Loading...
HomeMy WebLinkAbout20161533.tiffCon+r-ac+ MO 44 l t Q9 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW RE: Chip Seal 'A" Aggregate Crushed Type II Supply DEPARTMENT: Public Works DATE: 4/11/17 PERSON REQUESTING: Neal Bowers Brief description of the problem/issue: The current contract for the Chip Seal A" Aggregate Type II Supply between Weld County and Martin Marietta Is nearing expiration. The contract allows for yearly extensions and possible rate adjustment. Per the contract the allowable rate adjustments are based upon the yearly percent to the ENR (Engineering News and Record) for crushed stone (Denver). The percent change this year was a (+) 4.0%. Martin Marietta did not ask for a cost increase this year and submitted price that is -0.66% below last year's price. 2016 price was $40.00 per ton. 2017 price is $37.50 per ton. This extension would be for the second of a possible three-year limit. Martin Marietta was the low bid for this material in 2016, Bid No. B 1600088. The total amount of this contract is $300,000.00, which doesn't exceed the 2017 Chip Seal Budget. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) The Board may either approve or deny the contract renewal/extension. Recommendation: Public Works recommends the approval of the contract renewal/extension to Martin Marietta for A" Aggregate Crushed Type II Supply. Sean P. Conway Julie A. Cozad, Chair Mike Freeman Barbara Kirkmeyer Steve Moreno, Pro-Tem e a- 1-atf-, 7 Approve Schedule Recommendation Work Session rv' F Other/Comments: a484,1 690) #-a4- /7 02o/6 -41-'�3 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND MARTIN MARIETTA MATERIALS This Agreement Extenran/Renewal j'Ranevall, made and enters Into 29 day of Mardi, 2017 by and between the Board of Weld County Commissioners, on NMI tite Weld County Department of public Web hereinafter referred to a the 'Departments, and %Wein Marlette Materials hereinafter referred to as the 'Contractor. WHEREAS the parties entered into an agreement (the'Orlrel Agreement" 'derailed by the Weld County Oericto the Board of County Commissioners a document No.2016-1533 approved on 5-23-2014. WHEREAS the peaks hereby wee to extend the term of the Original Agreement In accordance with the terms of the Ot %Ynel Agreement, with is Incorporated by Serene herein, a well as the terns provided heeb. NOW THEREFORE, to consideration of the premise, the pertia hereto ceeement end epee as follows: • Tim Orel AOmement win end on 3-31-2017 • The pestle epee to extend tieOrlrnal Anemone for an additional one year period, widdi will begin 6-1-2017 and all end on 5-31-2013. • Ilia Renewal, testis with the Orions Aspeonent, conpbueae the entire understanding between the paths. The following chide is hereby mode to the Contract Document: L This Wands veil be the second yew of a possible three beer contract 2. The 2016 bin Schedule of the contract dell be replaced by the attached 2017 old sdedule, which Is Incorporated herein. 3. The total convect room not to exceed $300,000.00. • All other tens end conditions of the Oriels Agreement remain unchanged. N WITNESS WHEREOF, the parties hereto have duly executed the Apemen es of the day, month, and year first above wattee. CONTRACTOR: •my Ries simunP147 BOARD OF COUNTY COMMON= 40/to - /533 201,7 BID &CHEDUtz Cnahsd Ives 11 Cover Cost Aaargaete 1112" Z lirge a t al PRICIER GRAVEL P TioH AND amnia MU MU NEM 703.05 lit Chips 8.000 Ton 4 a 7 O CD D _ soNAvo hia 60 s 4ntrn i ei ifeb..1 Prices will Include all labor and equipment cost necessary to crush, stockpile and load materiel for use. Bidder shad stockpile materiel within Weld County boundaries. Bidder must include the name and location of gravel pit end where material will be picked up by Weld Country personal. The uniereivnsd, by hie or her signature, hereby acknowledges and raprsee to that 1. The bid proposed herein meets all of the conditions. specifications, and spectral provisions set forth In the request for bid for Request No. g@1800088 2. The quotations are exclusive of any federal excise taxes and el 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 Bid contained herein (Including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together, constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, Is to the best interests of Weld County. The bid(s) may be awarded lo more than one vendor. FIR 411,177•V ,7/f4itf Eli'*- e BUSINESS ADDRESS /Sap N 114 7-4,r-4(1 4, CITY ATa. ZIIP f 9OsaL f TELEPHONE Wee&A '9 9/FAX TAX ID * 5,/945 745 BY (Please print) DATE jAlardicy % E-MAIL 91ry. pear yQmmtn�l��t1E }- 'a — WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS 088-03551-0000. +11A; of [+lirydiAtthLil+6ct �Glc-t./P m'N at/ Ac't &NrdCE ilveticiteri oA/ ��✓� 5� ACORLX CERTIFICATE �� OF LIABILITY INSURANCE DATE(MMLDD/YYYY) 04/19/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BELOW. THIS HOLDER. THIS BY THE POLICIES 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 Marsh USA Inc. 100 North Tryon Street, Suite 3600 Charlotte, NC 28202 Attn. CA NON-RESIDENT NO 0822889 )56965 1.MMM_GAWX•16 17 CONTACT NAME: PHONE (A/C No, Frtl; FAX (A/CC. EMAIL ADDRf5$,5: INSURER(S) AFFORDING COVERAGE NAIC N INSURER A : ACE American Insurance Company 22667 INSURED Martin Marietta Matenals, Inc Attn: Todd Crump 2710 Wycliff Road PO Box 30013 Raleigh, NC 27622 INSURER B : Indemnity Ins Co Of North America 43575 INSURER c : North American Elite Insurance Company 29700 INSURER D : Agri General Insurance Company _ 42757 INSURER E : INSURER F : .......