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
20181165.tiff
BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: 2020 Chip Seal Oil Supply Renewal DEPARTMENT: Public Works PERSON REQUESTING: Neal Bowers DATE: 3/23/2020 Brief description of the problem/issue: The conditions for renewal of the chip seal oil supply contract for 2020 Specifies the Denver/Boulder Consumer Price Index for maximum allowed prices from one year to the next. Vance Brothers has requested a increases of 3.4% to 3.7% depending on the product purchased. The attached bid schedule shows the products and anticipated quantities. The Denver/Boulder Consumer Price Index allows for an increase of 3.8% which is the range that Vance Brothers requested. Weld County has used their products in the passed with satisfactory results. This extension would be the third year of a possible three-year limit. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1. Accept the requested price increases and renew the Chip Seal Oil Supply Contract with Vance Brothers. 2. Rebid the Chip Seal Oil Supply for 2020. Recommendation: Public Works recommends option number 1. Approve cammentimgrt Mike Freeman, Chair Scott K. James Barbara Kirkmeyer Steve Moreno, Pro-Tem Kevin D. Ross Schedule Work Session Ql er/comments: CC: aiq-01-4.2 t9n, Elera k)) ,3-.3� -aD CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND VANCE BROTHERS, INC. This Agreement Extension/Renewal ("Renewal"), made and entered into 23 day of March 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works hereinafter referred to as the "Department", and Vance Brother . Inc., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") Identified by the Weld County Clerk to the Board of County Commissioners as document No. 1018-1165, approved on 5/7/2018. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on 4/30/202Q. • The parties agree to extend the Original Agreement for an additional )65 days period, which will begin 5/1/2020, and will end on 4/30/202k. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. The 2018 Bid Schedule of the original contract shall be replaced with the attached 2020 Bid Schedule, which is Incorporated herein. 2. The original contract price shall be modified to be no more than $533,250.00 for the contract period between May 1, 2020 and April 30, 2021. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Print d Name DAir �Os,, .r` Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair ATTEST: Weld C BY: .ez/Lev -elgo- Deputy Clerk to MAR 3! 020 2020 Bid Schedule 2020 ChipSeal Oil Supply Vance Brother's Items Item Quantity Unit Bid Price Per Contract Plant # Unit Price Locations 1 EMULSIFIED ASPHALT (CRS 2R) PLANT PRICE ONLY 135,000 GAL. $1.99/GAL $268,650 380 W 62nd Ave Denver, CO 80216 2 EMULSIFIED ASPHALT (CRS- 2R) DELIVERED 120,000 GAL. $2.09/GAL $250,800 380 W 62nd Ave Denver, CO 80216 PRICE 3 EMULSIFIED ASPHALT (CRS 2) PLANT PRICE ONLY 7,500 GAL $1.84/GAL $13,800 380 W 62"d Ave Denver, CO 80216 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. ACORLJ �� CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) ,zn9/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER TRUSS Ward Parkway Suite 500 Kansas City MO 64114 CONTACT NAME: Certificate Department (&CC„NNo. EXtl:816-708-4600 I t.ikto1 Ptit9200 816-708-4600_ WAAL Amami_Certificates®TrussAdvantage.com INSURER(SIAFFORDINGCOVERAGE NAICN _ INSURER A : Argonaut Insurance CO. ^----...._._......... INSURER a The Phoenix Insurance Co` I INSURER C : Travelers Prop Cas Co Of Amer _ 19801 INSURED VANCE01 Vance Brothers, Inc. 5201 Brighton Kansas City MO 64130 a._ 25623 25674 25615 INSURER D : Charter Oak Fire Ins Co INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1415312948 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE A6& MD $U MD I POLICY NUMBER POLICY EFF (MM/DDIXYYYI POLICY EXP (MMIDOIYYYY) LIMITS B X COMMERCIAL GENERAL LIABILITY 1 CLAIMS -MADE LX OCCUR I DTCO9M212947PHX20 1/1/2020 1/1/2021 EACH OCCURRENCE $ 1,000,000 PRENMSES jEaoccurrence] $ 1,000,000 X Contr. Lab. __— MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 1,000.000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY D—(-1 128j. ,, l LOC OTHER GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2.000,000 $ D AUTOMOBILE X — _ X LIABILITY ANY AUTO ALL OWNED TS HIRED AUTOS MCS 90 J ._ SCHEDULED NO OWNED AUTOS DT8109M352747C0F20 1/1/2020 1/1/2021 i Si Ca iSINGLE LIMIT $ 1 N9.040 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE _Leer amide_ n() $ $ C X UMBRELLALIAB EXCESS LIAR X OCCUR CLAIMS -MADE DT0109M352747COF20 1/1/2020 1/1/2021 EACH OCCURRENCE , AGGREGATE , $10,000,000 $ 10,000 000 DEC I X I RETENTION $ _0_ I A $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN N WC926568285514 (AOS) N I A 1/1/2020 1/1/2021 X STATUTE �f( I 1 ERH E EACH ACCIDENT S 1,000,000 E DISEASE - EA EMPLOYEE $ 1,000,000 E . DISEASE - POLICY LIMIT $ 1,000,000 1 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Chipseal Oil Supply CERTIFICATE HOLDER CANCE Weld County 1111 H Street PO Box 758 Greeley CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2014101) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* VANCE BROTHERS INC Contract Name* 2020 CHIP SEAL OIL SUPPLY RENEWAL Contract Status CTB REVIEW Entity ID* @00004325 Contract ID 3487 Contract Lead* NBOWERS Contract Lead Email nbowers@co.weld _co.us New Entity? Parent Contract ID Requires Board Approval NO Department Project* Contract Description* 2020 CHIP SEAL OIL SUPPLY RENEWAL BID#B1800085. THIS IS THE THIRD YEAR OF A POSSIBLE THREE-YEAR LIMIT Contract Description 2 Contract Type* RENEWAL Amount* $533,250.00 Renewable* NO Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks@reldgov.com Department Head Email CM-PublicWorks- DeptHead jweldgov.corn County Attorney BOB CHOATE County Attorney Email BCHOATE@CO.WELD.CO. US Requested BOCC Agenda Date* 03/30/2020 Due Date 03/26/2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a PISA enter NSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 03/01/2021 Termination Notice Period Committed Delivery Date Expiration Date* 04/30/2021 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD DH Approved Date 03/26/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/30/2020 Originator NBCWERS Finance Approver CONSENT Purchasing Approved Date 03/26/2020 Finance Approved Date 03/26/2020 Tyler Ref # AG 033020 Legal Counsel CONSENT Legal Counsel Approved Date 03/26/2020 Submit BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: 2019 Chip Seal Oil Supply Renewal DEPARTMENT: Public Works PERSON REQUESTING: Neal Bowers DATE: 4/1/2019 Brief description of the problem/issue: The conditions for renewal of the chip seal oil supply contract for 2019 specifies the Denver/Boulder Consumer Price Index for maximum allowed prices from one year to the next. Vance Brothers has requested increases of 4.3% to 4.7% depending on the product purchased. The attached spreadsheet shows the products and the anticipated quantities. The Denver/ Boulder Consumer Price Index allows for an increase of 2.8%. after contacting Vance Brothers, they shared their contract pricing for their oil products for the 2018 and 2019 seasons which reflect there price increase on the chip seal oil supply contract. Weld County did use Vance Brothers products in 2018 with satisfactory result. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1. Accept the requested price increases and renew the contract with Vance Brothers. 2. Rebid the chip seal oil supply for 2019. Recommendation: Public Works recommends option number 1. Sean P. Conway Mike Freeman, Pro -Tern Scott K. James Barbara Kirkmeyer, Chair Steve Moreno A rove Recommendation Schedule Work Session Other/Comments: c'ei‘ 0166-r/a/ep) ftv(awe3O 47L -ice -r9 64-0x75 i CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND VANCE BROTHERS, INC. This Agreement Extension/Renewal ("Renewal"), made and entered into 22 day of March. 2019, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and Vance Brothers. lnc,, hereinafter referred to as the "Contractor". WHEREAS the parties entered Into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2018-1165, approved on 5/7/2018. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on 4/30/2019. • The parties agree to extend the Original Agreement for an additional 365 Days period, which will begin 5/1/2019, and will end on 4/30/2020. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. The 2018 Bid Schedule of the original contract shall be replaced with the attached 2019 Bid Schedule, which is Incorporated herein. 2. The original contract price shall be modified to no more than $565,580.00 for the contract period between May 1, 2019 and April 30. 2020. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: brGu Vc.nce. Pri ted Name V Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Klrkmeyer, Chair APR 1 5 20i9 ATTEST: Weld BY: ddrityv .eit,;(1 Deputy Clerk o the Board 0xO/1 //��' 2019 Bid Schedule 2019 Chi* Seal Olt Suooly Vance Bothers Items Item Quantity Joni Bid Price Per Unit Contract Plant ons 62"° Ave Denver P 171,000 GAL. $1.93 Pr ce $330,030.00 1 EMULSIFIED ASPHALT (CRS -2R) PLANT PRICE ONLY 2 EMULSIFIED ASPHALT (CRS -2R) DELIVERED PRICE 110,000 GAL. $2.02 $222,200.00 62"d Ave Denver 3 EMULSIFIED ASPHALT (CRS -2) PLANT PRICE ONLY 7,500 GAL $1.78 $13,350.00 62nd Ave Denver Total $565,580.00 Prices will include all labor and equipment cost necessary to make, load and (deliver — Rem #2 only) material. Bidder must include the name and location of plant that material will be picked up by Weld County personal. ACORti CERTIFICATE OF LIABILITY INSURANCE `ei/- DATE(MMIDD/VYYY) 3/29/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER TRUSSNAME 9200 Ward Parkway y CONTACT Certificate Department PHONE R , EXq: 816-708-4600 F -... At Itac f:81&7084600__.