C h i pSea l_O i l_S u pp ly .82100087. pdf Follow up Flagged 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. Weld County Public Works - Pavement Management Dept : Sending my request for bid on 2021 Chip Seal Oil Supply B2100087. "I hereby waive my right to a sealed bid" Steven M. Marshall Sales Representative COBITCO, Inc. 5301 Bannock St. Denver, CO 8021601623 Office & Fax (970) 522-7774 I Cell (9i0) 520-127 I steve.marshall@cobitca.com I www.cobitco.com 1 Contract Request E Entity Name* COBITCO INC Contract Name* 2021 CHIPSEAL OIL SUPPLY Contract Status CTB REVIEW Entity ID* O4024895 CI New Entity? Contract ID 4887 Contract Lead * JHOLBROOK Contract Lead Email Jholbrookgco.weld.co.us Parent Contract ID Requires Board Approval YES Contract Description k THE. PROJECT IN GENERAL CONSIS IS OF SUPPLYING UP TO 270,000 GALLONS OF CHIPSEAL OIL AND FOG SEAL FOR THE 2021 CHIP SEAL PROGRAM. Contract Description 2 Contract Type CONTRACT Amount* $568,627.28 Renewable* 'ES Automatic Renewal NO Grant NO IGA NO Department PUBLIC WORKS Department Email CM- Publ icWarks@weldgov. core Department Head Email CMI-PublicWorks- DeptHeadC� veIdgov.c©m County Attorney BOB CHOATE County Attorney Email BCHOATE@CO.WELD.CO.US I€ this is a renewal enter previous Contract ID a enter SA 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 Requested BOCC Agenda Date* 06/28/2021 Due Date 06/24/2021 Will a work session with BOCC be required? NO Does Contract require Purchasing Dept. to be included? YES Bid /RFP #* B2100087 De JAY MCDONALD T rnima Nye Period Fin « eA CONSENT Fin: » 2 06/23 9: «.m 06/28/2021 Purchasing. 06/23/2021 Tyler . a AG 062821 Reny 06/28/202! n CONSENT Counsel 06/23/2021 MEMORANDUM TO: Curtis Hall, Deputy Director of Public Works DATE: May 26, 2021 FROM: Joshua Holbrook, Pavement Management Supervisor SUBJECT: 2021 Chip Seal oil supply, Bid No. B2100087 OnMlay 17, 2021 the bids for Chip Seal oil Supply were opened with bids from two vendors. The two bids where submitted by Vance Brothers and Cobitoc, both are based out of Denver, Colorado. Please see bid tab below: VENDOR COBITCO'INC 5001'N. BANNOCK ST DENVER CO 80216 COBITCO TOTAL COST = $568,627.28 EMULSIFIED CRS -2R PRICE PER UNIT PLANT PRICE (122,664 gals) $2.02=$247,78'1.28 VANCE BROTHERS INC $2.02=$247,781.28 380 W. 62ND AVENUE DENVER CO 80216 VANCE BROTHERS TOTAL COST = $571,338.36 EMULSIFIED EMULSIFIED CRS -2R CRS -2 PRICE PER UNIT PRICE PER UNIT DELIVERED PRICE PLANT PRICE (137,504 gals) (7,500 gals) $2.12=$291,508.48 $1.83=$13,725.00 $2.13=$292,883.52 FOG SEAL CQS-1hL PRICE PER UNIT PLANT PRICE (10,138 gals) $1.54=$15,612.52 $1.90=$14,250.00 $1.62=$16,423.56 The lowest bid submitted by Cobitco is within the 2021 estimated budget for this contract; therefore, it is Public Works recommendation to award the bid to Cobitco, Inc. for a total amount of $568,627.28. cc: Jay McDonald, Director of Public Works Mona Weidenkeller, Office Tech IV, Account payable/receivable Rob Turf, Purchasing Manager Rose Everett, Weld County Purchasing Christie Peters, Weld County Purchasing aoaI- 1 335 E.Goo-19 WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: reverett(a�weldgov.com E-mail: cmpeters c(r7welgov.com Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 400-4024 DATE OF BID: MAY 17, 2021 REQUEST FOR: CHIP SEAL OIL SUPPLY DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B2100087 PRESENT DATE: MAY 19, 2021 APPROVAL DATE: JUNE 2, 2021(With Renewal Options for 2022 / 2023) VENDOR COBITCO INC 5301 N. BANNOCK ST DENVER CO 80216 EMULSIFIED CRS -2R PRICE PER UNIT PLANT PRICE (122,664 gals) $2.02=$247,781.28 EMULSIFIED CRS -2R PRICE PER UNIT DELIVERED PRICE (137,504 gals) $2.12=$291,508.48 VANCE BROTHERS INC $2.02=$247,781.28 $2.13=$292,883.52 380 W. 62ND AVENUE DENVER CO 80216 PUBLIC WORKS WILL REVIEW THIS BID. EMULSIFIED CRS -2 PRICE PER UNIT PLANT PRICE (7,500 gals) $1.83=$13,725.00 FOG SEAL CQS-1 hL PRICE PER UNIT PLANT PRICE (10,138 gals) $1.54=$15,612.52 $1.90=$14,250.00 $1.62416,423.56 2021-1335 05/I c ac oo-i 9
Hello