• i�w ww.w __� R: ATL-004166864 01 • THIS INDICATED. CERTIFICATE EXCLUSIONS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE AD1)L INSD_M/D SUER POLJCY NUMBER POUCY OF 1MM!DDIYYYY$ POLICY EXP IMMIDD/YYYY) UMITS A X COMMERCIAL GENERAL LIABILITY HDOG27857012 09/30/2016 09/30/2017 EACH OCCURRENCE $ 3,000,000 �..-- CLAIMS -MADE X OCCUR DAMAGE TO RENTED $ 50,000_, PREMISES as occurrence) MED EXP (My one $ person) PERSONAL & ADV INJURY $ 3,000,000 GENII_ AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 6,000,000 PRO- X POLICY 1 1 JECT I F LOC PRODUCTS - COMP/OP AGG S 6,000,000 OTHER' AUTOMOBILE LIABILITY ISAH09049617 09/30/2016 09/30/2017 COMBINED LIMIT $ 3,000,000 (Eat X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ AON-OOWNED IX HIRED AUTOS X AUTOS PE $ $DAMAGE C X UMBRELLA LLA LIAR$ X OCCUR UMB200030002 09/30/2016 '09130!2017 EACH OCCURRENCE ai 1,000,000 EXCESS LIAR CLAIMS -MADE AGGREGATE $ 1,000,000 OED RETENTION $ $ B D WORKERS COMPENSATION AND EMPLOYERS' LIABILITYER Y / N WLRC49100723 ;AOS) 09/30/2016 X913012017 X PER 1 I OTH- WLRC49100735 (TN) 09/30/2016 09/30/2017 4 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED'? N N I A E.L EACH ACCIDENT $ 2,000,000 WLRC49103268 (Mandatory in NH) If yes. desate under (CA) 09/30/2016 09/30/2017 E.L DISEASE - EA EMPLOYES $ 2,000,000 DESCRIPTION OF OPERATIONS below E.L DISEASE - POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Certificate holder is additional insured under General Liability and Automobile Liability as their interest may appear, if required by written contract with the named insured, subject to the terms and conditions of the policies. Waiver of subrogation is applicable where required by written contract and subject to policy terms and conditions. This insurance is primary and non-contributory over any existing insurance and limited :o liability arising out of the operations of the named insured subject to policy terms and conditions with respect to General Liability and Automobile Liability Weld County Government 1150 0 St. Greeley, CC 80631 ACORD 25 (2014/01) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Annette Stefan; © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD MEMORANDUM TO: Jay McDonald, Director Public Works DATE: May 20, 2016 FROM: Joshua Holbrook, Construction Inspection Supervisor SUBJECT: 2016 Crushed Type II Aggregate Supply (1/2" Chip Seal) Bid No. B 1600088 Bid Recommendation On May 3, 2016, bids were opened for the 2016 Crushed Type II (1/2") Aggregate Supply Contract. The sole bid was from Martin Marietta Materials located in Greeley, Colorado. The price per ton for 6,000 tons of the 'A" aggregate is $40.00 a ton for a total bid amount of $240,000.00. Research revealed that Larimer County advertised this same bid in February 2016, and awarded the bid to Martin Marietta with a price per ton of $39.00 for 17,763 tons of material. This material will be used for 2016 chip seal pavement maintenance and 2016 LVR (low volume road) project. The total amount of this contract is $240,000.00, which is under the budget amount for 2016. It is my recommendation to award this contract to Martin Marietta Materials for a total amount of $240,000.00 Approval of Rec s • • . 'on J • 'ii . ld, Direct° of Public Works cc: Curtis Hall, Operations Manager Neal Bowers, Pavement Management Supervisor Janet Lundquist, Traffic Engineer M:\Maintenance Contracts\Chip Seal\2016\I-2 chip\Contract Docs\2016 1-2 Crushed Type II aggregate rec ven.doc 2016 BID SCHEDULE Crushed Type II Cover Coat Aggregate (1/2"t ITEM# ITEM QUANTITY UNIT PRICE PER CONTRCT GRAVEL PIT LOCATION AND NAME UNIT PRICE 703.05 1/2" Chips 6,000 Ton 4/0pj11 4 a T o,ad O 92,1 NW ?i-f21St. G4 at,i Co. Prices will include all labor and equipment cost necessary to crush, stockpile and load material for use. Bidder shall stockpile material within Weld County boundaries. Bidder must include the name and location of gravel pit and where material will be picked up by Weld Country personal. