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
20161027.tiff
BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Hill Petroleum Agreement Extension Renewal DEPARTMENT: Fleet Services PERSON REQUESTING: David Springer DATE: 3/10/2020 Brief description of the problem/issue: Hill Petroleum provides fuel for all fuel sites, which fuel Weld County vehicles. The BOCC signed the original agreement with Hill Petroleum in April 2016 (agreement No. 20161027) that includes a clause to extend the original agreement for an additional 365 -day period, which will begin May 17, 2020, and will end on May 16, 2021. There are no changes to the original agreement and pricing, all other terms and conditions remain unchanged with the Hill Petroleum Agreement Extension Renewal The attached agreement extension between the Weld Board of County Commissioners and Hill Petroleum on bchalfof the Weld County Fleet Services Department, provides fuel from May17, 2020 through May 16, 2021. What options exist for the Board? (include consequences, impacts, costs, etc. of options): The Weld County Fleet Service Department is required to provide diesel, unleaded, and E85 for all county used vehicles. Hill Petroleum has provided this service for four years. With this agreement extension there is no price increase. Recommendation: Weld County Fleet Service recommends that the Board approve the extension agreement for an additional term. NV` Up le Mike Freeman, Chair Scott K. James Barbara Kirkmeyer Steve Moreno, Pro -Tern Kevin D. Ross Aoorove Schedule Recommendation Work Session Other/Comments: efr rer, ( ;vele/ j -026 9- FILL 201-107 E6,0073 Fr000 I 3/ -s/d Memorandum TO: Board of County Commissioners, March 11, 2020 FROM: David Springer, Director of Fleet Services SUBJECT: Contract Extension Hill Petroleum provides fuel for all fuel sites, which fuel Weld County vehicles. The BOCC signed the original agreement with Hill Petroleum in April 2016 (agreement No. 20161027) that includes a clause to extend the original agreement for an additional 365 -day period, which will begin May 17, 2020, and will end on May 16, 2021. There are no changes to the original agreement and pricing, all other terms and conditions remain unchanged with the Hill Petroleum Agreement Extension Renewal. The attached agreement extension between the Weld Board of County Commissioners and Hill Petroleum on behalf of the Weld County Fleet Services Department, provides fuel from May17, 2020 through May 16, 2021. The Weld County Fleet Services Department is required to provide diesel, unleaded and E85 for all county vehicles. Hill petroleum has provided this service for four years. With this agreement extension there is on price increase. Weld County Fleet Servicer recommends that the board approve the agreement for the additional term. If you have any questions, feel free to contact me via phone or e-mail at; Extension 3513 or dspringer(c�weldgov.com CONTRACT AGREEMENT EXTENSION/RENEWAL E3ETWEEN THE WELD COUNTY DEPARTMENT OF FLEET SERVICES AND HILL PETROLEUM This Agreement Extension/Renewal ("Renewal"), made and entered into [DATE" day of ;MONTH', JYEAR), by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Fleet Services, hereinafter referred to as the "Department", and HILL Petroleum, 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. 20161.027, approved on 04/20/2016. 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 fourth extension of the Original Agreement will end on May 16, 2020. • The parties agree to extend the Original Agreement for an additional 365 -day period, which will begin May 17, 2020, and will end on May 16, 2021. • 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. There is no change to original bid pricing at any of the sites 2. The contract is extended for the fourth of four possible extensions. • 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: 111,E 4 ,r6 TA?, a Gf;rr1 Printed Na Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair MAR 2 5 2020 ATTEST: Wel BY. DeputyCler,Boar oto/4-/oot7 RE: CONTRACT AGREEMENT/EXTENSION - HILL PETROLEUM APPROVED AS TO SUBSTANCE: Elected Official' or Dbartment Head AP ED AS TO F ND G: Controller 942a -Z_ APPROVED AS TO FORM: County At orney BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Hill Petroleum. Agreement Extension Renewal DEPARTMENT: Fleet Services DATE: 4/17/19 PERSON REQUESTING: David Springe Brief description of the problem/issue: Hill Petroleum provides fuel for all the fuel sites, which fuels Weld County vehicles. The BOCC signed the original agreement with Hill Petroleum in April 2016 (agreement No. 20161027) that includes a clause to extend the Original Agreement for an additional 365 -day period, which will begin May 17, 2019, and will end on May 20, 2020. There are no changes to the original agreement and pricing, all other terms and conditions remain unchanged. The attached agreement extension between the Board of Weld County Commissioners and Hill Petroleum on behalf of the Weld County Fleet Services Department, provides fuel from January 1, 2019 through December 1, 2019. What options exist for the Board? (include consequences, impacts, costs, etc. of options): The Weld County Fleet Service Department is required to provide diesel, unleaded, and E85 for all county used vehicles. Hill Petroleum has provided this service for three years. With this ag eement extension there is no price increase. Recommendation: Weld County Fleet Service recommends that the Board approve the extension agreement for an additional term. Sean P. Conway Mike Freeman, Pro-Tem Scott K. James Barbara Kirkmeyer, Chair Steve Moreno Approve Recommendation Schedule Work Session i!ernaJ- Other/Comments: p1,6 toe,qc..p) ft() / /c- /sµ) ri- 2'/'- /o -7 64.007,3 F-1- boo I Karla Ford From: Sent: To: Subject: Barbara Kirkmeyer Wednesday, April 17, 2019 12:51 PM Karla Ford Re: Pass -Around Hill Petroleum Approve recommendation Sent from my iPhone On Apr 17, 2019, at 9:28 AM, Karla Ford <kford@weldgov.com> wrote: Do you approve recommendation? Karla Ford X Office Manager, Board of Weld County Commissioners 1150 O Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kfordt weldgov.com :: www.weldgov.com My working hours are Monday -Thursday 7:00a.m.-4:00 p.m. Friday 7:00a.m. - Noon <i mage003.j pg> Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you hove received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: CM1Q3-05255OC0.WELD.00.US <CM1O3-05255(ACO.WELD.CO.US> Sent: Wednesday, April 17, 2019 9:25 AM To: Karla Ford <kford@weldgov.com> Subject: Attached Image <0717_001pd f> 1 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF FLEET SERVICES AND HILL PETROLEUM This Agreement Extension/Renewal ("Renewal"), made and entered into 8th day of April. 2019by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Fleet Services, hereinafter referred to as the "Department", and HILL Petroleum, 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. 20161027, approved on 04/20/2016. 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 third extension of the Original Agreement will end on May 16, 2019. The parties agree to extend the Original Agreement for an additional 365 -day period, which will begin May 17, 2019, and will end on May 16, 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. There is no change to original bid pricing at any of the sites 2. The contract is extended for the forth of four possible extensions. • 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: Hill Petroleum BryAntGlmlin Printed Nam Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair Pro -Tern Deputy Cle o th Board APR 2 L' 2019 aD 76, --/042-7 Cheryl Hoffman From: Sent: To: Subject: Attachments: David Springer Thursday, April 18, 2019 4:39 PM CTB 4.17.19 Hill Petroleum Agrmt Ext Renewal (003).pdf 4.17.19 Hill Petroleum Agrmt Ext Renewal (003).pdf Stephane, Please add this to the next available Monday agenda. I have a scheduling conflict Wednesday, April 24tH Thank you, David Springer Director, Fleet Services Weld County Government 1399 N. 17th Ave. Greeley, CO 80631 970-400-3513 970-673-5007 cell Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. 1 01'700 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND HILL PETROLEUM This Agreement Extension/Renewal ("Renewal"), made and entered into / day of✓ 2018, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, here n fter referred to as the "Department", and Hill Petroleum 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. 20161027 approved on 04/20/16. 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 fist extension of the Original Agreement will end on May 16, 2018. • The parties agree to extend the Original Agreement for an additional 365 day period, which will begin May 17, 2018, and will end on May 16, 2019. • 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. There is no change to original bid pricing at any of the sites. 2. The contract is extended for the second of four possible extensions. • 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: Gina Baker Printed Name baker Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair MAY Q 9 21318 ATTEST: Weld BY: dirAvo _J11• Deputy Clerk ?the ' oard 00 i>it_6441-(00) /1 0.20/CO - /O421 ACORD® CERTIFICATE OF LIABILITY INSURANCE ki...---/ DATE(MM/DD/YYYY) 4/27/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER TrueNorth 500 1st St SE CONTACT NAME: PHONE ! FAX (A/c. No. Eat): 720-491-5411 I (ac, No): 303-776-5495 E-MADDRESS: Acerts@truenorthcompanies.