-____ 1.. _ _ Suite 500 Kansas City MO 64114 emiADDRESS: Certificates@TrussAdvantage.com INSURERS) AFFORDING COVERAGE NAIC 0 __ INSURER AArAonaut Insurance Co 19801 INSURED VANCE01 Vance Brothers, Inc. INSURER B: The Phoenix Insurance CO. --�--- 25623 INSURER c : Travelers Prop Cas Co Of Amer 5201 Brighton 25674 Kansas City MO 64130 INSURER D: Charter Oak Are Ins Co 25615 INSURER E : INSURER F : ERTIFICATE NUM • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR -.__. TYPE OF INSURANCE ADM INSD SUER WVD _ POLICY NUMBER PALIDV EFK' IMM/DD/YYYYI POLICY EX�^_-.._ IMM/DO/YYYYI OMITS B X COMMERCIAL GENERAL UABIUTY DTCO9M212947PHX19 1/1/2019 1/1/2020 EACH OCCURRENCE $1,000,000 CLAIMS -MADE XOCCUR DAMAGE TO RENTED PREMI$5$-(5a QW.911C0611, $1,000,000 X Contr. Liab. MED EXP (My one person) $15,000 PERSONAL 8, ADV INJURY $1,000,000 $2000,000 GEN'L AGGREGATE LIMIT APPLIES POLICY [XI& PER: GENERAL AGGREGATE ^PRODUCTS - COMP/OP AGO $ 2.000,000 $ OTHER: D AUTOMOBILE LIABILITY DT8109M352747COF19 1/1/2019 111/2020 COMBINED SINGLE LIMIT lE .ii_ $1 400.000 X X ANY AUTO ALL OWNED AUTOS HIRED AUTOS MCS 9D - SCHEDULED AUTOS NON -OWNED AUTOS BODILY INJURY (Per person) BODILY INJURY(Per accident) PRRY DAM--.. `._w....._$ IM $ $ _.-.-..... _ -_. $ C X UMBRELLA UAB X OCCUR CUP9M4229021826 1/1/2019 1/1/2020 EACH OCCURRENCE $ 10,000,000 EXCESS LIAR CLAIMS -MADE AGGREGATE $ 10,000,000 DED I X RETENT ON $ .0. $ A WORKERS COMPENSATION ANDEMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED" Y f N N N / A WC928468285514 1/1/2019 1/1/2020 X ' PER OTH- - 7--+TAI__La--- E L EACH ACCIDENT $ 1.000.000 (Mandatory in NH) It describe under E DISEASE - EA EMPLOYE $ 1,000,000 yes, DESCRIPTION OF OPERATIONS below E. L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE: Chipseal Oil Supply CANCELLATION Weld County 1111 H Street PO Box 758 Greeley CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD WELD COUNTY CONTRACT BID DOCUMENTS SPECIFICATIONS FOR THE Z018 CHIPSEAL OIL SUPPLY (1MU1 Renewal OQllonn for 201912020) APRIL 2018 for Wald County Public Works 11t1 1 H Sbsel P.O. Box 768 ©dss*. Colorado 00632 976356.4000 `ea(#01efre) CG: ,3- 7- l8 ADDENDUM#1 BID REQUEST NO. B1800085 2018 CHIPSEAL OIL SUPPLY Public Works Dept — Neal Bowers PLEASE NOTE THE FOLLOWING. SIGN AND EMAIL BACK TO bidseweldaov.com: The terms and conditions on page 7 previously read, "The bid documents shall be considered the Agreement and will commence in June 2018 through December 2018." With this addendum and specification change, page 7 now reads, °The bid documents shall be considered the Agreement and will commence in June 2018 through June 2019.° No other changes were made to the specifications. ""We need signed copy on file. Thank You!'" Addendum received by: FIRM ADDRESS j,znVt( L-)I0r41,O CITY AND STATE BY 7t�IGn:�a- iQ V0.n C,h,,,Au.( S. s.C-, EMAIL March 28, 2018 Zia TABLE Of CONTENTS The Endowing provisions take precedence over Specifications or Plans and supplement the 2027 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specificationsl which is to be used to control construction of this project. BIDDING REQUIREIv1ENTS'All Bidders must submit these form with their Bid. invitationfor Bids ._.......... .............. ..... .___._................. ..__.... _................... 3 General Provisions 4.5 Specifications and/or scope of work and proposed pricing.__.._.._.. ............ 6-7 insurance Requirements 7-8 `Bid Schedule and Acknowledgement of Bid Documents 9 `IRS Form W-9........................_..._..........,......................._........,._............................. 10 'Anti -collision Affidavit . . 11 CONTRACT FORMS Signature Page.__. __..._._.._... . ......_...... .......... _....... . 12 SPECIAL PROVISIONS Project Special Provisions Index_ ... .................... ............ _,.:_._.__........ _....... 24 Project Special Provisions _.___....__..._.___......____.......... 15,-18 Project locations... . ..-_. _.... .... _.... _...__.__. ................ 19 BID REQUEST #61800085 Page 2 REQUEST FOR BID WELD COUNTY. COLORADO 1150 0 STREET GREELEY, CO 80631 DATE: March 23, 2018 BID NUMBER: B1800085 DESCRIPTION: 2018 Chip Seal Oil Supply DEPARTMENT: Public Works BID OPENING DATE: April 12, 2018 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: 2018 Chip Seal Oil Supply with Renewal Options for 2019/2020 Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building. 