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
20151625.tiff
BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW RE: 2017 Crack Filler Material Supply DEPARTMENT: Public Works DATE: 4/27/17 PERSON REQUESTING: Neal Bowers Brief description of the problem/issue: The agreement for 2016 Crack Filler Material Supply (B1500127) can be extend from June 25, 2017, to June 24, 2018, as permitted by the original contract. This extension would be the third year of a possible three year contract. Crafco Inc. did not request an increase in the price of crack filler material per ton. The bid submitted doesn't exceed the 2017 crack filler maintenance budget. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) The Board may either approve or deny the contract extension. Recommendation: Public Works recommends approval of the extension for Crafco Inc. contract for Crack Filler Material supply in the amount of $48,348.00 Sean P. Conway Julie A. Cozad, Chair Mike Freeman Barbara Kirkmeyer Steve Moreno, Pro -Tern Approve Schedule Recommendation Work Session Other/Comments: co. 0464,4,2 ettJ 6 1- /7 020/5- /l,Oa5 e&oo7� CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND CRAFCO INC. This Agreement Extension/Renewal ("Renewal"), made and entered Into 27 day of April, 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 Crafco Inc., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2015-1625 approved on June 24, 2015. 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 June 24, 2017. • The parties agree to extend the Original Agreement for an additional 365 day period, which will begin June 25, 2017 and will end on June 24, 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. This extension will be the third year of a possible three year contract. 2. The 2016 bid schedule of the contract shall be replaced by the attached 2017 bid schedule, which is incorporated herein. 3. The total contract amount not to exceed $48,348.00. • 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: BOARD OF COUNTY COMMISSIONERS WELD (AUNTY, COLORADO Steve Moreno, Pro—TT(em��.JNAY 0 8 AUESY:.... Stet/ .^/ v sidle;A Weld Co BY: Deputy Clerk oZo%� /4.02.6' 2017 CRACK FILLER MATERIAL SUPPLY CRAFCO INC. i7RIfl St;Nt t1LH ITEM# 1 QUANTITY i Aga PM"�C T LOCATION Egg iala p ANDNAME 408 Rubberized Crack Filler and Delivery 60 Ton $805.80 $48,348.00 Cheyenne, WY 80115-Deery 115 Prices wi I include all labor and equipment cost necessary to manufacture, load, scale and deliver material to Weld County Public Works facility. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets aA of the conditions, specifications and special provisions set forth In the request for proposal for Request No. #81500127 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. TOTAL BID SUMMARY $48,348.00 FIRM Crafco, Inc. BUSINESS ADDRESS 6165 W. Detroit St. CITY, STATE, ZIP CODE Chandler 485226 TELEPHONE NO 802-276-0406 FAX 480-961-0513 TAX ID# 86-0324978 PRINTED NAME AND TITLE Bryan Darling Western Regional Sales Manager SIGNATURE E-MAIL bryan.darlIngrtcrafco.com DATE April 27, 2017 AC :PREY CERTIFICATE OF LIABILITY INSURANCE 4/10001 1 DATE iMMIDDI YYY 4/11/2017 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. 1 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policylies) 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 Ileu of such endorsementjsl. PRODUCER LOCKTON COMPANIES 5847 SAN FELIPE, SUITE 320 HOUSTON TX 77057 866-260-3538 A0' Flu: 1,A.I� INSURERISI AFFORDING COVERAGE NAIC 0 INSURER A : AC1; Amrricett insurance ComoanY „x2.667 ;QQ79 42257 INSURED Crafco, Inc. 1407257 2829 Lakeland Dave Flvwood MS 39232 INSURER s National Fire and Marine Insurance Co INSURER c ; A.Eri 4ie0eri}1 Insurance Qgsnoany INSURER O L .JtLUMFR F COVERAM CERTIFICATE M111B11 .l. 34 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED ABOVE 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 PER TAW, 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. tAt A TYPE OF INSURANCE POLICY NUMBER X COMMERCIAL GENERAL LIABILITY 1 C.A MS -MADE I y 1 OJCLR 'Wm RStATF:_Il.1II AP PL Ih S PLC' POLICY PR(l- I ,:t: n JFCT I CMLR Y Y XS1.02786600I 4/30/2017 4/30/2011 LIMITS A A AUTOMOBILE UABILITY B A ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY 5(CnH,EDULED NON -OWNED AUTOS ONLY UMBRELLA LIAR x EXCESS LIAR Y Y ISAH09055496 fSAH09055502 4/30/2017 4/31/2017 4/30/2018 4/30/2018 1,000,000 $ 1,009,000 MEc VLF LMI' 9neaelsoni J: XXXXXXX )'ERS0yAL & ADV INJURY k 1,000.000 GENERAL P,! RLGATE ri+ c1 cs/M?lof!" G s 2.OQo.QoQ s 2.000,000 $ BODILY INJURY (Per person) ,s 2.00.0,000 $ XXXXXXX BODILY INJURY iPer accident $ XXXXXXX �orrx�vn $ XXXXXXX $ XXXXXXX DEC RETENTION$ WORREiRS COM PENSATTOR AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIP.XECUT,VE OFFICERINEMBER EXCLLIOFAT (M.ed.Iory in NN) It yes. describe under DESCRIPTION Of OPERATIONS below Y Y 42-UMO-302493-02 4/;0/20I'! 