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Pinnacol Assurance Company 41190 INSURED Hill Enterprises, Inc DBA Hill Petroleum 6301 Ralston Road Avada CO 80002 INSURER B : Philadelphia Indemnity Insurance Company 18058 INSURER c: Tokio Marine Specialty Insurance Company 23850 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 62800416 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 LTRINSD TYPE OF INSURANCE ADDL SUBR WVD, POLICY NUMBER POLICY EFF (MM/DDIYYYY) POLICY EXP (MM/DD/YYYYI LIMITS B X COMMERCIAL GENERAL LIABILITY Y V PHPK1753505 1/1/2018 6/1/2019 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 CLAIMS -MADE �XJ OCCUR MED EXP (Any one person) $ 0 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PRO- JECT PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X X LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y Y PHPK1753505 I 1/1/2018 6/1/2019 COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE Y Y PHUB611491 1/1/2018 6/1/2019 EACH OCCURRENCE $5,000,000 AGGREGATE $ 5,000,000 $ DED X RETENTION $ 0 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N/A { 4148287 6/1/2017 6/1/2018 PER X ! PETUTE I OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 B C Transportation(Cargo) Pollution PHPK1753505 PPK1757999 1/1/2018 1/1/2018 6/1/2019 i 1/1/2019 Limit Each Occ/Gen Agg 100,000 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) If Yes is indicated above for add'l insd forms Gen Liab #CG2026 and Auto #PI FDL 008. If Yes is indicated above for waiver of subrogation forms Gen Liab #PI GLD FDL, Auto Liab #PI FDL 001 and WC #WC000313 04/04 applies. Auto policy includes broadened coverage for pollution endorsement CA9948 1013. Umbrella is following form per policy provisions, conditions and exclusions and does apply to the employers liability. Additional insured and waiver of subrogation status is extended for work performed and required under written contract with the above named insured. CERTIFICATE HOLDER CANCELLATION Weld County 1150O St. Greeley CO 80631 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 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD P1NNIACOL ASSURANCE 7501 E Lowry Blvd Denver, CO 80230-7006 303-361-4000 / 800-873-7242 www.pinnacol.com Hill Enterprises Inc 6301 Ralston Rd Arvada, CO 80002 ENDORSEMENT: Blanket Waiver of Subrogation NCCI #: WC000313B Policy #: 4148287 TrueNorth PO Box 847 Longmont, CO 80502 (303) 776-5122 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE To any person or organization when agreed to under a written contract or agreement, as defined above and with the insured, which is in effect and executed prior to any loss. Effective Date:June 1, 2017 Expires on: June 1, 2018 Pinnacol Assurance has issued this endorsement June 2, 2017 7501 E Lowry Blvd Denver, CO 80230-7006 Page 1 of 1 P ISA - 06/02/2017 12:35:35 4148287 49253972 359-B PI-FDL-008 (10/12) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. SECTION II — LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured is amended by adding the following: The following are also "insureds": Any person or organization other than a joint venture, for which you have agreed by written contract to procure "bodily injury" or "property damage" liability insurance arising out of the operation of a covered "auto" with your permission. However, this additional insurance does not apply to: 1. The owner or anyone else from whom you hire or borrow a covered "auto." This exception does not apply if the covered "auto" is a "trailer" connected to a covered "auto" you own; 2. Your "employee" if the covered "auto" is owned by that "employee" or a member of his or her household; 3. Anyone using a covered "auto" while he or she is working in a business of selling, servicing, repairing, parking or storing "autos" unless that business is yours; 4. Anyone other than your "employees," partners (if you are a partnership), members (if you are a limited liability company), or a lessee or borrower or any of their "employees," while moving property to or from a covered "auto"; or 5. A partner (if you are a partnership), or a member (if you are a limited liability company) for covered "auto" owned by him or her or a member of his or her household. B. The coverage extended to any additional insured by this endorsement is limited to, and subject to all terms, conditions, and exclusions of the Coverage Part to which this endorsement is attached. In addition, coverage shall not exceed the terms and conditions that are required by the terms of the written agreement to add any "insured," or to procure insurance. C. The limits of insurance applicable to such insurance shall be the lesser of the limits required by the agreement between the parties, or the limits provided by this policy. D. The following additional exclusions apply: The insurance afforded to any person or organization as an "insured" under this endorsement does not apply to "loss": 1. Which occurs prior to the date your contract is effective with such person or organization; 2. Arising out of the sole negligence of any person or organization that would not be an "insured" except for this endorsement; or Page 1 of 2 PI-FDL-008 (10/12) 3. For any leased or rented "auto" when the lessor or his or her agent takes possession of the leased or rented "auto" or the policy period ends, whichever occurs first. Page 2 of 2 PI-FDL-008 (10/12) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. SECTION II — LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured is amended by adding the following: The following are also "insureds": Any person or organization other than a joint venture, for which you have agreed by written contract to procure "bodily injury" or "property damage" liability insurance arising out of the operation of a covered "auto" with your permission. However, this additional insurance does not apply to: 1. The owner or anyone else from whom you hire or borrow a covered "auto." This exception does not apply if the covered "auto" is a "trailer" connected to a covered "auto" you own; 2. Your "employee" if the covered "auto" is owned by that "employee" or a member of his or her household; 3. Anyone using a covered "auto" while he or she is working in a business of selling, servicing, repairing, parking or storing "autos" unless that business is yours; 4. Anyone other than your "employees," partners (if you are a partnership), members (if you are a limited liability company), or a lessee or borrower or any of their "employees," while moving property to or from a covered "auto"; or 5. A partner (if you are a partnership), or a member (if you are a limited liability company) for covered "auto" owned by him or her or a member of his or her household. B. The coverage extended to any additional insured by this endorsement is limited to, and subject to all terms, conditions, and exclusions of the Coverage Part to which this endorsement is attached. In addition, coverage shall not exceed the terms and conditions that are required by the terms of the written agreement to add any "insured," or to procure insurance. C. The limits of insurance applicable to such insurance shall be the lesser of the limits required by the agreement between the parties, or the limits provided by this policy. D. The following additional exclusions apply: The insurance afforded to any person or organization as an "insured" under this endorsement does not apply to "loss": 1. Which occurs prior to the date your contract is effective with such person or organization; 2. Arising out of the sole negligence of any person or organization that would not be an "insured" except for this endorsement; or Page 1 of 2 PI-FDL-008 (10/12) 3. For any leased or rented "auto" when the lessor or his or her agent takes possession of the leased or rented "auto" or the policy period ends, whichever occurs first. Page 2 of 2 POLICY NUMBER: PHPK1753505 COMMERCIAL GENERAL LIABILITY CG 20 26 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Whenever required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: 1. In the performance of your ongoing operations; or 2. In connection with your premises owned by or rented to you. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 26 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 / DdP//ld MEMORANDUM TO: Board of Commissioners DATE: May 16, 2017 FROM: Curtis Hall, Operations Manager — SUBJECT: Renewal of Fuel and Propane Contract, B1600056 The bid from Hill Petroleum was approved in 2016 with a contract term of April 26, 2016 to April 26, 2017. In the bid, it was stated that the contract could be renewed up to four (1) one year extensions at the discretion of the Weld Board of County Commissioners. Staff recommends extending the contract for an additional year. Hill Petroleum did not change their contract pricing on diesel, gasoline, or propane. The contract term for this extension would be from May 17, 2017 to May 16, 2018. If you have any questions, please call me at extension 3721. M: mona/wordfiles/mfuelbidexten sion 17.docx CG kilt)/ 6.0,)) 7-/7 ao i� -/oa7 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND HILL PETROLEUM This Agreement Extension/Renewal ("Renewal"), made and entered into 17th day of May, 2017, 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 Hill Petroleum, 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. 20161027, approved on 04/20/16. 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 April 26, 2017. • The parties agree to extend the Original Agreement for an additional 365 day period, which will begin May 17, 2017, and will end on May 16, 2018. • 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. There is no change to original bid pricing at any of the sites. 