1160 O Street Room 07 Greeley, CO 80631, until 4,12/18 at 10:00 810 (Weld County Purchasing Time Clock). 2. INVITATION TO BID: Bids shall include any and all charges for delivery, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay. if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at hlto:iAvww,co.wel4.co us/Debartmenr5/Purcha8irxyindes.hcrs located under hCutrem Requests'. Andon the Bidnet Direct website at www hidnetdlrect;corn. Weld County Government is a member of B+dNet Direct SidNet Direct is an on-line notification system which is being utifined by multiple non-profit and governmental entitles. Participating entities post their bids. quotes, proposals, addendums. and awards on this one centralized system. L)d Delivery to Weld County —2 methods. 1. Email. Emailed bids are piefenred. Bids may be emailed to: tids@weldgov corn. Emaled bids must include the -following statement on the email: "I hereby waive my right to a sealed bid.' An email confirmetion will be sent when we receive your bid/proposal. If more than one copy of the bidis requested, you mustaubmit/mail hard copies of the bid proposal 2 Mail or Nand. Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Well County Purchasing Department 1150 O Street, Room 4107, Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4216 if you have any questions. BID REQUEST #61800085 Page 3 3. 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 wilt be available to fund the contract beyond the current fiscal year. B. Confidential Information: 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 guaranteethe confidentiality of all documents. 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 Immurity Act §§24-10-101 el seq., as applicable now or hereafter amended. C 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. E. Compliance with Law. The successful bidder shall strictly comply with all applicable federal ano 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, shalt 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 terns 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 shalt give or allow any claim or right of action whatsoever by any other person not included in the contract H. 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 1. 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 J. Extension or Modification: Any amendments or modifications to this agreement shall be in writing, signed by both parties. K. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of thesuccessful 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 L. Warranty: The successful bidder shall provide a warranty to the County as arranged by the parties. M. 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. BID REQUEST ee1800085 Page 4 N. 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. O. 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. P. 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 arty 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. Q. Severability. It any term Of condition of this Agreement:shalt be held to be invald, illegal or unenforceable by a court of competent jurisdiction this Agreement shell be construed and enforced without such provision, to theextent that this Agreement is then capable of execution within theoriginal intent of the parties. R, 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. S. Insurance. Insurance coverage must be maintained as required by law and as specified in the specifications and/or scope of work. BID REQUEST #81800065 Page 5 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING! Purpose The project in general consists of supplying up to 258,600 gallons of chipseal oil (plant price and delivery prices) for the 2018 chip seal projectssee page 18 for a reap with project locations and road miles. General Conditions and Information: 1 Weld County will not supply any material for this project. 2. Bidders must ind'cate tee location of their plant. 3. Vendor will deliver the emulsified asphalt to job site with twenty-four (24) hour notice. lea tanker that car he off loaded Into Weld County's distributor. Weld County will be able to 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 he 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. S. 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 he made according to the hid 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. Bidders) must be able to provide Weld County with precut and preheated liquid asphalt. 9. Weld County will notify the successful bidder(s) twenty-four (241 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 Jane 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 Colorado Department of TranspoetatiOtt Standard Spec8icationsi0r Road and Bridge Construction. 