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications, and special provisions set forth in the request for bid for Request No. #B1600088 2. The quotations 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 Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together, constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld Coty. The bid(s) m y be awarded to more than one vendor. FIRM enn4/ en/ elm BY BUSINESS ADDRESS �/ n lease print) f //400 w"� %rr M // /& . DATE 5131 % �k CITY, STATE, ZIP CODE TELEPHONE N SIGNATURE to /4iv s C a. 6e,S,t / TAX ID # C4 f t3Lies 76 E-MAIL l a / / 4.44-46t/e; GOB WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. Ntif-Auft-- no 7- 41/11-7 titi,3&6 154 ci(r_a tl4/r7/ Citizt /Snl BID NO # B1600088 Page 11 Marcia Walters From: Sent: To: Subject: Attachments: Gary Pearcy <Gary.Pearcy@martinmarietta.com> Tuesday, May 03, 2016 9:57 AM bids Bid # B1600088 Scanned from a Xerox multifunction device.pdf "I hereby waive my right to a sealed bid" Material not available until July 15th. Gary Pearcy Area Sales Manager I Rocky Mountain Division Martin Marietta 1800 North Taft Hill Rd. Ft. Collins CO 80521 (M). (970) 227-4047 (0) 970-407-3634 e. gary.pearcy@martinmarietta.com www.martinmarietta.com Original Message From: Taft0ffice7775@martinmarietta.com[mailto:Taft0ffice7775@martinmarietta.com] Sent: Tuesday, May 03, 2016 10:07 AM To: Gary Pearcy Subject: Scanned from a Xerox multifunction device Please open the attached document. It was scanned and sent to you using a Xerox multifunction device. Attachment File Type: pdf, Multi -Page multifunction device Location: machine location not set Device Name: XRX0000AAD62B70 For more information on Xerox products and solutions, please visit http://www.xerox.com i H z w z z 41 41 aow ko W O No Cn co _z y+Hx wE-+v)x0 O Z O U @00031274 t. wox >+ 3 U c O W H � zar-+mw 0wHt(z X3Ha+0 PO BOX 677061 75267-7061 H U) a H H M 04 H MARCIA WALTERS PER 2016 O O O O O O N O O O O O z 0 O O O O O cn OH H O ZN H h W n 0 H ao -WaxA 41 0 0 ,Z Cx H 0 X<a Via xaw<gcry 0 N MOH wc'4 4 o aw�cenz U O a 0 H ^ H H O wvn= x>c O > 0 OZNUww U W Z en H H H H C4 to D H �- H 4 W Z 0 (/) 0 O W o • 0H U N Cn O H OG KC U H xz -<ww a HO1/4oO x-cri 1-4 0 O 0HtN H 0 0 Ef >i W z co �C � w W >C H Z H w 4 Z H 0 CQ Z 4 a z z o 4 Xw cncoa 0HFCwHHx aoHH ZHc.7>?+DO 41 0 ocn U)OZ0Hoa 0 al WHUZUW Coo Hha a a H a o H H O O O MIUaaH X a x -H _ 041 x 03 NI 0 03 HHcnH3 I ) OOO OOO . . . co.. wcn O W ZXH D U o a vacn Q 0 WELD COUNTY CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR THE Crushed Type II Cover Coat Aggregate (With Renewal Options for 2017/2018) March 2016 for Weld County Public Works Pavement Management 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-304-6496 BID NO # B1600088 Page 1 TABLE OF CONTENTS The following provisions take precedence over Specifications or Plans and supplement the 2011 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications) which is to be used to control construction of this project. BIDDING REQUIREMENTS Invitation for Bids 3 General Provisions 4-5 Instructions to Bid 5-7 Insurance Requirements.8-9 Specifications and/or scope of work and proposed pricing 10 Bid Schedule11 Acknowledgement of Bid Documents 12 IRS Form W-9.13 Anti -collision Affidavit 14 CONTRACT FORMS Notice of Award 15 SPECIAL PROVISIONS Project Special Provisions Index 16 Project Special Provisions ... 17-20 BID NO # B1600088 Page 2 ****************** REQUEST NO No. B1600088 ****************** REQUEST FOR BID WELD COUNTY. COLORADO 1150 O STREET GREELEY, CO 80631 DATE: April 1, 2016 BID NUMBER: B1600088 DESCRIPTION: Crushed Type II Cover Coat Aggregate Supply DEPARTMENT: Public Works MANDATORY PRE -BID CONFERENCE DATE: N/A BID OPENING DATE: May 3, 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: Crushed Type li Cover Coat Aggregate Supply (With possible two, one-year renewals) 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: 10:00 A.M. 05/03/2016, .(Weld County Purchasing Time Clock). 2. INVITATION TO BID: Bids shall include any and all charges for delivery, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay, if awarded the bid. You can find bid information on the Weld County Purchasing website at: http://www.co.weld.co.us/Departments/Purchasinq/index.html located under "Current Requests" for Bids or at www.rockymountainbidsystem.com. 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. Did Delivery to Weld County — 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weldgov.com. 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. 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. BID NO # 61600088 Page 3 3. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County, payable after the current fiscal year, are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds 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 at the top on the financial information 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. 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. H. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. I. 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. Extension or Modification: Any amendments or modifications to this agreement shall be in writing, signed by both parties. K. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of 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. BID NO # B1600088 Page 4 L. Warranty: The successful bidder shall provide a warranty to the County as arranged by the parties. M. Non -Assignment: The successful bidder may not assign or transfer this Agreement, or any interest therein or claim thereunder, without the prior written approval of County. N. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. O. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. P. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507: The signatories to this Agreement agree that, to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire 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. Q. 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. R. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners. S. Insurance. Insurance coverage must be maintained as required by law and as specified in item #5 (Insurance Requirements). 4. INSTRUCTIONS TO BIDDERS: A. 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 in behalf of a corporation shall be furnished. 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. B. 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 BID NO # B1600088 Page 5 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. C. Bidders are expected to examine the conditions, specifications, and all instructions contained herein. Failure to do so will be at the bidders' risk. D. Bidders shall not stipulate in their proposals any conditions not contained in the instructions and specifications herein, unless specifically requested by the special instructions attached hereto. Any proposal which fails to comply with the letter of the instructions and specifications herein may be rejected. E. 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 I., entitled, "Notice to Bidders." F. When approximate quantities are stated, Weld County reserves the right to increase or decrease quantity as best fits its needs. G. Whenever requested, samples or descriptive matter shall be filed prior to the opening of bids. H. Any item supplied to Weld County shall be new and of the manufacturer's current model unless otherwise specified. I. 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). J. All discounts shall be figured from the date of delivery and acceptance of the articles, or in the case of an incorrect invoice, from the date of receipt of corrected invoice, if this be subsequent to delivery and acceptance. K. Substitutions or modifications to any of the terms, conditions, or specifications of this which are made by Weld County after the bids have been distributed to prospective bidders and prior to the date and time of bid opening, will be made in writing. No employee of Weld County is authorized in any way to modify any of the terms, conditions, or specifications of this bid without written approval of said Director of General Services. This is not to imply that bids will not be accepted or considered with specifications which are different from those herein. Any item which does not meet all the terms. conditions, or specifications of this bid, must be clearly indicated on a separate sheet of paper, attached to the bid specification and proposal sheets and returned with the bid. L. The successful bidder shall indemnify and hold harmless Weld County against all claims for royalties, for patents or suit for infringement thereon, which may be involved in the manufacture or use of the material to be furnished. M. The successful bidder certifies that it shall comply with the provisions of C.R.S. § 8-17.5-101, et seq. The successful bidder shall not knowingly employ or contract with an illegal alien to perform work under the contract or enter into a contract with a subcontractor that fails to certify to the successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under the contract. The successful bidder represents, warrants, and BID NO # B1600088 Page 6 agrees that it: (a) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, and (b) otherwise will comply with the requirements of C.R.S. § 8-17.5-102(2)(b). The successful bidder shall comply with all reasonable requests made in the course of an investigation under C.R.S. § 8-17.5-102 by the Colorado Department of Labor and Employment. If the successful bidder fails to comply with any requirement of this provision or C.R.S. § 8-17.5-101, et seq., Weld County may terminate the contract for breach and the successful bidder shall be liable for actual and consequential damages to Weld County. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3). if the successful bidder receives federal or state funds under the contract, the 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 the 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. N. All goods shall remain the property of the seller until delivered to and accepted by Weld County. O. 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. P. 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, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFP. Q. 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. R. Upon the election by Weld County, no delivery of materials, equipment or services shall become due or be accepted unless a purchase order shall first have been issued by the Weld County Director of General Services. It is understood that it is necessary for all invoices to be made out to "Weld County, Colorado," not to the Department securing the merchandise. All invoices should be sent to: Weld County, Accounting Department, P. O. Box 758, Greeley. Colorado 80632. S. These instructions, the proposal forms, and specifications have been developed with the hope of raising the standard of purchasing negotiations to a level wherein all transactions will be mutually satisfactory. Your cooperation is invited. T. Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information the word, and "CONFIDENTIAL." Bidders are warned that financial information submitted without such denotation may be subject to public disclosure, pursuant to the terms of the Colorado Open Records Act BID NO # B1600088 Page 7 5. Insurance Requirements. A. General Requirements: Contractors/Contract Professionals 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. Contractors/Contract Professionals 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 Contractor/Contract Professional. Contractor/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. Contractor/Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Types of Insurance: Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: a. Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contractor's Contract Professional's employees acting within the course and scope of their employment. b. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: i. $1,000,000 each occurrence; ii. $1,000,000 general aggregate; Automobile Liability: Contractor/Contract Professional 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. D. Additional Provisions: a Policies for all general liability, excess/umbrella liability. liquor liability and pollution liability must provide the following: i. If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved claims, Contractor shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs in excess of policy limits; iii. Contractual liability covering the indemnification provisions of this Agreement; BID NO # B1600088 Page 8 iv. A severability of interests provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self-insurance provided by County. b. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. E. Contractors/Contract Professionals shall secure and deliver to County's Risk Administrator ("Administrator") at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. F. Proof of Insurance: County reserves the right to require Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. G. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. H. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. H. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. BID NO # B1600088 Page 9 6. SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Purpose The project in general consists of crushing, stockpiling and loading 6,000 tons of Crushed Type II cover coat aggregate (1/2") material into Weld County trucks for the 2016 chip seal projects in Weld County. General Conditions and Information: 1. Weld County will not supply any material for this project. 2. Delivery of material shall be from June 15, 2016, to July 31, 2016; 50% of the total tons shall be delivered by June 15, 2016. 3. Certified scales on belt or buckets are required. 4. Payment shall be made according to the bid price as determined by scale tickets or run sheets from the pit. All tickets for run sheets must be signed by a Weld County employee. 5. Weld County Public Works personnel normally work 7:00am to 3:30 pm, Monday through Friday. Occasionally, due to circumstance beyond our control, work may extend to earlier than 7:00am and late than 3:30pm and/or Saturday and/or Sunday. The successful bidder is required to accommodate these situations. 6. Weld County will select the bidder based on the lowest cost to the County, considering project location and hauling cost. Materials' may be awarded to different bidders based on pit locations relative to the project locations. The specification for material supply shall be in accordance with the Colorado Department of Transportation, Standard Specification for Road and Bridge Construction 2011, unless otherwise stipulated in this document. References to the division shall mean Weld County and all documentation required will be handled through the Weld County Public Works Department. Below is a list of project specials for this contract and the Project Special Provisions can be found on pages 17-20. Section 105.22 Section 106.03 Section 106.08 Section 703.05 Dispute Resolution Samples, Test, Cited Specification Storage of Materials Aggregates for Cover Coat Material Schedule: Advertisement: Published: Bid Due to Purchasing: Estimated Bid Accepted by BOCC: April 12, 2016 Greeley Tribune May 3, 2016 May 17, 2016 Weld County Contract: Questions related to the project and procedures should be directed to: Joshua J. Holbrook - Construction Inspection Supervisor Weld County Public Works 970.304.6496, ext. 3743 jholbrook@weldgov.com Terms and Conditions: The Agreement shall commence approximately May 2016 and continue in full force for one year. At the option of the County, the Agreement may be extended for up to two (2) additional years. Increases in the Cost may be negotiated for subsequent renewal of the second and third additional one-year periods. The base price per ton may increase from one year to the next by no more than the increase reflected by the Engineering News and Record (ENR) Denver area. BID NO # B1600088 Page 10 2016 BID SCHEDULE Crushed Type II Cover Coat Aggregate (1/2") ITEM# ITEM QUANTITY UNIT PRICE PER CONTRCT GRAVEL PIT LOCATION AND UNIT PRICE NAME 703.05 1/2" Chips 6.000 Ton Prices will include all labor and equipment cost necessary to crush, stockpile and load material for use. Bidder shall stockpile material within Weld County boundaries. Bidder must include the name and location of gravel pit and where material will be picked up by Weld Country personal. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications, and special provisions set forth in the request for bid for Request No. #B1600088 2 The quotations 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 Bid contained herein (including. but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together, constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE (Please print) DATE FAX TAX ID # E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. BID NO # B1600088 Page 11 ACKNOWLEDGEMENT OF BID DOCUMENTS Bid Opening Checklist: All of the following pages must be submitted with every bid submittal. Failure to Submit any of these documents will disqualify your bid. Receipt of addenda(s), if any, should be signed. W-9 (page 13) Anti -Collusion Affidavit. (page 14) o Bid Schedule (page 11) I have initialed each of the above items and have fully executed the corresponding documents. I hereby Acknowledge and understand the above required bid documents. (Contractor) Dated this day of , 20 By: Title: BID NO # B1600088 Page 12 Form (Rev. August Department Internal W-9 2013) of the Imams)/ Iter.enueSgxvi e Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. I Print or type See Specific Instructions on page 2. Name (as shown or ,,,as income tax return) fiutiawss name/distel larded anbty name, if different horn above -- - — Check appropriate box fa federal tax classibcation: I Trust/estate Exerriptinres Exempt payee Exernptien code (it any) (see nustinctanrict): code (it any) ❑ individual/sole proprietor I I C Corporation ❑ S Corporation In Partnersh p L company. Enter the tax dassifica- bon (C"C onponatan, S -S axporation, P-parnnershp)► ► 1 meted liability from FATCA reporting Other (see instructions) Address (number, street, and apt. or suite no.) Requester's name and address (optional) City, state, and ZIP code list amount number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" line to avoid backup withhotchng For individuals, this is your social security number (SSN) However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3 For other entities, it is your employer identification number (EIN). if you do not have a number, see How to get a TIN on page 3 Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter. Part II i Social security number EEO Certification idenllRoatlon atm Under penalties of perjury, I certify that 1 The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to he issued to me), and 2 I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends. or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3 I am a U S. citizen or other U.S. person (defined below), and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt Certification instructions. You must cross out item 2 above if you have been because you have failed to report all interest and dividends on your tax return interest paid, acquisition or abandonment of secured property. cancellation of generally, payments other than interest and dividends, you are not required to instructions on page 3. Sign Signature of Here u.s. person"' from FATCA reporting is correct. notified by the IRS that you are currently subject to backup withholding For real estate transactions. item 2 does not apply For mortgage debt, contnbutions to an individual retirement arrangement (IRA), and sign the certification but you must provide your correct TIN See the Dale► General Instructions Section reformers are to the Internal Retvexnre Code unless otherwise noted. Fuhre developments. the INS has cleated a page on I RS.!p,v tor intimation about Form W 9, ..t wnnv.irs.gcw/w9. Information about any future dnvafoprmentts affecting Form W-9 (such as legislation enacted after we release it) will be posted OO that page:. Purpose of Form A prison who is requital to file ant information return with the ES must obtain your rawest taxpayer idrxthhcation number (I IN) to report, tor example, income paid to you, payments made to you in settheanertt of payment card and thud party network hartsactic s, real estate hansachorns, mortgage interest you paid. acquashon or abandonment al sewed property, cartaikatiut of debt, or cuttntxatiorts you made to an IRA. Use Form W-9 only if year are a (1.S. person (imitating a resident alien), to provide you correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting tor a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you arc a U.S. exempt payee. II applicable, you are also certifying that as a U.S. person, your allocable share of any pa Inerstnp inane hunt a U.S. trade or baseless is not subiect to the withholding