2. The contract is extended for the first of four possible extensions. • 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. �f ' CONTRACTOR: N/u 1cT c:uN! Printed Name ' J1 7,141/ Signature BOARD OF COUNTY COMMISSIONERS WELD COU TY, COLORADO Julie Cozad, Chair' ATTEST: Weld BY: Deputy Clerk t' the Board 17 2017 Certificate Page 1 of 1 Submit Ro 1oc , Bulrm M Form Help Servrre Menu CERTIFICATE OF LIABILITY INSURANCE Original issue Date 4,24(2017 THIS CERTIFICATE IS ISSUED AS A MATTER Or 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 Defsdcate holder rs en ADDITIONAL INSURED. the pollcy(iesj must have ADDITIONAL INSURED provisions or be endorsed if SUBROGATION IS WAIVED. subject to tlN terms and conditions of the peaty, canon pokes may require an endorsement A statement on this certificate does not confer rights to tee ceNNGdYe holder ,n sou of such etdcrsemeng F1. CONTACT NAME: PHONE: FAX. (A7C, No. Eat): 720.491-5411 (AIC, No): 303-776-5455 EMAIL ADDRESS: certstnre+orthcompan,es coo PRODUCER CUSTOMER ID: Producer TrueNofet1 500 1st St SE Insured Hill Enteronses Inc 08A NIl Perrolewn 0301 Ralston Road ' COVERAGES CERTIFICATE NUMBER' 684207104 REVISION NUMBER. INSURERIS) AFFORDING COVERAGE INSURER At Nanonwely note...Kiss ro o one. Connany INSURER B: P,mcrcol Assurenre Company INSURER C'. INSURER 0: INSURER E: INSURER F: NAICM 28223 41190 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 COND: TION 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 A GENERAL LIABILITY x cea .S•nt,.e ?mm. Mao. X Orcun • x5A eAOn5o, P. Pay r+ow A AUTOMOBILE UABILITY X ant Av1s tuna ANa.41 y SehoOnl.a Aut.a Hasa Iwta JnI': Nan.O+re5 hnea 0.: A EXCESS LIABILITY x .h!Cr0.0 urn Ixce.v uoo D•.srwtle X N.M,son 0 X ..rc.,M.,• ,na V .8e. b WORKERS COMPENSATION AND EMPLOYERS' LIABIUTY Any PropeslouPa tner.Esenelve Olans,RAcMsr Excluded' N (Msndulory le NH) 'If yes. describe undo( DESCRIPTION OF OPERATIONS rHo. A OTHER Tra0sportatIon(Cargo) AODL SUOR POLICY NUMBER Polley EFF Policy EXP INSR WVD IMMIDOIYYYY) )MMIDDIYYYY) LIMITS V Y CPP1C04980A 1,1%2017 I 1::018 Fac Om...ems 1.00501e 7 Y COP1049B0A 1:1/2011 1;172018 `M49•Ia Rama 100000 Aae4E.F, any ...Pd .., 5C01 Persona:. s as. imply 1.000000 GRIMM Ayps9M. 2000000 •>a,c!x^.a,rp'(# Age .-oaoco) Cc.Ianerl Soil., (are 'Ea a cw Rada, lv ivy !Par Pecan: SW&,na y azatlell wora..y Damp. ewa•n1. CU,LV98oA 5/1.'2017 101:2018 EtnC::cuns+ee S91y.ge,. NrA 'r 4148287 COa104118Cf. 6'5/2017 &'1/2018 1014017 PN X see Dew E L. Esy! Fnpbry EL Deeds. Ea Empsys. I_ L Owen EA Poary Lime .000005 5,000080 5800oas ,,000.000 1000.850 1,000.000' 1 1,20 IS 100000 DESCRIPTION OF OPERATIONSiOCATIONSNEHICLES If Yes 15 Indicated above for adQl mod forms Gen (tab IICGLB303 0413 and Auto *CC/03191 1013. If Yes IS eM&aled above for waiver of s.,broonnon forms Gen Llab ACGLB304 0310, Auto Uab aCC 4 191rIS 41013 nd 3 and app ypo n�m13t04/04 applies. Auto bobby includes broadened coverage /q po!Waon endorsement CA9S48 1013 Umbreaa Is tollow,np form per policy provisono, conditions and . p y',Miley. Additional insured and waver of subogatron status ,s extended for work performed and , egu,re4 Imde' v mhen contract wilt, era above named insured CERTIFICATE HOLDER Weld Covnty Fleet 1399 N 17m Ave Greeley CO 80631 CANCELLATION . ^ Anty OF TOE ABOVE 0ESCG.PEO POLIO: F 5 PE CANCELLED BEFORE THE EXPIRATION DATE THEREOF W _i BE DELfa aEU IN 5r:%ORQANCE AV -Ir 1 HE '1'14 r PRON9lLYN0 Moo: tm5 https://wd02. i-csr.net/active/A25-2016.asp?CertKey=684207104&CertTemplateKey=O&F... 5/12/2017 MEMORANDUM TO: Clerk to the Board DATE: April 18, 2016 FROM: Curtis Hall, Public Works Department SUBJECT: Agenda Item Bid # B1600056 2016 fuel bid contract with Hill Petroleum. Enclosures M:\Francie\AGENDA memos \Agenda-Curtis.doc Los4 �y-�o-ILA We- iuw/eqi cdt/o) a 0 7,S „ow, REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: MARCH 3RD, 2016 BID NUMBER: B1600056 DESCRIPTION: FUEL BID (DIESEL, UNLEADED, E85, & PROPANE) DEPARTMENT: PUBLIC WORKS DEPT BID OPENING DATE: MARCH 17T", 2016 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Director of General Services (collectively referred to herein as, "Weld County"), wishes to purchase the following: FUEL — DIESEL, UNLEADED, E85, & PROPANE Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: Thursday, March 111", 2016 (&,10:00am Meld County Purchasing Time Clock), 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 bid information on the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasing/index.html located under Current Request for Bids. Weld County Government is a member of the Rocky Mountain E -Purchasing System. The Rocky Mountain E - Purchasing System (BidNet®) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. $id Delivery to Weld County — 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids @ w e l d g o v . c o m . 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. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile: "I hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. B1600056 1 3. Mail or Hand 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: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970-336-7225 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Director of General Services, 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 Director of General Services 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 Director of General Services; 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 this 81600056 2 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. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial 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., with regard to public records, and cannot guarantee the 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 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 B1600056 3 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. Attorneys Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful B1600056 4 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. 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 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. B1600056 5 T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's 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. B1600056 6 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 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 81600056 7 herein and shall procure and maintain the same coverage's 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. B1600056 8 SCOPE OF WORK, PRICING CONDITIONS, AND INFORMATION Weld County is seeking fuel supply bids for its fleet of vehicles. This bid is for the period of April 27, 2016 through April 26, 2017. The County will consider partial bids for individual fuels, ie. only propane, so long as the proposing vendor will service all locations. The contract may be renewed for up to 4 additional years, on a year-to-year basis. The successful vendor will provide fuel in accordance with the attached conditions at locations described on the "pricing table". 1. Bidders shall identify the "PADD" and "Rack" on which the bid is based and shall include in the bid the most recent PADD 4/5 Report showing the "base" price of the bid. The "base" price is the weekly average Denver rack price that is the refiner price to resellers at the terminal. The Pad 4/5 Report may be obtained from: Oil Price Information Service (OPIS), 11300 Rockville Pike, Suite 1100,Rockville, MD 20852-3030, Editorial #732-901-8800, Circulation Telephone # 301-287-2223 www.opisnet.com 2. The selected supplier will be allowed to increase or decrease the "base price" bid during the contract period (one (1)) year) as reflected by the weekly average Denver rack price Pad 4/5 Report price changes. The supplier shall furnish a copy of the Pad 4/5 Report and Rack invoice along with the Supplier's invoice for payment with each delivery to the County of Weld. 3. Bidders shall include a "reseller's" price in the bid which shall be fixed for the contract period. The "reseller's" price shall be that amount the bidder will add to the "base" price to cover the bidder's cost of service (delivery, overhead, profit, etc.) to the County of Weld. The "reseller's" price shall not be increased during the contract period except for Interstate Commerce Commission approved rail and truck increases. 4. Vendor must provide state approved Oxy-Fuel during required months per the air emission requirements. Vendor may provide any type, but Weld County reserves the right to request a specific type, i.e. MTBE or Ethanol, in the event the type supplied creates problems in County vehicles. If low bidder cannot provide specific type, the county reserves the right to go to identify other suppliers. 5. Extension of Terms. The current bid is for one (1) year. The Contract may be renewed, subject to mutually agreed upon cost adjustments, up to four additional years. All extensions must be approved by the Weld County Board of Commissioners. GENERAL CONDITIONS 1. All bidders must submit with the bid MSDS on each product and proof that the products bid meet specifications. At any time during the one-year period of the bid, the supplier will furnish to the County upon the request and at no charge to the County, acceptable tests certifying the quality of the products delivered. 2. Deliveries must be made no later than 3:00 p.m. Appropriate invoice, delivery ticket, and Pad 4/5 Reports shall be delivered to the Accounting Office at least weekly. 