4/30/2018 EACH OCCURRENCE AGGREGATE N Y WLRC49114539 ADS) WLRC64409530 WS) 4/30/2017 4/30/2017 4/30/2018 4/30/2018 X t STATUTE I M. E L. EAJ+ ACCIDENT [ 1... DISEASE - EA EMPLOYEE (.1, ErssASE.P000YLfaT 10.OQ0 Q >' 10409,000 , $xxxxxxx 31a00O.000 I I,I 000. a.1.I11.000 DESCRIPTION OF OPERATIONS I LOCATORS / VEHICLES (ACORD 1O1, Abditional Remarks Schedule, may be 'attached if more apace is required) CERTIFICATE HOLDER 14023434 Weld County Public Works Pavement Management Division 1111 H SIreft P.O, Box 758 Greeley CO 80632 CANOE. ,LATION See Attachments 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 CORPORA -11O18. All rights reserved The ACORD name and logo are registered marks of ACORD MEMORANDUM TO: Clerk to the Board DATE: May 25, 2016 FROM: Neal Bowers, Public Works Department SUBJECT: Agenda Item RE: Doc #2015-1625 Bid #B1500127 Renewal/extension of original agreement for the 2016 Crack Filler Material Supply with Crafco, Inc. This is the second year of a possible three-year contract from June 25, 2016, to June 24, 2017, for no more than $56,406.00. Enclosures M .\Francie\AGENDA memos \Agenda-Neal.doc CC: P\\i(FCIN&) RECEIVED MAY 2 5 2013 WELD COUNTY COMMISSIONERS BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW/ WORK SESSION REQUEST RE: 2016 Crack Filler Material Supply DEPARTMENT: Public Works PERSON REQUESTING: Neal Bowers, Public Works DATE: 5/11/16 Brief description of the problem/issue: The original agreement for 2015 Crack Filler Material Supply (B 1500127) can be extend from June 25, 2016, to June, 24 2017, as permitted by the contract. This extension would be the second year of a possible three year contract. Crafco Inc. did not request an increase in the price of Crack Filler per ton. The bid submitted doesn't exceed the 2016 crack filler maintenance budget. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) The Board may either approve or deny contract extension / renewal. Recommendation: Public Works recommends approval of the renewal for Crafco Inc. contract for Crack Filler Material Supply: Mike Freeman, Chair Sean P. Conway, Pro -Tern Julie Cozad Barbara Kirkmeyer Steve Moreno Approve Schedule Recommendation:! Work Session Other/Comments: CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND Crafco Inc. This Agreement Extension/Renewal ("Renewal"), made and entered into 27 day of April, 2016, 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 Crafco Inc., hereinafter referred to as the "Contractor'. WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2015-1625 approved on June 24, 2015. 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 June 24, 2016 • The parties agree to extend the Original Agreement for an additional 365 day period, which will begin June 25, 2016 and will end on June 24, 2017. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. The 2015 Bid Schedule of the original contract shall be replaced with the attached 2016 Bid Schedule, which is incorporated herein. 2. The original contract price shall be modified to no more than $56,406.00 for this contract period between June 25, 2016 and June 24, 2017. 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: Bryan Darling- Crafco, Inc. Prin Name ATTEST: d ;‘,k, Weld County Clerk to the Board ��� �!� WELD COUNTY, COLORADO BOARD OF COUNTY COMMISSIONERS BY: Dep ty Clerk to the Board APPROVED AS TO FUNDING: Controller APPRO County Attorney Ele Director of General Services ,20it t -1!2 216 2016 CRACK FILLER MATERIAL SUPPLY CRAFCO INC. 2016 BID SCHEDULE ITEM# ITEM QUANTITY UNIT PRICE CONTRCT LOCATION PER PRICE AND NAME UNIT 408 Rubberized Crack Filler and Delivery 70 Ton $805.80 $56,406.00 Cheyenne, WY 80115-Deery 115 Prices wi I include all labor and equipment cost necessary to manufacture, load, scale and deliver material to Weld County Public Works facility. 