2017 specifications unless otherwise stipulated in this document (See Special Provisions pages 1S-181. References to the Division shall mean Weld County and all documentation required will be handled through the Weld County Public Works Department. BID REQUEST #B1800085 Page 6 Weld County Contract Questions related to the project and procedures should be directed to: Joshua J. Holbrook —Construction Inspection Supervisor Weld County Public Works 970.304.6496, ext. 3734 holbrook@weldgosrow Terms and Conditions: The bid documents shall be considered the Agreement and will commence in lune 201E through December 2018. At the option of the County, the contract may he extended for up to two (2) additional years. Cost ncreases 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 CPI index or the ENP 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. Insurance Requirements: A General Requirements: Contractors/Contract Professionals mutt 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. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or arty 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 orendorsement :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 Di rector of General Services by certified mall, 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 m excess of a deductible or self -insured retention, County must be notified by the Contractor/Contract Professional. Contractor/Contract Professional shall be responsible for the payment of arty deductible or self -insured retention. County reserves the right to require Contractor/Contract Professional 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 Contractor/Contract Professional. Contractor/Contract Professional 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. B Tspes of Insurance: Contractor: Contract Professional shall obtain. and maintain at all limes during the term ofany Agreement. insurance .n the following kinds and amounts. a Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contractor's Contract Professional's employees acting within the course and scope of their employment. b. Commercial Genera: Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: 51,000000 each occurrence; 51,000,000 Personal/Advertising Injury 52,000,000 general aggregate; 52,000,000 Products/Completed Operations Aggregate BID REQUEST #81800085 Page 7 C. Automobile Liability: Contractor/Contract Professional thali 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. D Additional Provisions: Policies fur all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the foLowing_ If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved claims, Contractor shall notify County within ten (10) days and reinstate the aggregates required, ii. Unlimited defense costs in excess el policy limits; ii. Contractual liability covering the indemnification provisions of this Agreement, iv, A severability of interests provisions, v- Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self-insurance provided by County. b. For all general liability, excess/umbrella liability. liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier E. Contractors/Contract Professionals shall secure and deliver to County's Risk Administrator ("Administrator") 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 related Bid or Request for Proposal. F. Proof of Insurance: County reserves the right to require Contractor/Contract Professional 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. G. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. H. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. I. 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 Contractor/Contract Professional, Contractor/Contract Professional shall include all such subcontractorsindependent contractors, Sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County BID REQUEST #81800085 Page 8 2018 Bid Schedule 2018 ChipSeal Oil Supolt Items --- Item Quantity' Bid Price Per Unit I Contract Plant N I Price ' . Locations EMULSIFIED - _1„.� I ASPHALT (CRS -2R) 701,100 GAL. )� I'-- /6' I 1{1 121 ' ''� r`i, PLANT PRICE ONLY i /// �^ EMULSIFIED , 2 ASPHALT (CRS -2R) 150,000 GAL. i �� /// j)* 7' DELIVERED PRICE _ L , EMULSIFIED ASPHALT (CR5-2) 7,500 GAI. PLANT PRICE ONLY ' Prices will include all labor and equipment cost necessary to make, load and (deliver - Item #2 only) material. Ridden 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 panes must be submitted with every bid submittal. Failure to Submit any of these documents will disauap*d your bid. Receipt of addenda(s), if any, should be signed. W-9 (page 10) Ann -Collusion Affidavit. (page 71) Bid Schedule (page 9) Signature page (page 12) I have initialed each of the above items and have fully executed the corresponding documents. I hereby t I C Acknowledge and understand the above required bid documents. TACt e k'- u rs +. `. (Contractor) Dated this jday of Apt:1 201By: �Y �L10.cca. ti(eS Q-tiOc,vr5 l 'J RIO REQUEST #81800085 Page 9 W-9 I Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. VANCE BROTHERS INC =:•o..e 7Bsed> I' FANS AS CITY. MO, 6413O WW1 ma: td., Yrite L i[ Taxpayer isienutio #uon Number 4 7 3I M5},^att,%aSeet:o ,ga=a ., .a..:.r- !to ._,tar . ... 