3. Bids will be based on the total annual cost to furnish and deliver estimated fuel quantities to the County of Weld at the locations (Pricing Table) on demand throughout the year. 4. The vendor will measure all above ground storage tanks before filling and document this reading on forms provided at each station. This regulation is per Section 3-4-2(a(4)(B) of Colorado's Storage Tank Regulations. An example of this log is attached for your information. 5. Bidder will be responsible to coordinate with Weld County to obtain Mining Safety & Health Administration (MSHA) required "Hazardous Awareness Training" for all delivery personnel prior to delivering to any pit location. B1600056 9 6. The fuel provided must meet the current, applicable, minimum standards of the American Society of Testing and Materials (ASTM) and meet current EPA regulations, for each fuel type. Specifications for the products quoted must accompany bids and include the brand and trade names under which they are sold. Products quoted must have the same specifications as those normally sold by the vendor. B1600056 10 PRICING TABLE #y{i �..korege Y $.7T l' I''xaS ' � J x>b.^�... ? 2 ��• .1 Reel1} P Sep E ' -� _ 7ota�Rr+se r , Oe� `IWnDiesel No. 1* 5,000 1.5604 0.1154 1.6758 Ault 16331 HWY 14 Diesel No. 2 3,000 15,000 1.3121 0.1154 1.4275 Propane 500 ---- 0.53 0.175 0.705 Diesel No. 1* 2,500 1.5604 0.1754 1.7358 Briggsdale 43950 SH 392 Diesel No. 2 1,000 7,500 1.3121 0.1754 1.4875 Propane 1,000 ---- 0.53 0.175 0.705 Diesel No. 1* 2,000 1.5604 0.1154 1.6758 Dacono** 5510 HWY 52 Diesel No. 2 1,000 6,000 1.3121 0.1154 1.4275 Unleaded - Octane 87 (Ethanol 10%) 1,000 15,000 1.4075 0.1142 1.5217 Fort Lupton** 7625 CR 31 Diesel No. 1* 5,000 10,000 1.5604 0.1154 1.6758 Diesel No. 2 30,000 1.3121 0.1154 1.4275 Unleaded - Octane 87 (Ethanol10%) 5,000 19,000 1.4075 0.1142 1.5217 Propane 1,000 ---- 0.53 0.175 0.705 Galeton 24980 CR 74 Diesel No. 1* 1,000 5,000 1.5604 0.1154 1.6758 Diesel No. 2 15,000 1.3121 0.1154 1.4275 Propane 2,000 ---- 0.53 0.175 0.705 Gill 31244 3`d St Diesel No. 1* 1,000 4,000 1.5604 0.1154 1.6758 Diesel No. 2 12,000 1.3121 0.1154 1.4275 Propane 500 0.53 0.175 0.705 Greeley** Diesel No. 1* 18,000 132,000 1.5604 0.0554 1.6158 Diesel No. 2 396,000 1.3121 0.0554 1.3675 Unleaded — Octane 87 (Ethanol 10%) 18,000 368,000 1.4075 0.0542 1.4617 E85 6,000 15,000 1.9469 0.0542 2.0011 1.7358 Grover** 43339 CR 122 Diesel No. 1* 7,500 1.5604 0.1754 Diesel No. 2 5,000 22,500 1.3121 0.1754 1.4875 Unleaded — Octane 87 (Ethanol 10%) 5,000 2,000 1.4075 0.1742 1.5817 Propane 500 0.53 0.175 0.705 B1600056 11 Johnstown Diesel No. 1* 2,750 1.5604 0.1154 1.6758 100 5 2nd St Diesel No. 2 2,000 8,250 1.3121 0.1154 1.4275 Keenesburg Diesel No. 1* 3,750 1.5604 0.1154 1.6758 1-76 Service Rd/Pine St Diesel No. 2 3,000 11,250 1.3121 0.1154 1.4275 Diesel No. 1* 3,500 L5604 0.1754 1.7358 Keota 51905 Roanoke Diesel No. 2 2,000 10,500 1.3121 0.1754 1.4875 Propane 1,000 0,53 0.175 0.705 Kersey Diesel No. 1* 4,250 1.5604 0.1154 1.6758 23536 CR 54 Diesel No. 2 2,000 12,750 1.3121 0.1154 1.4275 Kiowa 42649 HWY 52 Diesel No. 1* 1,000 3,000 1.5604 0.1754 1.7358 Diesel No. 2 9,000 1.3121 0.1754 1.4875 Propane 1,000 ---- 0.53 0.175 0.705 Mead 1785 CR 32 Diesel No. 1* 1,000 1,500 1.5604 0.1154 1.6758 Diesel No. 2 4,500 1.3121 0.1154 1.4275 New Raymer 500 CR 129 Diesel No. 1* 1,000 2,500 1.5604 0.1754 1.7358 Diesel No. 2 7,500 1.3121 0.1754 1.4875 Propane 500 0.53 0.175 0.705 Nunn 589 Adams Ave Diesel No. 1* 1,000 2,000 1,5604 0.1754 1.7358 Diesel No. 2 6,000 1.3121 0.1754 1.4875 Peckham 20488 CR33 Diesel No. 1* 1,000 3,750 1.5604 0.1154 1.6758 Diesel No. 2 11,250 1.3121 0.1154 1.4275 Propane 500 ---- 0.53 0.175 0.705 Rockport t 13626 oc CR Diesel No. 1* 1,000 4,000 1.5604 0.1754 1.7358 Diesel No. 2 12,000 1.3121 0.1754 1.4875 Propane 1,000 ---- 0.53 0.175 0.705 Severance 11538 CR 74 Diesel No. 1* 1,000 2,250 1.5604 0.1154 1.6758 Diesel No. 2 6,750 1.3121 0.1154 1.4275 Stoneham 41684 Marble Ave Diesel No. 1* 2,000 2,000 1.5604 0.1754 1.7358 Diesel No. 2 6,000 1.3121 0.1754 1.4875 Propane 500 ---- 0.53 0.175 0.705 Vim 62376 CR 130 Diesel No. 1* 2,500 1.5604 0.1754 1.7358 Diesel No. 2 2,000 7,500 1.3121 0.1754 1.4875 Propane 500 ---- 0.53 0.175 0.705 B1600056 12 **Tanks at Dacono, Fort Lupton, Grover, and Greeley will be on "Keep Full" schedule. Keep full is defined as 70% of allowable storage. The following portable tanks will be located at different Weld County gravel pits and filled upon request: Portable Tank 15630014 Diesel No. 1* 1,200 ---- 1.5604 0.1154 1.6758 Diesel No. 2 1.3121 0.1154 1.4275 Portable Tank 15690009 Diesel No. 1* 500 1.5604 0.1154 1.6758 Diesel No. 2 ---- 1.3121 0.1154 1.4275 Portable Tank 15690010 Diesel No. 1* 500 ---- 1.5604 0.1154 1.6758 Diesel No. 2 _--- 1.3121 0.1154 1.4275 Portable Tank Public Works Diesel No. 1* 1,000 1.5604 0 1154 1.6758 Diesel No. 2 ---- 1.3121 0.1154 1.4275 *No. 1 diesel is blended with No. 2 diesel beginning October 15, of each year in a ratio of 60/40 until warmer temperatures prevail. *** Hill Power Plus Additive can be purchased for .04/gallon CHECK ONE: X Will accept partial bid. All or nothing bid. PROPOSAL SUBMITTAL REQUIREMENTS: Please return the following to Weld County Purchasing via the "bid delivery" instructions described on page 1. • All information requested in the Scope of Work and General Conditions — page 9 • Complete and return signature page — page 14. • Complete and return pricing table — pages 11 through 13. • The specifications for the fuel types quoted including the brand and trade name under which they are sold. All fuel must meet the current, applicable, minimum standards of the American Society of Testing and Materials (ASTM) and meet current EPA regulations, for each fuel type. • The PADD 4/5 report referenced for "base" pricing. B1600056 13 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. #81600056 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 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, 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Hill Petroleum BUSINESS ADDRESS 6301 Ralston Rd CITY, STATE, ZIP CODE Arvada, CO 80002 TELEPHONE NO 303-424-6262 FAX 303-350-3838 PRINTED NAME AND TITLE Gina Baker - Sales SIGNATURE 8A t^ E-MAIL gbaker@hillpet.com DATE 3-15-16 TAX ID # 84-0869301 **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld • my Clerk to the Board WELD COUNTY, COLORADO BY: eputy Cle to the B Director of General Services B1600056 BOARD OF COUNTY COMMISSIONERS 020(0-/027 14 ABOVEGROUND STORAGE TANK ULLAGE LOG — DELIVERIES ONLY Use a Separate Log Sheet for Each Tank Use either this form or its equivalent to document ullage (available capacity*) calculations as required by §3-4-2(a)(4)(8) of Colorado's Storage Tank Regulations. Use the correct tank chart to convert from inches to gallons. If ullage is calculated by an ATG, it is acceptable to save the ATG inventory tape that shows the ullage in gallons. Keep these records at least six (6) months. However, it is advisable to keep records indefinitely, since they may be required as part of the compliance review concerning a claim for reimbursement from the Petroleum Storage Tank Fund. The requirement to determine ullage before delivery begins applies to all ASTs, including ASTs equipped with overfill prevention equipment that stops delivery or sounds an audible alarm. Facility Name Street Address City Start Date ZIP End Date Fac. ID # (if known) Product in Tank Tank Capacity (gallons) 90 % Capacity (gallons) Example: If your tank is 1,000 gallons the 90% capacity would be 900 gallons. To determine the Ullage prior to a delivery you would stick your tank and then convert the inches to gallons. Then you would subtract the converted gallons from the 90% capacity to calculate the proper Ullage (ie; 900- 300= 600). Once this is complete you can add the fuel, but make sure not to exceed the 90% capacity. Date Gauge or Stick Reading Conversions to Gallons *tillage Quantity Added Initials 12/01/15 15" 300 900-300=(600) 500 CW Date Gauge or Stick Reading Conversions to Gallons *Ullage Quantity Added Initials Report Suspected or Confirmed Leaks to the Div. of Oil & Public Safety Within 24 Hours: 303-318-8547 oio. Dept. of Labor & Employment, Div. of Oil & Public Safety, 633 17th St., Suite #500, Denver CO 80202 303-318-8500; http://ops.cdle.state.co.us 81600056 15 Weld County Fuel BID # B1600056 Due 3-17-16 Presented by HILL PETROLEUM Gina Baker 303-324-4200 Corporate (Arvada) 6301 Ralston Arvada, CO 303-424-6262 Craig Branch 2970 E Hwy 40 Suite 1 Craig, CO 970-824-3232 Ft Morgan Branch 19950 E Railroad Ft Morgan, CO 970-867-5464 Greeley Branch 555 E 8th St Greeley, CO 970-352-9208 Hill Petroleum - A Brief Overview Hill Petroleum has the expertise, experience, equipment and personnel to accommodate the requirements of your company's petroleum needs and beyond. We are a full service distributor headquartered in Arvada, offering all grades of commercial and retail fuels, Sunoco racing fuels, Chevron and Brad Penn lubricants, We have branded distribution terminals located in Greeley, Ft. Morgan and Craig. We have been a family owned and operated corporation since 1982. The Hill Petroleum Family has approximately 106 members. Several of which, are 20 plus year employees. Day in and day out the depth, experience, expertise and knowledge within this group is without question one of our most valuable resources. We have our own fleet of newer maintained trucks that include 13 transports, 21 tank wagons, 2 bulk oil trucks, 9 package trucks, 8 propane trucks and 5 service trucks. With the size and versatility of our fleet, we rarely need to use common carriers. Hill Petroleum has established an outstanding relationship with most, if not all of the front