tax on foreign partners' share of effectively connected income, and 4 Certify that FATCA code(s) entered on this form (i1 any) indicating that you are exempt from the FATCA reporting, is correct. Note. II you are a U.S. person and a requests given yam a form other than hcam W 9 to request your TN, you must use the requester's form it It is substantially sundae to this Form W-9. palniton of a U.S. parson i or federal tax purposes, you are considered a U.S. person it you are. • An individual who is a U.S. ntuen or U.S. resident ahem, • A partnership, corporation. company, or associate) created or organized in the (kited States or under the laws of the (kited States. • An estate (other than a foreign estate), or • A domestic trust (as defined in Regulations section 301.7701- 7). Special rules for partnerships. Partnerships that conduct a trade or business in the Vented States are generally required to pay a withholding tax cinder section 1446 on any foreign partners' share of effectively connected taxable income from such business. Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 ►equee d partnership to presume that a partner IS a foreign person, and pay the section 1446 withholding tax. Therefore, it you are a 11.S. person that is a partner in a partnership conah„tinq a trade or tirrainms in Me United States. provide f-orm W 9 to the partnership to establish your U.S. status and avoid section 1446 withholding nd on you share of partnership ncotne. Cat No. 10231X Form W-9 (Rev. 8 2013) BID NO # B1600088 Page 13 COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith. from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1 The price(s) and amount of this bid have been arrived at independently. without consultation. communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication. agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high. noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Contractors firm or company namo By TOR') ;:nd contractors tern or company name (It ;otnt venture ) By I Dato tM+ Sworn to before me this day of. 20 My comm's n e Tres NOTE: This document must be signed in ink. COOT Form +606 1102 BID NO # B1600088 Page 14 NOTICE OF AWARD Crushed Type II Cover Coat Aggregate To: Project Description: The project in general consists of crushing, stockpiling and loading 6,000 tons of Crushed Type II Cover Coat Aggregate material into Weld County trucks for the 2016 chip seal projects in Weld County. The Owner has considered the Bid submitted by you for the above described Work in response to its Invitation for Bids and Instructions to Bidders. You are hereby notified that your Bid has been accepted in the amount of $ or as shown in the Bid Schedule. You are required by the Instructions to Bidders to respond within ten (10) calendar days from the date of this Notice to you. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this day of , 2016. Weld County, Colorado, Owner By Joshua Holbrook, Construction Inspection Supervisor ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by (Contractor) Dated this day of , 2016. By: Title: BID NO # B1600088 Page 15 WELD COUNTY PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS The Colorado Department of Transportation 2011 Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. PROJECT SPECIAL PROVISIONS Index Page Revision of Section 105.22 Revision of Section 106.03 Revision of Section 106.08 Revision of Section 703.05 — Dispute Resolution — Sample, Test, and Spec - Storage of Materials — Aggregates for Cover Coat Material (March 2014) (March 2014) (February 2011) (February 2011) The remainder of this page left blank intentionally Page 16 17 18 19 20 BID NO # B1600088 Page 16 REVISION OF SECTION 105 DISPUTE RESOLUTION Section 105 — Definition and Terms is hereby revised for this project as follows: Subsection 105.22 shall be revised as follows: The Colorado department of Transportation will not participate in the resolution process for any claims filed by the Contractor. Contract claims will follow the appropriate procedures for Subsection 105.17 except that all claims reviews will be handled by Weld County or its duly authorized representative. The following terms of this subsection shall be defined as follows: Project Engineer shall be Weld County Public Works. District Engineer shall mean the Weld County Public Works Department of its duly authorized representative. Chief Engineer shall mean the Weld County Public Works Department of its duly authorized representative. For this project the Weld County Duly Authorized Representatives are: Project Manager: Josh Holbrook, Construction Inspection Supervisor Project Engineer: Don Dunker, County Engineer Project Inspector: Nick Marquez, Eng. Tech III The remainder of this page left blank intentionally BID NO # B1600088 Page 17 REVISION OF SECTION 106 SAMPLES, TESTS, CITED SPECIFICATIONS Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.03 shall be revised as follows: 1) Sampling and testing will be done in accordance with table 1-A 2) Weld County reserves the right to select random samples from the stock pile for