00,(005066 IRSOu. COgear{ai'-05Od•R4 mK..., wMfneut s;.r ... bra-utros. 4006 005.0 bm,SOAS*44ee..t *41 000005.0.0' 9Os, tOt. Fa raw eaae maiertem"A Cz. ngmn , c ue,' R 0 0Y. EFF gmt� #Hama aka Faaaaata ortasaaarneata Feared 10Fgar . 4r5000eme N debt ;tu - . ar kxSOcka, t' einer4 r rgeMont+ eo. 'ek'. no Yhsate rot reaadtaagn .etO, aor a' ataat yam farrta Fa Sao the alanoaaai Fa. Vaal, Her e ( LI.s.p oo„ General butte Turpose of Farm 0 5a'sea3m ptcanrrorrya*amxta arrm� moan, aFtaatraFiakaafttsSagaaorekaaaaaarlaaaranfrato na er+xtsp' ... FaFF,Saasiodaataava ..SoStmasp COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT X1,1. _ '`e-7 rt»,ot�#s:�Asaenx:ira F-Nrnvr_x::. � ..,o-nn�s ,xasn::. d'�Mktd9a , .. -. P xNiq 6^d�mu tFe C.M+rM@1pM16 P'6 cif Ya¢4h YW.x+iEt SG Uy:V9e ,#rz ExPSFix, wNhd d.^,50+K +T.' DAZn"19t Pntre Z Sw«ffi M.MG ¢MCC... Kdt M1.65.36 b' C'#N fi Ca-. 4CA^.;tA. %':: NSE StdY.W tit St49nYMN9ttrzn, tri# d dm �M� Su!^ Ld iM.R'+*+ Wa{-u. t gC?fY b r^#'N'Fn� G �'"`:u. Ems" :' CW. :fliNHGQ44 �?t1k C,ttv 9.tf*. A. Ne tw3 s,?+RNatt+ {ffiv`an, ar ge,xaune acorn ytubtfivew a ^'. �r ,uxuw c # txsdt ;<.. Sekknt'.tikrt:ttM <»3grt-'S.m F3etdY 'Mak*e-m9 ct tt+xi tem na'vP wtar.,ualm>x1#,. er tae Pit ClSWt tiNiT+ffi 4 n . S.Y Mi :E tiu dyi" A'as.b.'w'. Ct ip a^ry #Stns zY4+ wix:<n s ta#Y.kei. e' wNeb'"JS Ms': tiWYY.i '•ZNS tkfliHG 10 R Sri tu[�S in W+b 1Gtrt? W ep yb c» :ik4 i+,: A�;. A 71*+.Ni t# and vain n mAde m ysxd satin uxs Ma Px*u r m sy :est Ng:,.v.,+esa eK dqv: � E -W w"rnS�mnt4m+M'J9K`,�,Ma�:Ade;Y tKk'tt XWW '. -- S ASf:#?b fi3pY YK&SBd4k #VG.B S+k #^.+# ,8';SM¢Y4W. uses Sa3S +Y q S S96 15xn &#I1sM 73 $MA%in.. GR7'4t�I. @i M W§fi Cd6t% SY S?.YSbb:� xf'S841w te.4'±Y Sn#: S, WID Auk O A^:*f(%fe& V ,.e,MBa%#btuTx10'&�$,'af O?.IApf%#:y'Ym. G' P1 6=6f $h YRld4r #KTe �Y b i1M+�4 s<"I bd@N �i" W QA4!t �M p Aa) Y�C �,ttSn MA 1kR. @C p Clq' ntkVA#�"» bt $¢#A :+#1� t6,�4:ty,' i#W SA# K&' RFMVFK fY kb+mvJ'P(ht d in/S#5 0tN ₹y# Y+0.ib W p ubMcasit. p..driy#rkf¢ O Yx w"h` Y im` td Zti';F:�s #�N2 Stltid#afr(.i# N. 24K:�t6 nt.Y Mm'Si �H .!'. xva&nM tamiY: Ipp 95i7 m. ee B' 'wdu ie. t�.'riWtCi. 2Q91F. .vpsQYib p.. id inp (Smb 95L 4'Ri Gks rVW Rico t+6iM1 [N &SC^,"'i ttBtnY S 1194S SMl#,AS'aCf ki AnP fiN/.u35nYi A. oa:,m '-t fln mw a?xc r.At aasv :mmua arrasm fl i MVC f'SpSeVtt WR;hM%1XMk ViA? a,fynMXeatM�ns ac i� Mf#aaA @ mtC A!N t+? C2MM bs a RYla1YiP.Y ImIXS v.yp^a.1r, N#1':,, .. 6t it?fiGpRR%'� f.S thEnYP.iffi'ai bs.. iX3 ?'. ik#51¢r xx 2RA:.iAY1�, t#sR''3gE ik. kA✓: '.k 6d'F1fit....hi$C6;`£Ce ,pan C -',.,,,, ,LAL5SEnP. WOWSate NOTARY PUBLIC •. I, 2,01_O STATE 0,C LOP.Aro Noah ID 212,Mbes NOTE This document must be signed in ink NY OMAItMdONEXIimMIONSMEnA2Md BID REQUEST 1181800085 Page 11 The undersigned, by his or her signature, hereby acknowledges and represents that: FIRM 1 The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request NP. A81800085 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes_ 3. fie 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 documents of the Request for Proposal contained herein (including. but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. S. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. �r ED coAL . —Ts i . BUSINESS r, ADDRESS - t tJ v Orr, STATE, ZIP CODE t• Jr+:Yi.'-� -�'n�i" TELEPHONE NO, �. -e�.tt itilf - - Z'"jl -2O3(. TAX ID LL -C'53-7933 PRINTEDNAME ANDTfTCE 1)i"Gw �1�an Lt_ "r,.le1 e�rz <z .r�..1 L✓a-- i SIGNATURE E-M,AIL a/UuSLR'VV`'oc5bt&r\,y<S. G;r DATE Cif-))- _c1� WELD COUNTY IS E)(EMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS 098-03551- (1000- ATTE � — OF TY COMMISSIONERS W- i C• Clerk .viii), ".