range fuel suppliers over our 33 years in business. We have access to fuel supply in five states, including primary supply contracts with the top three suppliers in Colorado representing over 80% of all fuel distributed in Colorado. We also have access to rail service at our facility in Arvada. Hill Petroleum currently houses over 250 thousand gallons combined of unleaded and ULSD #2 at our locations. We have enjoyed a long standing relationship with Chevron since 1998. Hill Petroleum has been designated a 1st Source Marketer by Chevron, which is one of the highest level of accreditation that Chevron bestows on their approved Marketers. We were one of the 1st Source Marketers in the state of Colorado and continue to be the largest, and most diverse. On a technical training and customer service scale, we have no peer. This long standing relationship between Chevron and Hill Petroleum continues to provide our clients with a synergy of products and service that is unsurpassed in the business today. Within our sales staff we currently have two Chevron Certified Lube Specialist and as many as six Chevron Level III Lube Specialists who provide technical assistance as needed. Today we deliver a wide variety of products to approximately 5000 customers throughout the tri-state region. Hill Petroleum delivers over 100 million gallons of fuel and 1.7 million gallons of oil per year. We also deliver 3 million gallons of propane to a wide variety of residential and commercial customers. It goes without saying that we have extensive experience in properly handling all types of lubes, fuels and bio-diesel products. Our state of the art storage facility allows us the latitude to accommodate our customer's needs without jeopardizing the integrity of the products. Hill Petroleum maintains a user friendly, intuitive, state of the art web site that provides current billing statements, individual invoice viewing, custom printing, automated ordering and access to MSDS product information on-line www.hillpet.com. Emergency Contact Information Becky Marshall >> Dispatch Cell 970-765-6016 Email: bmarshall@hillpet.com Paul Edmisson >> Dispatch Cell 720-666-3262 Email: pedmisson@hillpet.com Norm Fisher » Sales Manager Cell 303-435-7488 Email: nfisher@hillpet.com Bryant Gimlin » VP Operations Cell 970-590-8782 Email: bgimlin@hillpet.com Steve Rulon » Ft Morgan Branch Manager Cell 303-437-3708 Email: srulon@hillpet.com Gina Baker » Distributor Sales Rep Cell 303-324-4200 Home 303-702-0776 Work 303-424-6262 Email: gbaker@hillpet.com Brain Morse >> Dispatch Cell 970-415-2888 Email: bmorse@hillpet.com Ashley Ryan >> Dispatch Cell 303-881-5042 Email: aryan@hillpet.com Steve Frost >> Safety & Equip Manager Cell 303-500-4631 Email: sfrost@hillpet.com Perry Flot » Greeley Branch Manager Cell 970-539-0765 Email: pflot@hillpet.com Troy Hill » President/Owner Cell 303-434-7595 Email: troyhill@hillpet.com Corporate (Arvada) 6301 Ralston Arvada, CO 303-424-6262 Craig Branch 2970 E Hwy 40 Suite 1 Craig, CO 970-824-3232 Ft Morgan Branch 19950 E Railroad Ft Morgan, CO 970-867-5464 Greeley Branch 555 E 8th St Greeley, CO 970-352-9208 Fuel Bid # B1600056 Weld County Price Pages Corporate (Arvada) 6301 Ralston Arvada, CO 303-424-6262 Craig Branch 2970 E Hwy 40 Suite I Craig, CO 970-824-3232 Ft Morgan Branch 19950 E Railroad Ft Morgan, CO 970-867-5464 Greeley Branch 555 E 8th 5t Greeley, CO 970-352-9208 PRICING TABLE Ault 16331 HWY 14 Diesel No. 1* 3,000 5,000 1.5604 0.1154 1.6758 Diesel No. 2 15,000 1,3121 0.1154 1.4275 Propane 500 ---- 0.53 0.175 0.705 Briggsdale 43950 SH 392 Diesel No. 1* 1,000 2,500 1.5604 0.1754 1.7358 Diesel No. 2 7,500 1.3121 0.1754 1.4875 Propane 1,000 ---- 0.53 0.175 0.705 Dacono** 5510 HWY 52 Diesel No. 1* 1,000 2,000 1.5604 0.1154 1.6758 Diesel No. 2 6,000 1.3121 0.1154 1.4275 Unleaded - Octane 87 (Ethanol 10%) 1,000 15,000 1.4075 0.1142 1.5217 Fort Lupton** 7625 CR 31 Diesel No. 1* 5,000 10,000 1.5604 0.1154 1.6758 Diesel No. 2 30,000 1.3121 0.1154 1.4275 Unleaded - Octane 87 (Ethanol10%) 5,000 19,000 1.4075 0.1142 1.5217 Propane 1,000 ---- 0.53 0.175 0.705 Galeton 24980 CR 74 Diesel No. 1* 1,000 5,000 1.5604 0,1154 1.6758 Diesel No. 2 15,000 1.3121 0.1154 1.4275 Propane 2,000 ---- 0.53 0.175 0.705 Gill G 31244 3rd St Diesel No. 1* 1,000 4,000 1.5604 0.1154 1.6758 Diesel No. 2 12,000 1.3121 0.1154 1.4275 Propane 500 0.53 0.175 0,705 Greeley** Diesel No. 1* 18,000 132,000 1.5604 0.0554 1.6158 Diesel No. 2 396,000 1.3121 0.0554 1.3675 Unleaded — Octane 87 (Ethanol10%) 18,000 368,000 1.4075 0.0542 1.4617 E85 6,000 15,000 1.9469 0.0542 2.0011 Grover** 43339 CR 122 Diesel No. 1* 5,000 7,500 1.5604 0.1754 1.7358 Diesel No. 2 22,500 1.3121 0,1754 1.4875 Unleaded — Octane 87 (Ethanol 10%) 5,000 2,000 1.4075 0.1742 1.5817 Propane 500 0.53 0.175 0.705 B1600056 11 Johnstown 100 s z"d st Diesel No. 1* 2,000 2,750 1.5604 0,1154 1.6758 Diesel No. 2 8,250 1.3121 0.1154 1.4275 Keenesburg 1-76 Service Rd/Pine St Diesel No. 1* 3,000 3,750 1.5604 0.1154 1.6758 Diesel No. 2 11,250 1.3121 0.1154 1.4275 Keota 51905 Roanoke Diesel No. 1* 2,000 3,500 L5604 0.1754 1.7358 Diesel No. 2 10,500 1.3121 0.1754 1.4875 Propane 1,000 0,53 0.175 0.705 Kersey 23536 CR 54 Diesel No. 1* 2,000 4,250 1.5604 0.1154 1.6758 Diesel No. 2 12,750 1.3121 0.1154 1,4275 Kiowa 42649 52 Diesel No. 1* 1,000 3,000 1.5604 0.1754 1.7358 Diesel No. 2 9,000 1.3121 0.1754 1,4875 Propane 1,000 0.53 0.175 0.705 Mead 1785 CR 32 Diesel No. 1* 1,000 1,500 1.5604 0.1154 1.6758 Diesel No. 2 4,500 1.3121 0.1154 1.4275 New Raymer 500 CR 129 Diesel No. 1* 1,000 2,500 1.5604 0.1754 1.7358 Diesel No. 2 7,500 1,3121 0,1754 1,4875 Propane 500 ---- 053 0.175 0.705 Nunn 589 Adams Ave Diesel No. 1* 1,000 2,000 1.5604 0.1754 1.7358 Diesel No. 2 6,000 1.3121 0.1754 1.4875 Peckham 20488 CR33 Diesel No. 1* 1,000 3,750 1.5604 0.1154 1.6758 Diesel No. 2 11,250 1,3121 0.1154 1.4275 Propane 500 ---- 0.53 0.175 0.705 Rockport 1oc CR Diesel No. 1* 1,000 4,000 15604 0.1754 1.7358 Diesel No. 2 12,000 1.3121 0.1754 1.4875 Propane 1,000 ---- 0,53 0.175 0.705 Severance 11538 CR 74 Diesel No. 1* 1,000 2,250 1.5604 0.1154 1.6758 Diesel No. 2 6,750 1,3121 0.1154 1.4275 Stoneham 41684 Marble Ave Diesel No. 1* 2,000 2,000 1.5604 0.1754 1.7358 Diesel No. 2 6,000 1.3121 0.1754 1.4875 Propane 500 ---- 0.53 0,175 0.705 Vim 62376 CR 130 Diesel No. 1* 2,000 2,500 1.5604 0.1754 1.7358 Diesel No. 2 7,500 1.3121 0.1754 1.4875 Propane 500 ---- 0.53 0.175 0.705 B1600056 12 **Tanks at Dacono, Fort Lupton, Grover, and Greeley will be on "Keep Full" schedule. Keep full is defined as 70% of allowable storage. .. Portable Tank 15630014 Diesel No. 1* 1,200 1.5604 0.1154 1.6758 Diesel No. 2 1.3121 0.1154 1.4275 Portable Tank 15690009 Diesel No. 1* 500 1.5604 0.1154 1.6758 Diesel No. 2 ---- 1.3121 0.1154 1.4275 Portable Tank 15690010 Diesel No. 1* 500 1.5604 0.1154 1.6758 Diesel No. 2 --- 1.3121 0.1154 1.4275 Portable Tank Public Works Diesel No. 1* 1,000 1.5604 0 1154 1.6758 Diesel No. 2 1.3121 0.1154 1.4275 *No. 1 diesel is blended with No. 2 diesel beginning October 15, of each year in a ratio of 60/40 until warmer temperatures prevail. *** Hill Power Plus Additive can be purchased for .04/gallon CHECK ONE: X Will accept partial bid. All or nothing bid. PROPOSAL SUBMITTAL REQUIREMENTS: Please return the following to Weld County Purchasing via the "bid delivery" instructions described on page 1. • All information requested in the Scope of Work and General Conditions — page 9 • Complete and return signature page — page 14. • Complete and return pricing table — pages 11 through 13. • The specifications for the fuel types quoted including the brand and trade name under which they are sold. All fuel must meet the current, applicable, minimum standards of the American Society of Testing and Materials (ASTM) and meet current EPA regulations, for each fuel type. • The PADD 4/5 report referenced for "base" pricing. B1600056 13 OPTS 3-10-16 Corporate (Arvada) 6301 Ralston Arvada, CO 303-424-6262 Craig Branch 2970 E Hwy 40 Suite 1 Craig, CO 970-824-3232 Ft Morgan Branch 19950 E Railroad Ft Morgan, CO 970-867-5464 Greeley Branch 555 E 8th St Greeley, CO 970-352-9208 OPIS NEWSLETTER PRICES - DENVER, CO Vol 36, No. 11 Issued 03-14-16 for Prices confirmed through 03-10-2016 **OPIS GROSS CLEAR PRICES** 9.0 RVP Move Terms Unl Move Mid Move Pre Move Date Time Cenex b 1-10 -- -- -- -- -- -- -- -- 196.75 + 7.25 03/09 18:00 LOW RACK 196.75 HIGH RACK 196.75 RACK AVG -- -- '196.75 OPIS GROUP 3 DELIVERED SPOT (SRI) FOB DENVER -- -- 162.78 BRD LOW RACK 196.75 BRD HIGH RACK 196.75 BRD RACK AVG 196.75 5 -DAY AVG 187.35 OPIS NEWSLETTER PRICES - DENVER, CO Vol 36, No. 11 Issued 03-14-16 for Prices confirmed through 03-10-2016 **OPIS GROSS CBOB ETHANOL(10%) PRICES** 9.0 RVP Move Terms Unl Move Mid Move Pre Move Date Time Valero b 1-10 137.55 + 7.90 151.30 + 7.90 177.05 + 7.90 03/09 18:00 Valero DS b 1-10 137.55 + 7.90 151.30 + 7.90 177.05 + 7.90 03/09 18:00 Sinclair b 1-10 139.50 + 5.50 154.50 + 5.50 177.50 + 5.50 03/09 18:01 Sinclair u 1-10 139.50 + 5.50 154.50 + 5.50 177.50 + 5.50 03/09 18:01 Suncor u N-10 140.50 + 6.00 155.50 + 6.00 178.50 + 6.00 03/09 18:00 Cenex b 1-10 141.50 + 9.75 156.25 + 9.50 180.75 + 9.75 03/09 18:00 Sun -Shell b 1-10 141.50 + 5.00 156.50 + 5.00 179.50 + 5.00 03/09 18:00 Sun-XOM b 1-10 141.50 + 5.00 -- -- -- -- 179.50 + 5.00 03/09 18:00 Valero u N-10 141.75 + 8.25 154.25 + 8.25 179.25 + 8.25 03/09 18:00 PSX b 1-10 141.80 + 8.50 156.95 + 8.50 181.45 + 8.50 03/09 18:00 HlyFrntr u N-10 142.82 + 5.94 159.82 + 5.94 180.82 + 5.94 03/09 18:00 Shell b 1-10 143.49 + 7.57 157.64 + 7.58 188.95 + 7.58 03/09 18:00 LOW RACK 