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. #81500127 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. TOTAL BID SUMMARY $56,406.00 FIRM Crafco, Inc. BUSINESS ADDRESS 6165 W. Detroit St. CITY, STATE, ZIP CODE Chandler, AZ 85226 TELEPHONE NO 602-276-0406 FAX 480-961-0513 TAX ID # 86-0324978 PRINTED NAME AND TLE Bryan Darling Western Regional Sales Manager SIGNATURE. E-MAIL bryan.darling@crafco.com DATE May 2, 2016 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES CERTIFICATE OF EXEMPTION NO. 98-03551 A �® CERTIFICATE OF LIABILITY INSURANCE 4/30/2017 DATE IOO/YYYY) 4/29/2016 4/29/ 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 LOCKTON COMPANIES 5847 SAN FELIPE, SUITE 320 HOUSTON TX 77057 866-260-3538 CONTACT PHONE I FAX (AIC No Ent)' I (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC q INSURER A: ACE American Insurance Company 22667 INSURED Crafco, Inc. 1407257 2829 Lakeland Drive Flowood MS 39232 INSURER a :National Fire and Marine Insurance Co 20079 INSURER C: INSURER D: INSURER E: INSURER F: • REVISION NUMBER: XXXXXXX 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. INSRP TYPE OF INSURANCE INSD SUER I POLICY NUMBER IMM/DDY�1 (MMIDDTYY YYY) LIMITS A X COMMERCWLGENERAL LIABILITY Y Y XSLG27852099 4/30/2016 4/30/2017 EACH OCCURRENCE 5 1,000,000 DAMAGE 10 RENTED PREMISES (Eaoccurrence) $ 1,000,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ XXXXXXX PERSONAL BADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PRO - JECT PRO PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ A A AUTOMOBILE X — LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS _ _ SCHEDULED AUTOS NON -OWNED AUTOS y y ISAH09042684 ISAH09042696 4/30/2016 4/30/2016 4/30/2017 4/30/2017 gaig ident) GLE LIMIT IEa a¢itlent) $ 2,000,000 BODILYINJURY(Perperson) $ XXXXXXX BODILY INJURY (Per accident) $ XXXXXXX PROPERTY DAMAGE (Per accident) $ XXXXXXX $ XXXXXXX B X UMBRELLA LIAB EXCESSLIAB X OCCUR CLAIMS -MADE Y Y 42-UMO-302493-01 4/30/2016 4/30/2017 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ XXXXXXX LIED I I RETENTIONS A es WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER (Mandatory EXCLUDED? in NH) If yes.describeunder Dyes.OPERATIONS bolas, Y / N N NIA Y WLRC48605916 4/30/2016 4/30/2017 X I PER STATUTE H ER E.L. EACH ACCDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000000 $ 1,000,000 E.L. DISEASE -POLICY LIMIT DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space is required) THUS CERTIFICATE SUPERSEDESAILPREWOUSLY ISSUED CERTIFICATES FOR THIS HOLDER,APPLICABLETOTHE CARRIERS LISTEDANDTHE POLICYTERM(S) REFERENCED. CERTIFICATE HOLDER CANCELLATION See Attachment 14023434 Weld County Public Works Pavement Management Division 1111 H Street P.O. Box 758 Greeley CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CCORPOA I rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD All policies (except Workers' Compensation/EL) include a blanket automatic Additional Insured endorsement [provision] that confers Additional Insured status to the certificate holder only if there is a written contract between the named insured and the certificate holder that requires the named insured to name the certificate holder as an Additional Insured. In the absence of such a contractual obligation on the part of the named insured, the certificate holder is not an Additional Insured under the policy. All policies include a blanket automatic Waiver of Subrogation endorsement [provision] that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. In the absence of such a contractual obligation on the part of the named insured, the Waiver of Subrogation feature does not apply. Miscellaneous Attachment: M515965 Master ID: 1407257, Certificate ID: 14023434 WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR 2015 CRACK FILLER MATERIAL SUPPLY #61500127 May 2015 Weld County Public Works Pavement Management Division 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-304-6496, Ext. 3750 /-ay-,loi5 cc vv(k/ ) -o2. 4- /s 6Goo7a 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 material supply for this project. BIDDING REQUIREMENTS Invitation to Bid 3 Instructions to Bid 4-5 General Provisions 5-7 Insurance Requirements 7-9 Specifications and/or scope of work and proposed pricing 10 Bid Schedule 11 Acknowledgement of Bid Documents 12 IRS Form W-9 13 Anti -Collusion Affidavit 14 CONTRACT FORMS Notice of Award 15 SPECIAL PROVISIONS Project Special Provisions Index 16 Project Special Provisions 17-20 BID REQUEST #61500127 Page 2 REQUEST FOR BID WELD COUNTY, COLORADO 150 O STREET GREELEY, CO 80631 DATE: May 15, 2015 BID NUMBER: B1500127 DESCRIPTION: 2015 Crack Filler Material Supply DEPARTMENT: Public Works BID OPENING DATE: June 04, 2015 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: 2015 Crack Filler Material 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. 