retesting. The retesting may be prior to or after incorporation of materials in the work. Those materials sampled and tested that do not meet the requirements of the contract will be rejected. QA FREQUENCY GUIDE SCHEDULE MINIMUM MATERIALS SAMPLE AND TESTING. TABLE 1-A Type of Test Sampling and Testing Frequency Verification Testing (ASTM or AASHTO) Gradation 1 per 2,000 tons AASHTO T27 and T11 LA Abrasion 1 per source AASHTO T96 The remainder of this page left blank intentionally BID NO # B1600088 Page 18 REVISION OF SECTION 106 Storage of Materials Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.08 shall be revised as follows: Materials shall be stored to assure the preservation of their quality and fitness for the work. Stored materials, even thought conditionally approved before storage, will be subject to inspection and testing prior to incorporation into the work. Storage of material could be required for the length of the contract. or through November 30, 2016. The remainder of this page left blank intentionally BID NO # B1600088 Page 19 REVISION OF SECTION 703.05 Aggregate of Cover Coat Material Section 703 of the Standard Specifications is hereby revised for this project as follows: Subsection 703.05 shall be revised as follows: The aggregate shall conform to the following requirements: 1) Aggregates for Cover Coat material shall be crushed stone. 2) All aggregates shall be crushed and exhibit 100% fractured faces. 3) Percentage of wear, Los Angeles Abrasion Test (AASHTO T 96), maximum loss of 30%. 4) At least 90 percent by weight of the particles retained on the #4 sieve shall have at least two fractured face. 5) The maximum amount of flat and elongated aggregate with a ratio of 3:1 shall not exceed 12 percent as Determined by ASTM D4791 6) The results of an analysis of the aggregate, performed by an independent testing laboratory on a representative sample then in the presence of Weld County personnel, shall be furnished to Weld County at least fifteen working days prior to initial product pick up. Table 703-6 Gradation Specifications for Cover Coast Aggregate Sieve Size Percent by Weight Passing Square Mesh Sieve 3/8" (Type I) '/2" ;Type II) 3/a" (Type IV) 3/4" '/Z" 100 3/8" 70-100 #4 0-4 #200 0-1.5 The remainder of this page left blank intentionally BID NO # B1600088 Page 20 Cheryl Hoffman From: Sent: To: Subject: Should be good. Frank Haug Monday, April 11, 2016 2:03 PM Josh Holbrook; Trevor Jiricek RE: Bid B1600088 for Type II agg. for 2016 chip seal program Frank N. Haug Assistant Weld County Attorney 1150 O Street Mailing Address: P.O. Box 758, Greeley, CO 80632 tel: (970) 356-4000 x4394 fax: (970) 352-0242 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. Original Message From: Josh Holbrook Sent: Monday, April 11, 2016 1:01 PM To: Trevor Jiricek <tjiricek@co.weld.co.us>; Frank Haug <fhaug@co.weld.co.us> Subject: Bid B1600088 for Type II agg. for 2016 chip seal program Frank /Trevor, Please see attached contract documents for type II (1/2") aggregate for 2016 for your review. I used the same contract that we used for last year's 3/8" contract. Please let me know if you have any questions. Thanks. Joshua Holbrook Construction Inspection Supervisor Department of Public Works 1111 H Street, Greeley CO 80632-0758 tel: 970.304.6496 Cell: 970.301.2622 1 NOTICE OF AWARD Crushed Type II Cover Coat Aggregate To: Gary Pearcy 1800 North Taft Hill road Ft. Collins, CO 80521 Project Description: The project in general consists of crushing, stockpiling and loading 6,000 tons of Crushed Type II Cover Coat Aggregate material into Weld County trucks for the 2016 chip seal projects in Weld County. The Owner has considered the Bid submitted by you for the above described Work in response to its Invitation for Bids and Instructions to Bidders. You are hereby notified that your Bid has been accepted in the amount of $240,000.00 or as shown in the Bid Schedule. You are required by the Instructions to Bidders to respond within ten (10) calendar days from the date of this Notice to you. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this 24th day of May, 2016. Weld County, Colorado, Owner By _ s DIgItaSy signed by Josh Holbrook DN. dc•U5, dcd0, do -WEED, do CO, ou-Wed County, ou-Pubet Works, ousl.hers, al =Josh Holbrook Date 2016.05.24 12121.90 -06'00' Joshua Holbrook, Construction Inspection Supervisor ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by Aibin,r7 Sfrt ein Dated this 'Contractor) a79 day of A/14 -CI , 2016. By: Cifi_ Pet! cl✓ The: /*it BID NO # 81600088 Page 1 WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: mwalters(a�co.weld.co.us E-mail: reverett[cilco.weld.co.us Phone: (970) 400-4222 or 4223 Fax: (970) 336-7226 DATE OF BID: MAY 3, 2016 REQUEST FOR: CRUSHED AGGREGATE TYPE II —1/s" CHIPSEAL DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1600088 PRESENT DATE: MAY 9, 2016 APPROVAL DATE: MAY 23, 2016 VENDOR MARTIN MARIETTA 1800 N TAFT HILL RD FT COLLINS CO 980521 PRICE PER GRAVEL PIT TON TOTAL LOCATION $40.00 $240,000.00 PUBLIC WORKS WILL REVIEW THIS BID. 925 N 35th AVE Greeley CO 2016-1533 5/9 Hello