137.55 151.30 177.05 HIGH RACK 143.49 159.82 188.95 RACK AVG 140.75 155.32 179.82 BRD LOW RACK 137.55 151.30 177.05 BRD HIGH RACK 143.49 157.64 188.95 BRD RACK AVG 140.55 154.92 180.22 UBD LOW RACK 139.50 154.25 177.50 UBD HIGH RACK 142.82 159.82 180.82 UBD RACK AVG 141.14 156.02 179.02 5 -DAY AVG 131.18 145.67 170.11 DENVER, CO LOW RETAIL AVG RETAIL LOW RETAIL EX -TAX AVG RETAIL EX -TAX 163.17 179.68 121.33 137.84 OPIS NEWSLETTER PRICES - DENVER, CO Vol 36, No. 11 Issued 03-14-16 for Prices confirmed through 03-10-2016 **OPIS GROSS PURE ETHANOL PRICES** w/out with Move Terms RINS Move RIMS Move Date Time Sinclair b 1-10 183.00 - 1.00 -- -- -- -- 03/08 18:01 LOW RACK 183.00 HIGH RACK 183.00 RACK AVG .183.00 BRD LOW RACK 183.00 BRD HIGH RACK 183.00 BRD RACK AVG 183.00 5 -DAY AVG 183.60 TOTAL ETHANOL AVG 183.00 OPIS NEWSLETTER PRICES - DENVER, CO Vol 36, No. 11 Issued 03-14-16 for Prices confirmed through 03-10-2016 **OPIS GROSS E-70 PRICES** Move Terms Valero u N-10 115.78 Valero b 1-10 116.95 LOW RACK 115.78 HIGH RACK 116.95 RACK AVG 116.37 BRD LOW RACK 116.95 BRD HIGH RACK 116.95 BRD RACK AVG 116.95 UBD LOW RACK 115.78 UBD HIGH RACK 115.78 UBD RACK AVG 115.78 5 -DAY AVG 113.64 Move Date Time + 2.02 03/09 18:00 + 2.05 03/09 18:00 OPIS NEWSLETTER PRICES - DENVER, CO Vol 36, No. 11 Issued 03-14-16 for Prices confirmed through 03-10-2016 **OPIS GROSS ULTRA LOW SULFUR DISTILLATE PRICES** Terms No.2 Move Shell u N-10 127.31 + 2.71 Suncor u N-10 127.50 - 4.00 Shell b 1-10 128.59 + 2.73 Sinclair b 1-10 129.00 + 3.00 Sinclair u 1-10 129.00 + 3.00 Sun-XOM b N-10 129.50 - 4.00 PSX b 1-10 130.00 + 2.55 Cenex b 1-10 130.25 + 4.00 Valero b 1-10 130.65 + 3.25 Valero DS b 1-10 130.65 + 3.25 Musket u N-10 130.75 + 1.75 PSX u N-10 131.30 + 1.00 Growmark u N-10 131.80 - 1.52 Valero u N-10 132.80 + 3.25 HlyFrntr. u N-10 135.20 + 3.05 LOW RACK 127.31 HIGH RACK 135.20 RACK AVG 130.29 OPIS GROUP 3 DELIVERED SPOT (SRI) FOB DENVER 130.45 BRD LOW RACK 128.59 BRD HIGH RACK 130.65 BRD RACK AVG 129.81 UBD LOW RACK 127.31 UBD HIGH RACK 135.20 UBD RACK AVG 130.71 5 -DAY AVG 126.65 OPIS Vol 36, No. 11 Issued **OPIS GROSS ULTRA Terms No.2 Shell u N-10 127.71 Suncor u N-10 128.00 PSX b 1-10 130.51 Cenex b 1-10 130.65 Musket u N-10 131.25 PSX u N-10 131.80 Growmark u N-10 132.15 Valero u N-10 133.15 HlyFrntr u N-10 135.70 Sinclair u 1-10 -- -- LOW RACK 127.71 HIGH RACK 135.70 RACK AVG . 131.21 OPIS GROUP 3 DELIVERED SPOT FOB DENVER 130.80 BRD LOW RACK 130.51 BRD HIGH RACK 130.65 BRD RACK AVG 130.58 No.1 153.50 154.75 154.75 155.25 156.25 158.20 153.50 158.20 155.45 140.95 154.75 156.25 155.42 153.50 158.20 155.48 151.84 Move - 4.00 + 3.00 + 3.00 + 2.55 + 4.00 + 3.05 Move Pre Move Date -- -- -- -- 03/09 130.50 - 4.00 03/08 -- -- -- -- 03/09 -- -- 03/09 -- -- -- -- 03/09 132.50 - 4.00 03/08 132.02 + 2.55 03/09 135.00 + 4.00 03/09 -- -- -- -- 03/09 -- 03/09 -- 03/09 -- -- 03/09 -- -- 03/10 -- -- -- -- 03/09 139.20 + 3 05 03/09 130.50 139.20 133.84 132.70 132.02 135.00 133.17 130.50 139.20 134.85 130.26 Time 18:00 18:00 18:00 18:01 18:01 18:00 18:00 18:00 18:00 18:00 18:00 18:00 12:30 18:00 18:00 NEWSLETTER PRICES - DENVER, CO 03-14-16 for Prices confirmed through 03-10-2016 LOW SULFUR RED DYE DISTILLATE PRICES** Move Move No.1 Move Pre Move Date + 2.71 -- -- -- -- -- -- -- -- 03/09 - 4.00 154.00 - 4.00 131.00 - 4.00 03/08 + 2.55 155.76 + 2.55 132.53 + 2.55 03/09 + 4.00 156.65 + 4.00 135.40 + 4.00 03/09 + 1.75 -- -- -- -- -- -- -- -- 03/09 + 1.00 -- -- 03/09 - 1.52 -- -- 03/10 + 3.25 -- -- 03/09 + 3.05 158.70 + 3.05 139.70 + 3.05 03/09 155.10 + 3.00 -- -- -- -- 03/09 154.00 131.00 158.70 139.70 .156.04 134.66 (SRI) 141.30 155.76 156.65 156.21 133.05 132.53 135.40 133.97 Time 18:00 18:00 18:00 18:00 18:00 18:00 12:30 18:00 18:00 18:01 UBD LOW RACK UBD HIGH RACK UBD RACK AVG 5 -DAY AVG 127.71 135.70 131.39 127.40 154.00 158.70 155.93 152.20 131.00 139.70 135.35 130.49 OPIS NEWSLETTER PRICES - DENVER, CO Vol 36, No. 11 Issued 03-14-16 for Prices confirmed through 03-10-2016 **OPIS GROSS ULTRA LOW SULFUR NO. 1 PREMIUM DISTILLATE PRICES** No.1 Pre Move Terms Pre Move RD Move Date Time Cenex b 1-10 161.00 + 4.00 161.40 + 4.00 03/09 18:00 LOW RACK 161.00 161.40 HIGH RACK 161.00 161.40 RACK AVG 161.00 161.40 BRD LOW RACK 161.00 161.40 BRD HIGH RACK 161.00 161.40 BRD RACK AVG 161.00 161.40 5 -DAY AVG 156.90 157.30 OPIS NEWSLETTER PRICES - DENVER, CO Vol 36, No. 11 Issued 03-14-16 for Prices confirmed through 03-10-2016 **OPIS GROSS ULTRA LOW SULFUR WINTER DISTILLATE PRICES** Move Terms No.2 Move No.1 Move Pre Move Date Time Shell u N-10 130.31 + 2.71 -- -- -- -- -- -- -- 03/09 18:00 Valero b 1-10 131.50 + 3.25 -- -- -- 03/09 18:00 Valero DS b 1-10 131.50 + 3.25 -- -- -- 03/09 18:00 PSX b 1-10 132.02 + 2.55 -- -- -- 03/09 18:00 Growmark u N-10 132.73 - 1.52 -- -- -- 03/10 12:30 Valero u N-10 133.65 + 3.25 -- -- -- 03/09 18:00 PSX u N-10 134.30 + 1.00 -- -- -- 03/09 18:00 HlyFrntr u N-10 136.05 + 3.05 -- -- -- -- -- -- -- 03/09 18:00 Cenex b 1-10 -- -- -- -- -- 144.77 + 4.00 03/09 18:00 LOW RACK 130.31 144.77 HIGH RACK 136.05 144.77 RACK AVG 132.76 144.77 OPIS GROUP 3 DELIVERED SPOT (SRI) FOB DENVER 130.45 132.70 BRD LOW RACK 131.50 144.77 BRD HIGH RACK 132.02 144.77 BRD RACK AVG 131.67 144.77 UBD LOW RACK 130.31 -- -- UBD HIGH RACK 136.05 UBD RACK AVG 133.41 -- -- 5-DAY AVG 128.52 140.67 OPIS NEWSLETTER PRICES - DENVER, CO Vol 36, No. 11 Issued 03-14-16 for Prices confirmed through 03-10-2016 **OPIS GROSS ULTRA LOW SULFUR RED DYE WINTER DISTILLATE PRICES** Move Terms No.2 Move No.1 Move Pre Move Date Time Shell u N-10 130.81 + 2.71 -- -- -- -- -- -- -- 03/09 18:00 PSX b 1-10 132.53 + 2.55 -- -- 03/09 18:00 Growmark u N-10 133.08 - 1.52 -- -- 03/10 12:30 Valero u N-10 134.05 + 3.25 -- -- 03/09 18:00 HlyFrntr u N-10 136.55 + 3.05 -- -- -- 03/09 18:00 Cenex b 1-10 -- -- 145.17 + 4.00 03/09 18:00 LOW RACK 130.81 145.17 HIGH RACK 136.55 145.17 RACK AVG 133.40 145.17 OPIS GROUP 3 DELIVERED SPOT (SRI) FOB DENVER 130.80 133.05 BRD LOW RACK 132.53 145.17 BRD HIGH RACK 132.53 145.17 BRD RACK AVG 132.53 145.17 UBD LOW RACK 130.81 -- -- UBD HIGH RACK 136.55 UBD RACK AVG 133.62 -- -- 5-DAY AVG 129.16 141.07 HILL PETROLEUM'S Hill Power Plus Program What does Power Service do? It upgrades ULSD #2 to a Premium Grade, and assures peace of mind. How does it accomplish this? It does this in several ways, such as: 1. Provides a higher cetane rating 2. Provides better stability for stored fuel 3. Keeps injectors running efficiently, cleaner and lubricated 4. Assures peace of mind against winter jelling economically 5. Assures peace of mind for fuel storage integrity: We sample your tank for: Biologic contamination Fungal contamination We give you and itemized report of the results of the sample, and treat the tank with biocide if necessary. While testing your tanks we will advise you on having your water removed and give you names and numbers of companies that will further assist you. SUMMARY The Power Service Plus Program ensures you of a smooth, problem free fleet operation where fuel storage and usage is concerned, and it does it for .04 cents per gallon treat ratio, over the ULSD #2 cost. This is cheap insurance compared to the alternative. • _ Corporate (Arvada) 6301 Ralston Arvada, CO 303-424-6262 Craig Branch 2970 E Hwy 40 Suite 1 Craig, CO 970-824-3232 Ft Morgan Branch 19950 E Railroad Ft Morgan, CO 970-867-5464 Greeley Branch 555 E 8th St Greeley, CO 970-352-9208 References: City of Longmont 110 5 Sherman Longmont, CO 80501 Bruce Maysilles 303-651-8390 Littleton Public Schools 5565 5 Crocker Littleton, CO 80120 Robert ()rapier 303-347-4790 St Vrain Schools 395 5 Pratt Pkwy Longmont, CO 80501 Bob Fitzpatrick 303-250-7285 • _ Corporate (Arvada) 6301 Ralston Arvada, CO 303-424-6262 Craig Branch 2970 E Hwy 40 Suite 1 Craig, CO 970-824-3232 Ft Morgan Branch 19950 E Railroad Ft Morgan, CO 970-867-5464 Greeley Branch 555 E 8th St Greeley, CO 970-352-9208 Testimonials "Littleton Public Schools has been associated with Hill Petroleum Corp. for the past 13+ years and has been a good partner to deal with our fuel and lubricant deliveries and any other needs that may arise. From the moment an order is placed, it is handled in a professional and courteous manner with acknowledgements from the person processing the order to the route scheduler and right up to the delivery drivers. If there is ever a question that needs to be asked, usually one phone call will get your questions answered. I can say that it has been a pleasure working with the folks at Hill Petroleum and hope to continue the relationship through the upcoming years." Keith Blanch field Parts Control Ph 303-347-4788 Fax 303-347-4789 email: KBlanchfield a ips.k 12. uss Corporate (Arvada) 6301 Ralston Arvada, CO 303-424-6262 Craig Branch 2970 E Hwy 40 Suite 1 Craig, CO 970-824-3232 Ft Morgan Branch 19950 E Railroad Ft Morgan, CO 970-867-5464 Greeley Branch 555 E 8th St Greeley, CO 970-352-9208 Testimonials CITY OF BOULDER PUBLIC WORKS/UTILITIES Betasso WTF 1094 Betasso Road Boulder, CO 80301 Phone: 303-441-3249 Fax: 720-564-2388 BR WTF at 63'' St. Phone: 303 - 413-4730 Fax: 303 - 530-1137 July 8, 2015 Ms. Gina Baker Hill Petroleum Arvada CO Subject: City of Boulder propane service Dear Ms. Baker: Hill Petroleum began providing propane service to the City of Boulder's Betasso Water Treatment Plant in February, 2015. The process of making this change came after a very thorough process your company conducted in establishing the account. This was beneficial to our operation in pointing out some deficiencies that existed and they were corrected in the process. The service provided by your staff