0601/2015 IWeld County Purchasing jinx 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 htto://www.co.weld.co.us/Departments/Purchasinq/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. Bid Delivery to Weld County — 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids @ w e I 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. 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 REQUEST #B1500127 Page 3 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County 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 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 BID REQUEST #B1500127 Page 4 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 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 BID REQUEST #61500127 Page 5 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 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. 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. P. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. BID REQUEST #61500127 Page 6 Q. 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. R. 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. S. 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. T. 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. U. 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. V. 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. W. 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 BID REQUEST #81500127 Page 7 performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this 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 BID REQUEST #61500127 Page 8 sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same 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. BID REQUEST #B1500127 Page 9 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Purpose: The project in general consists of the manufacture and delivery of specified crack fill material for Weld County 2015 crack seal projects. General Conditions and Information: 1. Weld County will not supply any material for this project. 2. Bidders must indicate the location of their plant. 3. Vendor will load, scale, and deliver all materials to Weld County Public Works facility at 1111 H Street, Greeley, CO by no later than September 16, 2015. 4. Payment shall be made according to the bid price per ton times the tons of material supplied as determined by scale tickets from the plant. All tickets must be signed by a Weld County employee. 5. Vendor will call 24 hours before delivery of material, delivery will only between 7:00am to 3:00 pm, Monday through Friday. The successful bidder is required to accommodate these situations. 6. Weld County will select the bidder based on the lowest cost to the County that meets specifications. 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. The below CDOT specification documents are pertinent to this contract. References to the division shall mean Weld County and all documentation required will be handled through the Weld County Public Works Department. Specifications can be found on pages 17-20 of this document. Section 105.22 Section 106.07 Section 106.08 Section 408.02 Dispute Resolution Material Inspection Control of Materials Materials/Joint & Crack Sealant Schedule: Advertisement: Published: Bid Due to Purchasing: Estimated Bid Accepted by BOCC: Weld County Contract: May 15, 2015 Greeley Tribune June 04, 2015 June 22, 2015 (March 2014) (February 2011) (February 2011) (February 2011) Questions related to the project and procedures should be directed to: Neal Bowers, Pavement Management Supervisor Weld County Public Works 970.304.6496, ext. 3744 nbowers@co.weld.co.us Terms and Conditions: The Agreement shall commence approximately June 2015 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. Cost increase must be consistent with regional trends. Weld County will use the ENR cost index (Paving, PG 58 per ton Denver) to measure the percent of increase from year to year to justify increase in cost. Price adjustment will not be implemented without final approval from Weld County. BID REQUEST #B1500127 Page 10 2015 BID SCHEDULE ITEM# ITEM QUANTITY UNIT PRICE CONTRCT LOCATION AND PER UNIT PRICE NAME 408 Rubberized Crack Filler and Delivery 50 Ton $805.80 $40,290.00 Cheyenne, WY 80115-Deery 115 Prices will include all labor and equipment cost necessary to manufacture, load, scale and deliver material to Weld County Public Work's facility. 