��. ELD U_•' TY COLORADO BID REQUEST #81800085 Page 12 NOTICE OF AWARD 20'x8 Chbseal Muoply To: U n r this. INC __�- 380 W. 62n° Ave. Denver. CO 80216 Project Description: The project in general consists of supplying up to 258,600 gallons of chipseal oil (plant price and delivery prices) for the 2018 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 $ 489 285m 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 30 day of April , 2018. Weld County, Colorado Owner By: Neal Bowers Pavement Management Supervisor ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by Uan CI. I ICCIAALcS,L /1 C. (Contr;ctorl Dated this ,,1 10 ___day of ter' By: .! J ctw \JO¼AC( Title: Jk�t S 2018. ,PSt&t.AV&A- Jt_ WELD COUNTY PUBUC WORKS DEPARTMENT SPECIAL PROVISIONS The Colorado Department of Transportation 2017 Standard Specifications for Road and Bridge Construction 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 Index Page Revision of Section 101 — Definition of Terms Revision of Section 105- Control of work Revision of Section 702.02 —Emulsified Asphalts The remainder of this page left blank intentionally Pave 14 15 16 17-18 BID REQUEST #81800085 Page 14 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 'Colorado Department of Transportation, Standard Specifications for Road and Bridge Construction" dated 2017_ Where the Project Special Provisions and the CDDT Specifications contradict one another, the more stringent specification shall apply. Certain tens 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_48- "CDDT project personnel" shall mean personnel 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. COOT, and the Department of Transportation shall be defined as Weld County acting directly or through its duty authorized representative or agent. END OF SECTION BID REQUEST #81800085 Page 15 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 calms filed by the Contractor. Weld County will be the responsible party to such claims. Subsection 105.24 is amended as follows: Delete all references to COOT and replace with Weld County Delete- The venue for all unresolved disputes with an aggregate value 525.000 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 525.000 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, Go 80222 Replace with: Weld County Board of Commissioners. 1150 0 Street. Greeley. Cu. 80632 Subsection 105.244f) 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 'Web County District Court` END OF SECTION The remainder of this page left blank intentionally BID REQUEST OB1800085 Page 16 REVISION OF SECTION 702 EMULSIFIED ASPHALTS (CRS -2R) Section 70202 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 SSR polymer dispersion, emulsifiers and water. The emulsion shall contain a minimum of three percent (3.0%) styrene butadiene rubber (568) such that a discontinuous polymer-asphah network is formed upon curing of the finished emulsion. The emulsion shall be pumpable and suitable for application through a distributor truck. The emulsion contains comilled 5BR polymer dispersion. The emulsified asphalt shall conform to the following requirements: GrOp#rtte5 T'/ Viscosity, 500 C, Sieve Test, % (A) _ Storage Stability test 1 day, % (A) Demulsibilrty, 35ml, 0.8% dioctyl sodiu Sulfosuccinate, % Particle Charge test Oil distillate by volume % Residue by dishearten, % ( Test on Residue from 325' hotplate evaporation test It Furol 40 Maximum Test Procedure 450 0.1 Positive 65 70 100 30 110 - 05801/CP-52210 75 _ Elastic recovery, 25°C, 20cm, Sits hold/1h recovery, % 1 60 t - 06084 /T301 ( Softening Point, Ring. and Ball, °C 57 - 036 / T53 97.5 ! _91,9.42 /a4 0.5 D244 /T59 06933 / 759_ D6930/ T59 D6936/ 1594 0244 D6997/ T59 D6997/ T59/ CP - L2252 7 120 DS/749 0113 /151 D113/T51 Prnetration, 3$Rt, 1008, 5 sec 3 Ductility, 25`C Sclnim n, cm ° w ?uctility, 4°C, 5 cm/min, cm TO,gghge4s, in -lb Tenacity, in -16 Solubility in trichloroethylene, % (C) 03801 / CP-L2210 (Al The test r,uirernent on representative samples a waived if successful application of the material has been achieved in the Reid PR) Oneurutbn of 260' C shall he the reference method tar percent distillate and percent residue Residue by hot plate evaporation at 563' 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 lP -12212 modified to a 163' C maximum temperature may be used for acceptance testing of percent residue. ICI If the solubility of the residue is less than 9).s%,Me base asphalt binder for the emulsion tN9 be tested. The solubility of the base asphalt binder shall lee greater than 99 percent BID REQUEST #B1800085 Page 17 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, 12r F, seconds Saybolt Furol Sieve Test, % Storage Stability test, 1 day, % Particle Charge test Oil distillate byvolume,%__ Residue by distillation, % Test on Reside Penetration, 7T F, 100g, 5 sec 100 Solubility in Trichloroethlene, % 975 Ductility, 77" F, 5 crr_/min. cm. 40 400 01 D88/172 0244/T59 0244/ T59 0244 D2441 T59 • 0244/t59 250 DS / T49 02042 / T5I 0113/ T51 BID REQUEST #61800085 Page 18 PROJECT LOCATIONS 74 to Hwy 14 5NCPV../ 10 53 27 Hwy 392 to 64 5 fib -1 Hwy 95 to 47 386 53 to 61 61 3a81O 380 ... 20 ' 19 to23 49 to 53 901094 2 67 to Gram, Hwy 14 to 98,.5 72 '972 5 5610 18 2 0.5 0.5 39 46 5o 394 1.25 46f4 40ta t0y6s 3.5 37 __. 