In the first six months has been excellent and ensured a continuous supply of heating fuel for the facility. We appreciate the attention to detail and good customer service you have provided our facility thus far. Please feel free to contact me 1f you or any of your customers have any questions. Best Regards, Tom Settle Water Treatment Manager City of Boulder O 720-564-2301 Corporate (Arvada) 6301 Ralston Arvada, CO 303-424-6262 Craig Branch 2970 E Hwy 40 Suite 1 Craig, CO 970-824-3232 Ft Morgan Branch 19950 E Railroad Ft Morgan, CO 970-867-5464 Greeley Branch 555 E 8th St Greeley, CO 970-352-9208 Testimonials To all concerned participants: The City of Littleton, Fleet Services Division has been doing business with Hill Petroleum for the entire eleven plus years of my employment here. We purchase fuel from them exclusively. We also purchase the bulk of our various lubricants from Hill. We have found their products to be of high quality and a fair price. Their line offers a product for all our needs and so much more. I consider Troy, Gina, Norm and the rest of Hill's staff to be my friends as well as our advisors and business partners. They are very well informed in the field and always have the answers or solutions we are looking for. Service from Hill Petroleum is impeccable and a direct reflection of the company's management and culture. In addition to helping us find the right products, they also help us maintain the integrity of our delivery systems through tank inspections and reporting. They demonstrate their commitment to us as a customer through priority service and the hosting of learning opportunities. We have come to trust Hill Petroleum implicitly and would do business elsewhere only grudgingly. Alan H. Brown, CPFP Fleet Manager, City of Littleton 1800 W. Belleview Littleton, CO 80120 Office - 303-795-3982 Cell - 303-598-6320 Fax - 303-794-2498 abrowna,,iittletongov.orq Corporate (Arvada) 6301 Ralston Arvada, CO 303-424-6262 Craig Branch 2970 E Hwy 40 Suite 1 Craig, CO 970-824-3232 Ft Morgan Branch 19950 E Railroad Ft Morgan, CO 970-867-5464 Greeley Branch 555 E 8th St Greeley, CO 970-352-9208 Rose Everett From: Sent: To: Subject: Attachments: Dawn Mascarenas <dmascarenas@hillpet.com> Tuesday, March 15, 2016 12:33 PM bids Fuel Bid #B1600056 Final B1600056.pdf I hereby waive my right to a sealed bid Please see our bid response for Fuel Bid # B1600056. Please let me know if you have any questions. Thanks, Dawn Mascarenas Hill Petroleum 6301 Ralston Rd Arvada, CO 80002 303*350*3763 direct 303*424*6262 dispatch 800*323*8963 toll free dmascarenas@hillpet.com *** This communication has been sent from Hill Petroleum Corporation for the intended recipient only and may contain proprietary, confidential or privileged information. If you are not the intended recipient, any review, disclosure, copying, use, or distribution of the information included in this communication and any attachments is strictly prohibited. If you have received this communication in error, please notify us immediately by replying to this communication and delete the communication, including any attachments, from your computer. *** 1 ACORQ® �, CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 4/18/2016 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 TrueNorth 500 1st St SE Cedar Rapids IA 52401 CONT NAMEACT TrueNorth Risk Mgmt CSG-CO PHONE 72O-491-5411 FAX 3O3-776-5495 (A/C No- Fat)• (A/c. No): E-MA,„„ss.certs@truenorthcompanies.com carts@truenorthcompanies.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A :Nationwide Agribusiness Insurance C 28223 INSURED HILLENT-01 Hill Enterprises, Inc DBA Hill Petroleum 6301 Ralston Road Arvada CO 80002 INSURER B : Pinnacol Assurance Company 41190 INSURER C:Farmland Mutual Insurance Company 13838 INSURERD: INSURER E : INSURER F : 1398022143 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 LTRINSD TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY CPP104980A 1/1/2016 1/1/2017 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $5,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES PRO- JECT PER: LOC PRODUCTS - COMP/OP AGG $2,000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO AUTOWNED HIRED AUTOS SCHEDULED ED NON-OWNED AUTOS CPP104980A 1/1/2016 1/1/2017 SINGLE LIMIT CEO accident) $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CU104980B 1/1/2016 1/1/2017 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 $ DED X RETENTION$0 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YNN N / A 4148287 6/1/2015 6/1/2016 X I STATUTE I I OERH E.L. EACH ACCIDENT $500,000 E.L. DISEASE - EA EMPLOYEE $500,000 E.L. DISEASE - POLICY LIMIT $500,000 C Transportation(Cargo) COP104980A 1/1/2016 1/1/2017 Limit 100,000 Deductible 5,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) If Yes is indicated above for add'I insd forms Gen Liab #CGLB303 0413 and Auto #CCAB191 1013. If Yes is indicated above for waiver of subrogation forms Gen Liab #CGLB304 0310, Auto Liab #CCAB191 1013 and WC #WC000313 04/04 applies. Auto policy includes broadened coverage for pollution endorsement CA9948 1013. Umbrella is following form per policy provisions, conditions and exclusions and does not apply to the employers liability. Additional insured and waiver of subrogation status is extended for work performed and required under written contract with the above named insured. CERTIFICATE HOLDER CANCELLATION Weld County Fleet 1399 N 17th Ave Greeley CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHO1t ZED REPRESENTATIVE ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD MEMORANDUM TO: Board of Commissioners DATE: April 6, 2016 FROM: Curtis Hall, Public Works Operations Manager S;JC SUBJECT: 2016 Fuel and Propane Bid, B1600056 The Public Works Department recommends that the Board of Commissioners accept the bid from Hill Petroleum for diesel, unleaded, E85 fuel, and propane. They were the lowest bidder on these items for all locations with the exception of the Greeley fuel site. The contract is based on a market price and the evaluation is made comparing the bidders mark up (Resell Price). SC Fuels was the lowest bidder for diesel and unleaded fuel at the Greeley Fuel Site. However, they did not bid on the E-85 fuel. After contacting SC Fuels, they have no local fuel sites Weld County could use if the Greeley site is down. To see the price benefits, they require a minimum delivery order of 7500 gallons. Hill Petroleum was one of two vendors that provided a bid price for all satellite grader locations, fuel sites including the Greeley fuel site, and for portable tanks as well. Hill Petroleum has agreed to allow fueling, utilizing department account numbers and vehicle asset numbers, at their station on East 8th Street if the Weld County Greeley site is down. The current contract term would be from April 27, 2016 to April 26, 2017. The fuel contract can be renewed up to four, (1) one-year extensions at the discretion of the Board of Commissioners. If you have any questions, please contact me at extension 3721. m:mona/wordfiles/bids/mfuelbid 16.docx lb/ go/(pe/O2 7 ega��3 MO m/xcel/mona/bidtabsvanous/fueltab xis mis O m J W CO r O N W Y J E z Oa.a X Q rc 0 a H 0 z rLa. �o a Wce � < W w ca w g Oj t) O Q Z H FUEL TYPE z O H 0 J O O Cr) CO IC IC O)O) Eft Effr a) a) CO M ' Ofd ON N r '- Itt O O CY) CO N N e O el - 0 O O O CO CO J J W W U) C/) W O 0 r N O O zz Q rn O co co 0 Q OO OC) cn M M vcr O O cn Izt O O CO CO N N O O U'Ea OO O O r- r J W W Cfl C!) W_ W_ 0 O r N O O zz BRIGGSDALE O O r Ci Cn Erk 0 _) Cr) Cl) o O O co CO fd3- 69 - It O CO CO N N te OO O O r r J J W W U) W _W _W O0 r N OO zz z 0 H w Q C� O 0 a Cn M CO tee, CO O) M CO OE s o md- m4 - O co M It It O O CO CO N N OO O O J W W W _W W_ 0 0 N do z z -J -J O O cxi lc) cc) cD co VIWI O O) N CO 00 r Oel E- O o0 00 O COD CD U'S V - M O CO N N OO O O O O J W W C/) W W_ _W 0 0 N 00 zz JOHNSTOWN O O ic N- od xi l' LC) LO Una O) o) N N 00 00 T_ N N CD Co U's let 0 O N N U'et OO O O O O CO CO J .J W w Cn U) in W_ 0 0 r N OO zz KEENESBURG O O ao 00 N- t- �N CO CD bR S co O CO COCC ) O O03- E, 000 000 OCD COD et �t MO M N N VI VI OO O O O O J W W CO (I) _W _W 0 C\J 00 zz Q H 0 O O N N C od co r r O) Q) "'Co 563 co coo OO D CO C Ste itit O O N N OO O O O O CN J w W UJ U) _W W_ O 0 '-- N 00 zz O O r C3') Cn M CO S O) O) co co 14- t O O S �t O O N N 69- Uti OO O O O O W W Cn C/) W_ _W 0 O N 00 zz w Q Y o_ 2 C rn N N CO CO 5 elk CD Cr) N N 00 CO r OED o o Nt. co O co Ste It It O O Cn CO N N OO O O O O r J W U) O) W_ W O 0 <-- N 0 0 zz Q W 0 rn M co co co O CO CO CO CO CO o t O O co of) Ne 0 0 Cl,'?) CO N E 63 0 0 O O r J J W W U) C!) _W W_ 0 O N 00 zz NEW RAYMER O O r co M ( d' O O co co 563 0 0 N N s ER - 00 O O O O r r J _J W W Cn O, W_ _W 0 0 N 00 z z z D z a) C7) 0 W Z ° o < aZ te FUEL TYPE LOCATION rn a co CO (13 N N CO CO r r Ea Ea co a Cr) 69- d3 0 0 op N co s co co n s o) ect gait O O t3 5 0 ct 0 CO CO N N 0 0 O 0 r r CO 6fa 0 CO 0O N LAS CO CO CC)( a 0) a N N N CC) CC)OD r r r 5 69 Ea oa0 CD 555 r r 0) 0) 0) 0) 0 0) CA 0) 0) CJ) G) CO 00 CO CO NNN N N N r- CO Cr) CO CO 00 00 CO CO CO CO Cr) CO CO CO CO co r r r r r r 0 O O 0 O O 0 0 0 0 0 0 69- Et) to 69 Attt56r9 0 Nat 0 CO CO N ci 00 00 00 00 0 0 0 0 0 o O O r r -J _1 W W Cn O) W W 00 r O O zz 2 U 0 r r r 1- -J W W (1) C1) W W 00 r C\) O O z z ROCKPORT J� W W C!) W W 00 r C\I O O zz SEVERANCE co 000 CO CO Cr Cr Ea 0 0 M Cr) N N 05 00 0 0 N N J W W CO CI) W W 00 r (\J 00 zz STONEHAM a a CO CD 0 0 CO CO N N 69 0 0 O 0 N J _I W LL1 CO CO W W 55 r N 00 zz cD 94- Nt- O O co co co 69 669 5 0 0 0 co CO CO N N N 000 0 00 0 0 0 r rr r 0 00 0 0 0 Uup a� It: 0 0 o co