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. #81500127 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 Crafco, Inc. BUSINESS ADDRESS 420 North Roosevelt Avenue CITY, STATE, ZIP CODE Chandler, AZ 85226 TELEPHONE NO j:602) 276-0406 FAX (480) 961-0513 TAX ID # 86-0324978 PRINTED NAME AND TJktFJBrvan.Dading/ Western Regional Sales Manager SIGNATURE �Cc E-MAIL brvan.darlinq(Ecrafco.com DATE 5/29/15 **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. ATTE %irkt `" -d4; BOARD OF COUNTY COMMISSIONERS WelClerk to the Board W , D COUNTY, CO • ' ' DO BY Deputy C BID REQUEST #81500127 rbara Kirkmeyer, air JU 2 4 2015 PPROVED AS TO SUBSTANCE, oZ0%f /4,026 - Page 11 Direc or of neral S ACKNOWLEDGEMENT OF BID DOCUMENTS Bid Opening Checklist: AU of the following paqes 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) id Schedule (page 10) 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. Crafco, Inc. (Contractor) Dated this 29th day of May , 2015 By:✓'������ Bryan Darftnq Title: Western Regional Sales Manager BID REQUEST #81500127 Page 12 BID REQUEST #B1500127 Page 13 Nam iiit 9 (v. Aug t2013) oeeo ass of the Treasury Intelred Revenue Service Request for Taxpayer Identification Number and Certification Give Fottn to the requester. Do not send to the IRS. Print or type See Specific Instructions on page 2. Name (as sham on you intone tax rclun) Crafco, Inc. Business name/disregarded entity name, it ddlerent Ironer above Check appropriate boa to federal tax classification: ❑ Individual/sole proprietor [) C Corporation O S Corporation ❑ Partnership ❑ Trust/estate Exemptions (see irahudions): Exempt payed code (If any) ❑ Limited liability company. Enter the tax classification (C_C corporation, S=S caperatie n, P=partrrxship)► Exemption from FATCA reporting code (if any) ❑ Other (see instructions) ► Address (number, street, and apt. ix suite no.) 420 North Roosevelt Avenue Requester's name and address (optional) City, state, and 21P code Chandler, AZ 85226 List account numbet(s) hero (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given an the "Name" line 1 Social security number to avoid backup withholding. 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 - -Ill I TIN on page 3. Note. II the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter. Employer identificaton number 8 6 0 3 2 4 9 7 8 Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withhoding 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 FATCAcode(s) entered on this form ()f any) indicating that I am exempt from FATCA reporting Is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the Instructions on page 3. 1 1 Sign Here Signature of U.S. person ► Da„ 5/29/15 General Instructions Section references are to the Internal Revenue Code unless othowiso noted. Future developments. The IRS has created a page on SIS.gov for information about From W-9, a1 unw,.irs.govhvg. Information about any future developments altecting Form W-9 (such as legislation erraclert alter vie release i1) oat be posted an that page. Purpose of Form A person who is required to file an information return with the IRS roust obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, payments made to you insotUanenl ut payment said and tlnd party network transactions, real estate transactions, mortgage inlet oat you paid, acqusition or abandonment of eeculed property, canccllatirxi of debt, or contributions you made to an IRA. Use Form Y/-9 only if you are a U.S. person (including a resident alien), to provide your correct TN to the person requesting it litre requester) and. when applicable, to: 1. Cetlify that the 1114 you are giving Is correct (or you are waiting for a number lobe issued), 2. Cannily that you are riot subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. poison, your allocable share of any partnership insane from a U.S, bade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this tam (it any) indicating that you ate exempt born the FATCA reporting, is correct. Note. II you are a U.S. person and a requester gives you a lam other than Fall) W-9 to request your TIN, you must use the requester's lam it it is substantially similar to this Form W-9. DefnitIon of a U.S. person. For federal tax purposes, you are considered a U.S. person it you are: • An individual who is a U.S. Wizen a U.S. resident aien, • A partnership, corporation, company, or association created or organized in the United Stales or under the laws of the United Slates. • An estate (other than a foreign estate), or • A domestic trust (as dorrnenl in Regulations section 301.77017). Special rules for partnerships. Partriorslrps that conduct a trade ur business tin the United States are generally required to pay a withholding tax under section 1446 many foreign partners' share of effectively convected taxable income from such buotnoss. Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to preaimo that a par lrwr is a foreign person, and pay the section 1446 withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Fenn W-9 to the parbiershp to ustabish yore U.S. status and avoid section 1446 withholding on you share of partnership income. Cat. No. 10231X Fam W-9 (Rev. 8-2013) BID REQUEST #81500127 Page 14 COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT PROJECT NO LOCATION 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. 28. 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 tirm 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. S. 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. Cornmcla s Amt or company name Crafco, Inc. By Bryan Darling Date 5/29/15 Tian Western Regional Sales Manager 2nd contractors Amt or company name Wiwi venture.) By Dale Tril r Sworn to before me this 9 day of, i 3 1(_y 20 /S Nolan PWIp ' OFFICIAL SEAL A� JANET E. KEATING � ti NOTARY PUBLIC - State of Arizona arn�� MARICOPA COUNTY My Comm, EiTiresOctober 29,2015 My `or/A dir0n mom dG �+ _ / Vwt �/s NOTE: This document must be signed in ink. COOT Form a606 1/02 BID REQUEST #B1500127 Page 15 NOTICE OF AWARD 2015 Crack Filler Material Super To: Crafcg Inc. 420 North Roosevelt Ave. Chandler, AZ 85226 Project Description: The project in general consists of manufacture and delivery of specified crack fill material for the 2015 crack 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 $ 40,290.00 or as shown in the Bid Schedule. You are required by the Instructions to Bidders to respond within ten (10) calendar clays 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 22 day of June , 2015. Weld County, Colorado, Owner By / . C>✓f de,-tArczw / Neat Bowers, Pavement Management Supervisor ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by Crake, Inc. _ (Contractorl Dated this 22 day of .tune , 2015. j By: Title: eryrn1Tnk.nr estern Regional Sales Manager BID REQUEST #81500127 Page 16 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 106.07 — Revision of Section 106.08 — Revision of Section 408.02 — Dispute Resolution Material Inspection Control of Materials Materials/Joint & Crack Sealant (March 2014) (February 2011) (February 2011) (February 2011) The remainder of this page left blank intentionally Page 16 17 18 19 20 BID REQUEST #B1500127 Page 17 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: Neal Bowers, Pavement Management Supervisor Project Engineer: Don Dunker, County Engineer Project Inspector: Josh Holbrook, Construction Inspection Supervisor The remainder of this page left blank intentionally BID REQUEST #B1500127 Page 18 REVISION OF SECTION 106 MATERIAL INSPECTION Section 106.07 of the Standard Specifications is hereby revised for this project as follows: When the Engineer inspects the material at the plant the following conditions will be met: (1) The engineer shall have the cooperation and assistance of the Contractor and the materials producer. (2) The engineer shall have access to all parts of the plant necessary for the manufacture or production of the materials being furnished. Test on the material shall be witnessed by a representative of Weld County for specification compliance. No material will be accepted if associated batch and lot numbers do not match previously approved material. Weld County reserves the right to select random samples from the job in progress for retesting. The retesting may be prior to or after incorporation of materials into the work. Those materials sampled and tested after delivery on the project or after incorporation into the work that do not meet the requirements of the contract will be rejected. The remainder of this page left blank intentionally BID REQUEST #81500127 Page 19 REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.08 shall be revised to include the following: Packaging, Marking and Storage. Sealant material shall be supplied pre -blended, pre -reacted, and pre-packaged. If supplied in solid form, the blocks of completed material shall be cased in a plastic or