6 to Hwy 52 210 4 51 59 63 1QJ 74 to Hwy 14__ 13 17 Hwy 257 COy 'DE 18110 Io 3 to 29465 4 4 0.5 0.5 D.3 S 78 .Hwy 05 to 33 7 76 to Eaton City lulls 025 4930 Mlles BID REQUEST #01800085 Page 19 CERTIFICATE NUMBER: 140194486 Ac©RdTHIS NEGATIVELY AMEND, EXTEND OR ALTER THE N RAGE AFFORDED FGFOR R£R Y THE POLICIES THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATICS ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER' S BELOW. DOES NIF TC ATE OF INSURANCE Y OR BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BE TION IS WAIVED, atthjeCt to REPRESENTATIVE OR PRODUCER, AND TIE CERTIFICATE HOLDER, c i�l must be endorsed If SUBROGATION IMPORTANT: If the certificate holderIs an ADDITIONAL INSURED, the pdi Yt A statement on this certificate does not confer rights to the the terms and conditions of the policy,. certain policies may require an endorsement. certificate holder in lieu of such endorseme s • a•• _- No1:913-341-2923 PRODUCER TRUSS 4551 W. 107th St Suite 300 Overland Park KS 66207 INSURED Vance Brothers, Inc 5201 Brighton Kansas City MO 64130 CERTIFICATE OF LIABILITY INSURANCE CsrLificaie Department 13-341-t199t1 Sil(gTrussAdvan(aye.com INSURERS) AFFORDING COVERAGE UISURER A : Argonaut Insurance Co *MIRE!! a . Transportation Insu_ance (CNA) w5uRER c `_American Guarantee f), Llab Ins matinee o.Continental Insurance Co (CHA) INSURER E :..... .. RF: NMCI 19801 20494 26247 35289 C THIS IS CiE$ RESPECT ORTTO WHICH THIS NAMED ABOVE FOR THE POLICY PER THIS INDICATED ECERTIFY THAT THE POLICIES U INSURA NCE LISTED BELOW HAVE BEEN ISSUED TOO OITNFIEREp00C W�H CERTIINMAY BE ISSUED ANY MAY PERTAIN, S AOR CE AFFORDED tON ANY THE POUCIES BE ISSUED OR PERTAIN; THE INSURANCE BY POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE F8 LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES A „,1�1 , N;,,i:i t.. ,.i ...lAlir"C, TYPE OF INSURANCE trLPO1B tl(l20t9 5099653085 0 X ` COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 04.:C':JR OTHER ... " c4U3a34602b a , AUTOMOBILE LABILITY X AN 40 TO OULEO t UT(/' X occuR .,. CLAIMS.MA0E, C. ': X UMBRELLA GAB EXCESS LAB , _._... • D X RETENTION S .. WORKERS CONPENSATDN A AND OYER5' UAINUTY ANY eeoeelerOR7poseeeruexE.CU THE. , ci MBBER EXCLUDED' Oand�M DE RIPTION uncial et' RATIONS maw PERSONAL A AGE INAUR_i GENERAL AGGREGATE „PRODUCTS CIMP(OP AGG,. a eTeT•T., m a ' U` 1 S,QQe:04s1 1'1120'18 511420E iti-40003. BONN' INJURY (Per person( F BODILY INJURY (Per accident), S letcetitery iParS /2047 t41;2(119 EACH OCCURRFNLF a '7 AGGREGATE , S t0.0(H).000 1;1,2018 ,;120(9 x STATUTE [E L EACH ACCIDENT E L 4ISEASE - E.A EMPLOYEE, $ F QOD QRo c r TSAEASE POLICY OMIT t S 1,000.006 DESCRIPTION OF OPERATIONS( LOCATIONS I VEHICLES (ACORD 101, AdlEuoesl Remerhs Schedule, ma' be emend H mere space is required) CERTIFICATE HOLD Weld County 1150 O Street Greeley CO 80631 ACORD 25 (2014101) CANCELLATION 8ItOUI.D ANY OF 775E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE QJIfN101ATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE ►OLbCY PROVISIONS. AUTHORIZED REPRESENTATIVE ® 1988-2014 ACORD CORPORATION' Ali rights reserved. The ACORD name and logo are registered marks of ACORD MEMORANDUM TO: Rob Turf, Purchasing Department DATE: 4/18/18 FROM: Neal Bowers, Public Works SUBJECT: Bid Recommendation for B1800085 2018 Chip Seal Oil Supply On April 12, 2018 bids for Chip Seal Oil Supply were open with bids from two vendors. Public Works Department recommends that the contract be award to low bidder, Vance Brothers, Inc. 380 West 62nd Ave. Denver, CO 80216. In the amount of $489,285.00 see below. VENDOR VANCE BROTHERS, INC 380 W. 62ND AVE DENVER CO 80216 EMULSIFIED EMULSIFIED EMULSIFIED CRS -2R CRS -2R CRS -2 PRICE PER UNIT PRICE PER UNIT PRICE PER UNIT PLANT PRICE DELIVERED PRICE PLANT PRICE (101,100 gals) (150,000 gals) (7,500 gals) $1.85/gallon $1.93/gallon $187,035.00 $289,500.00 PLANT LOCATION: DENVER pc: Curtis Hall, Jay McDonald, Rose Everett, Mona Weidenkeller $1.70/gallon $12,750.00 av\2 - \`Lps- gUc)-16 LV6rD, DATE OF BID: APRIL 12. 2018 REQUEST FOR: CHIP SEAL OIL SUPPLY DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1800085 PRESENT DATE: APRIL 16, 2018 APPROVAL DATE: APRIL 30, 2018 VENDOR VANCE BROTHERS, INC 380 W. 62ND AVE DENVER CO 80216 COBITCO INC 5301 N. BANNOCK ST DENVER CO 80216 WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: reverett(a�weldgov.com E-mail: cpeters(a�welgov.com Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 400-4024 EMULSIFIED EMULSIFIED EMULSIFIED CRS -2R CRS -2R CRS -2 PRICE PER UNIT PRICE PER UNIT PRICE PER UNIT PLANT PRICE DELIVERED PRICE PLANT PRICE (101,100 gals) (150,000 gals) (7,500 gals) $1.85/gallon $1.93/gallon $187,035.00 $289,500.00 PLANT LOCATION: DENVER $1.89/gallon $1.98/gallon $191,079.00 $297,000.00 PLANT LOCATION: DENVER PUBLIC WORKS WILL REVIEW THIS BID. /-1 1 \ 4 $1.70/gallon $12,750.00 $1.85/gallon $13,875.00 2018-1165
Hello