co r r r 0) O) 0) CO CC) 0O CO CO C`7 CO CO CO 0CO. 00 CO0 (4 r o CO CV r CO r- r r r E. N- 4 4 O Qco co co cc) o O O z o Z a 000 00 69 60 0 0 00 0 00 N N N N NLO In in ✓ r 1- ✓ r r t t t 0 0 0 Cr) CO CO N N N 0 0 0 to to 69 a a a in Lr) J J J co co 0 Cn 0 0 W W W W 00Q 0o< r N W r N W oo• z • 00z ZZD ZZD FORT LUPTON r r r s e 0 0 0 0 N N N Q 4 it ce) Z M 69 Et} 6g U, w 0 0 0 0 0 0 u 0 0 0 Q CO COCO N N N O O O Z N N N 0 0 0 0 0 0 O 0 0 6F?d9a tr}696H S ff311) 0 00 0 00 Li, LC) in J W W W 5 N W O O z ZZD w O t O -0 Co -D 0 00 00 - 0 c0 c0 c0 Z cc, J J (n ❑ ❑ < Q r N W W J J In OOzz°? zz»W Cn O) O D < < J J W W (n O) W W 00 r Cy 00 zz PORTABLE TANKS m/xcel/mona/bidtabsvanous/fueltab xls U' D sin U Z O L O ..J a J Lis mal Z ct a u Q J Z actZ .1O(i) I- ix a ',Luz w0. ay J J Q _J � W Ce arn O to �z o0 (0 1< Y � Q Z FUEL TYPE LOCATION o o a) a) S En - 0 0 N N COlt cd tit 00 0 0 NOi CO CO 0) 0 N N CO M O O S' o sr sr tiN- 00 0 0 O O CV Nil eCO f rn rn N N C C) O O EA- Eft o sr sr tri r r 0 N N Cr) CO EtaS 0 a) N N CO CO O O Nt LOUD r r Eta Effr 00 0 LOcO UDCO 0 a) 0) N N CO M O O Eta s 00 00 a 0 O O co co NI NJ 0 cp 0 0 a) a) LO Et} Ee- 0 0) 0 a) r r O O 0 0 CV CVco co 0) CO N N CO co O d4 S 000 000 0co co U, d4 Eft O up � CD CD a) a) N N co co 6 O �U 0 000 00 0 CO NI CV 0 0 ai N N CO CO Eta Et} a) CB N N CO co O O te- Eta o st sr tri_ N- r- e 5 0 0 N NCO CO C7) a) N N CO C O O O N N CO M rn 0 N N co Co 0 O Eft 0 0 LOUD N- N- O O N Nco co aP 0 N N CO CO O O 69 00 tri_N- _ e 5 to to ✓ r ✓ r O Ea Et} LO UD N- r r S'Eft LO r r t- r I � r r r r o 5 in in ✓ r ✓ r d ci r r r r st to N. N. r ci S' Eta st to tom- h- ci r r 61 Et) sr LO sr ✓ r ✓ r ci r s Eta N. N- r r E'er s 00 0 0 0 0 CO CO 00 0 0 0 O 0 0 0 0 r r- 0 0 O O r r 00 0 0 0 0 CV CV 00 0 0 0 0 CO CO _J _J ___1 J J J J J _J _J J _J W W W W W W W W W W W W (n Cn Cn C!) CO W (n co up (n (I) 0) W W W W W W W_ _W W_ W _ _W W O 0 OO 0 0 no Do 0 N r' N r- N r N r N r 00 00 00 do 00 do zz zz zz zz zz zz w J 0 z CD 0 0 F- I- C7 _ D CC Q J Q m CD 0 JOHNSTOWN KEENESBURG Co 00 0 0 J _J W W Cn (I) W_ _W 0 0 r- N bb zz 00 0 N 0 N J J W W 0) W W O O ' do zz 00 0 0 0 0 r r J W W (n u) W 5 0 r ('V 00 zz 00 0 0 0 0 r J J W W COW W W_ O 1- N 00 zz >- Q � 0 O tY_O w W w Y Y Y 0 0 0 0 r r J J W W CO CO W_ W_ r CSI 00 zz NEW RAYMER 0 0 0 O r J W W to V) W W 0 0 r- N 00 zz z z —0 .J a J to w Z W a�a M w 0 w a 0 Q. J J LIJ Q ico0 w re W Z ° o tI's Q 5C 0 QZ - H FUEL TYPE LOCATION 0 0 0i 07 CO CO Wl N N CO Cr) 0It it LOU, r r 0 0 CV 0 0� CO M bg f�4 o a N NCY) CO 0 0 L 06 00 0 0 CO Co CD 0 0 0 0 0 0 0 0 0 0 0 0 0 0) ai LC) to In totot.n 000 NNN 0 0) 0 0) 0) 0) 0) 0) 0) 0) 0) 0 0) 0) 0) 0) CO N N N N N N N N to to ID 0) 0) 0) CO CM M C'7 M Ch mop CJCNJ r r r O 0 O 6 o O o 0 0 0 0 6 0 0 Ef3 Ef) a Ef} Eft a 69 0 0 vs RI- tt) to r r 69 'S 0 0 co o0 O tQ LO CO Cr) 00 oo 0O 0 O In ID 0 0 0 N to it) r r r - r r- r ft> EF 0 0 0 000 U) � U) V} EA- ti, 0 0 0) MCN CO CO Ems 00 00 0 ti N- N- CO CO CO UI 69 0 (0.00CV O r N0 0Mt CN N- N N N N- N •z ell E 0 0 0 0 N N (0 N a) Q) N z 0) a) a) co O 0 m m 0 0 r r r r In L ✓ r ✓ r S'S d' It v.v. it it N N N 't' ITN N �t Lt) LO It) LO LO to it Lo LO d- LO LO to to It �' to It) r r r r r N- N- N LO LO LO LO tt) r �-- r- r r r r- r r r r r r r 000 z O r r 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 (F3Wl 69Efl toto69 toWlto Ea5to- E>tatt� Ef} Ef}Efl OO 0 r- r 00 0 0 0 0 r 0 0 0 0 0 0 r- r 0 0 0 OO 0 0 0 OO 0 0 0 0 r r- r OO 0 0 LO l 0 0 0 0 0 0 000 00 CO CO r r r (n U) <0 00 0 Q Q -J J J _J J J J J J J J J J J J_ 1 J J W W W W W W W W W W W W W W W W W W (nu) (n to (o tl) (nu) can U) (nU) O cn (n O Cn cn O cn (n O O W _W _W _W W_ W_ W_ W_ _W W_ W_ W_ W _W W_ W W W_ W W W W W 0 0 0 0 0 0 O 0 O 0 O O Q O O Q O O Q O O Q Q r- N T- N T- N r N r N r N W r N W r N W r NW W 00 00 00 00 00 ooz oOz OOz Oozz°°? zz zz zz zz zz ZZD ZZD ZZD zz»W r w a_ ROCKPORT SEVERANCE STONEHAM 0 0 Q > O (Unknown Grade) FORT LUPTON (Unknown Grade) w O cc 0 c S a 0 > > J W W w o) W_ _W O O �- N do zz PORTABLE TANKS m/xceltmona/bidtabsvanoustfueltab xis CO O O O CD r m J W LL co O N ic � z re ~ W 5 O 0 ix a n, V Z -J �mai4 IL -J CO 0 W LLIa W Chu) �z o° t! Q i v Q am am FUEL TYPE z 0 Q 0 J O 0 0 0 00 m m 00 z z a a 0 0 (ft CA - 00 mm 0 0 Z z 0 0 00 0 0 CO Cr) J J W W W W W 0 0 r N 00 z z 3 Q cp 0 tft 0 O 00 Lip cm 00 a a 0 0 ill- el 0 0 mm 0 0 zz 00 0 0 0 0 r r J J W W CO Cn W W 00 r 00 z z w J Q 0 (i) CD (7 m o O ©CA EA - 00 ao m 00 00 0 0 0 Eft 413- 0 0 mm 0 0 z z 00 0 0 0 0 r r J J W W W V) W w 0 r 00 z z z 0 F- w Q C9 00 0 0 00 mm 00 0 0 t 0 0 mm 0 0 z z 00 0 0 0 0 r r J J w W C) w w 00 r N 00 z z 0 o 00 mm 00 O O o 0in in 0 0 N 0 0 Eft Eft 00 0 0 0 0 N N J W w Cn U) W 00 r 00 z z JOHNSTOWN 00 0 00 mm 00 0 0 0 co CA 0 0 0CN 0 0 Eft CA 00 0 0 0 0 J J W Cn (/) W w 00 r 00 z z KEENESBURG 0 0 EE 00 E m 00 0 0 0 0 mE 0 0 zz 00 0 O 0 0 J J W W Cn to w w 50 r (v 00 zz I- 0 0 Ete 0 0 CO m 00 0 a 0 0 0 0 mm 0 0 z z 00 0 0 0 0 N N J J W W Cn (n w 00 r ("V 00 Z z 0 0 tee 0 0 00 m 00 0 0 0 0 m 0 0 z z 0 0 O 0 r r J J W W (n (n W w 00 N 00 Z z w Q cc w 0 2 2 0 0 e 00 mm 00 o 0 0 LA S 0 0 C-13 0 0 zz 00 0 0 0 0 r r J J W W (D Cn w w E o r N 00 zz 0 W 2 00 0 0 tee 0 0 m m Co © 0 0 0 mm 00 z z 00 0 0 O 0 r r J J W W (n (1) W w 00 N 00 zz NEW RAYMER 0 0 V> 0 0 mm 00 00 0 0 S 0 0 E m 00 zz 00 0 0 O 0 r J W W Cn Cn w w 00 N 00 zz z z ° O CL X J Q 1 W ,x awa w O 0 OZ 0o CO < Zr FUEL TYPE 2 O p 0 0 0 0 a p 0 O EA - 00 00 m 0 0 0 0 0 0 in in 6F} 0 0 in O O to, e 00 0 0 0 0 J W W GO W W 00 r cv 0O 2 U 0 0 0 0 O 0 6g 00 m m 0 0 z z 0 0 as OEt> 0 0 Ed m 0 0 Z z 00 0 0 0 0 r r J J (O W W 00 00 ROCKPORT a o 0 0 00 6g 6R 00 m m 00 z z 0 0 mm 0 0 z z 0 0 J J W W w w 0 0 0 0 0 0 0 0 0 0 0 0 O 0 O O 0 0 0 0 0 0 tee eeta aeEft 696969 00 f� CO 00 zz 0 0 m m 00 z Z 00 0 0 0 0 J W W (0 0) w w 00 r- N r- N 00 SEVERANCE 00 STONEHAM OO m m 00 zz 00 0 0 69 0 .69 0 0 CD m 00 z z 00 0 0 CV CV J _1 W W ww 00 r— N 00 2 000 m 000 zzz 0 00 0 0 0 Ocis c; N N N 0 00 0 00 cNI 0.1 0 O 3ED 0 00 0 00 0 0 0 r r r J J 0(1)❑ wWW 00Q r- N W ooz zz O 0 > 0 000 CO CO CO 000 zzz 0 0 0 000 CO ft EA 6 000 N N N r r r 0 00 0 00 0 0 0 LO lo J J W W w w W ooQ r cv LU ooz z z D FORT LUPTON 10 0 a 0 O 0 0 �69EA- 000 m Ca m 000 o 0 0 0 0 o tn- 000 CO m m 000 z z z 000 0 0 0 LLD LO J J U) (r) 0 WWW 0 CI N W o O z ZZD w 0 0 o 0 o O oQ o 0e0E O6sZU p 0 0 0 0 0 0 0 0 0 m CO m Q m m CO CO CO CO CO 000Z0 000000 zZZ z zzzzzz o O N in to r r 6g � coaio 0 0 0 p O O te. u3 Q O CD zo z it 0 0 -°"'•• 00 o 0OO COOCOZ O c00 r r w-41 (1) w 0 z NO. 2 DIESEL w w CC W V) LLU CC r 0 UNLEADED Co 7 UNLEADED W 0 0 0 0 0 0 0 0 0 0 0 tnt000 OO N N O O N N LO Up Nr NI - En Ef) ff E3 (1) 5 00 0000 o in in '? ce M 0 0 69 t 69 a69 00000 0000 000o LOO O N N J J J J J wWwwWW wwwU) 00 W w W W W w 0 0 0 0 0 0 N r N r 0000 00 zzzzzz PORTABLE TANKS PORTABLE TANKS PORTABLE TANKS * SC FUELS: Diese C Cu T V C E o o N o o a, co 0 a) 0 0 00 to o L. L. W o E E • •_ .C 1 E -v w V au vi J �(D 0 N 0 co m/xcellmonaThidtabsvarnous/fueltab xls CO U, O CD 0 CO r D w z a O ct a to 0 U Z in �es C? ad 5 J lit (a w o. W Z rut: w Q W W M 0L W 0 co 2 tne O a a Z H PROPANE LOCATION O 0 0 0 O 0 0 O N N- Ea in a fa fa o 0 0 LO U) N -LO CN oo o 0 0 N- N- N- CN LO (NA te S LA S O O O O O O O O O O O O O to to LOto to tc) to u) LO U) LO LO Lr) Lr) LI) tflto to to to It) u) LI) O O o O o 0 O 0 6 cQ o CO o tf3 S Ca S LA S (ft b9 L S S (ft S 0 0 0 co co hcoo N N to Eft S S 0 ma - 0 r S o o 0 ci coo CO CV U, S o 0 o 0 NT co vvci . r N r r 6R b9 U, b+g O O O O O O O O O O O O O 0 O O O O O O O O O O O O CO CO CO 00 CO CO CO 00 CO CO CO CO CO CNNNN N N N N N N N N N O O O O O O O O O O O O 0 69 S 4 d, 5 S bR S d9 5 69 Eft fa 0 PROPANE 00 O O O 000 cy PROPANE PROPANE FORT LUPTON PROPANE o 0 o to to w z a 0 PROPANE O 0 0 O O rT-- < w z 0 a - PROPANE z W > F J -J 0 0 0 CD CD 0 Y 2 O O �O tin 0 O O O to to w w w w w Q Q Q Q Q 0 0 CL CL 0 0 0CCM WW NEW RAYMER PECKHAM ROCKPORT STONEHAM a) 2 > a m/xceUmona/bidtabsvarioustfueltab.xls CD LO O O CD r m F- Z a < Q =off LL TANK STORAGE PROPANE LOCATION IN GALLONS 0 co O O N- O a N. 0iTek OLC) LO O 03 CO69- O 0tri r r 0 03 0 a, fa 0 N- r 0 0 N CO GO O O 0 0 O O O O O O O LO to V) to to LO to to to tt) V) N- N. N N N N N N N. N r.-- 1--• e- r r r e-- r r r r r O O O O O O O C? O O O Ef) tf3 Efl to tf3 d4 f� to Efl U) tf) 0 N to 0 PROPANE O OO O O PROPANE BRIGGSDALE w z a. O a FORT LUPTON PROPANE O O to O 0 w w z z Q Q 0- a. O O a a fl a. O O O o0 PROPANE PROPANE z W > i J J ° O lli o CD 5 CD Y Y O 0 �tr) w z Q 0 O a NEW RAYMER PROPANE Q W a O 0 0 U) 0 LU w w w z z z Q Q Q a. CL a O O O ac Er E a ROCKPORT STONEHAM co a) co > a. WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: mwalters@co.weld.co.us E-mail: reverett(a�co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: MARCH 17m, 2016 REQUEST FOR: FUEL BID (DIESEL, UNLEADED, E85, PROPANE) DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1600056 PRESENT DATE: MARCH 21ST, 2016 APPROVAL DATE: APRIL 4m, 2016 (MOVE TO APRIL 11T", 2016) (Contract period of April 27th, 2016 through April 26th, 2017- may be renewed for up to 4 additional years, on a year to year basis.) VENDORS AGFINITY 260 FACTORY ROAD EATON CO 80615 POLAR GAS INC 12576 WCR 2 1/4 BRIGHTON CO 80603 HILL PETROLEUM 6301 RALSTON RD ARVADA CO 80002 MANSFIELD OIL COMPANY GAINESVILLE, INC 1025 AIRPORT PARKWAY, SW GAINESVILLE GA 30501-2242 REX OIL COMPANY 804 DENVER AVENUE FORT LUPTON CO 80621 SOUTHERN COUNTIES OIL CO a California Limited Partnership dba: SC FUELS and/or CANYON STATES OIL (CSO) 9052 YOSEMITE STREET HENDERSON CO 80640 The bids are being reviewed by Public Works Dept at this time. dO/& /cat? 64 col3
Hello