other dissolvable liner having the capability of becoming part of the crack sealing liquid. Each container shall be legibly marked with the manufacturer's name, the trade name of the sealer, the manufacturer's batch or lot number the application temperature range, the recommended application temperature, and the safe heating temperature. The material will be stockpiled at the Engineering Department, 1111 "H" Street, Greeley, Colorado. It is the sole responsibility of the supplier to coordinate delivery times. The remainder of this page left blank intentionally BID REQUEST #61500127 Page 20 REVISION OF SECTION 408 MATERIALS/JOINT & CRACK SEALANT Section 408.02 of the Standard Specifications is hereby revised for this project as follows: Material Specification Hot Pour Rubberized Asphalt Crack Filler. Crack filler material shall be hot pour polymer rubberized asphalt crack filler and shall not contain vulcanized or reclaimed rubber. Contractor shall submit details of proposed crack filler to the Engineer for approval. Crack filler material shall meet or exceed the following requirements. Material shall be tested in accordance to ASTM D-5329. Samples shall be prepared and heated in accordance to ASTM D-5167. Cone Penetration: The average of three determinations, when tested at 77EF for five (5) sec. at 150 grams total moving weight, will not exceed 90 DMM. Resilience: The average of three determinations when tested at 77EF for twenty (20) sec. will be a minimum of 60%. Flow: Material shall be tested in accordance to ASTM D-3407, Flow shall not exceed 3 mm. after 5 hours. Softening Point: Material shall have a minimum softening point 190°F (93.3 DC), ASTM D36. Tensile Strength Adhesion: Conduct test in accordance with ASTM D-3406, Section 4.7 Tensile Adhesion @ 77F; except that sealant specimens shall be cured 4 hours (not 7 days). Minimum extension is 500%. Ductility: A standard specimen shall be capable of being pulled a minimum of 30 cm at 1 cm/min at 39.2DF (4DC) (State of Utah Test). Force Ductility: The standard specimen shall not exceed a force of 4 pounds maximum during the specified elongation rate of 1 cm/min at 39.2DF (4DC). (State of Utah Test). Flexibility: A (1/8" x 1" x 6") specimen of the product conditioned to-16.6DF (-27DC)for one hour shall be capable of being bent to a 90D angle over a 1 - 1/8 inch (28.6mm) mandrell in 2 seconds without cracking. (State of Utah Test). Viscosity: Material shall have a viscosity of 1700CP maximum at 300DF (148.9DC), as determined by the Brookfield viscosity test method, SC4-27 spindle, 20 rpm. Incubate the specimen in the sample chamber and thermosel unit for 15 minutes prior to conducting the test. Report the result as the average of three. Use readings taken at 15, 30, and 45 minutes. BID REQUEST #61500127 Page 21 DEET® PAVEMENT PRESERVATION PRODUCTS CERTIFICATE OF COMPLIANCE DEERY 115 SEALANT Part Number 80115 Project Location: Date: Weld County CO May 29, 2015 DEERY 115 is a hot applied single component elastically modified composition of asphalt cement, virgin synthetic polymer and other modifiers. The DEERY 115 sealant supplied is certified to meet the following requirements: PROPERTIES of DEERY 115 When sampled and heated to maximum heating temperature in accordance with ASTM D5167 TEST Cone Penetration Softening Point Workability Resilience @ 77°F (25°C), 20 Sec. Curing to traffic Flow @ 140°F (60°C), 5 hrs., 75° Angle Tensile Adhesion Ductility @ 1 cm/min. @ 39.2°F (4°C) Force Ductility @ 39.2°F (4°C) Flexibility (1/8" x 1" x 6") 90° bend over 1.125" mandrel, 2 sec. Asphalt Capability Recommended Application Temperature Maximum Heating Temperature Sincerely, im Chehovits Vice President of Operations CRAKaC AN ERGON 5 COMPANY METHOD SPECIFICATION LIMITS ASTM D5329 ASTM D36 ASTM D5329 ASTM D5329 ASTM D5329 ASTM D113 Utah Test ASTM D5329 ASTM D5167 ASTM D6690 80 dmm max 190°F (89°C) min Penetrates ''A" cracks 60% min 30 minutes max 1 mm max 500% min 30 cm min 4 lbs (1.8kg) max No Cracks @ -15°F (-26°C) Pass 380-400°F (193-204°C) 400°F (204°C) 420 N. ROOSEVELT AVE. • CHANDLER, AZ 85226 • WWW.CRAFCO.COM (602) 276-0406 • (800)528-8242 • FAX (480) 961-0513 CRAKO INC AN ERGONPJ COMPANY Weld County Public Works Pavement Management Division 1111 H Street PO Box 758 Greeley, CO 80632 Location of plant: 325 County Road 128A Cheyenne, WY 82007 Crafco, Inc. Corporate Headquarters 420 North Roosevelt Ave., Chandler, AZ 85226 • Phone (602) 276-0406 or (800) 528-8242 • Fax (480) 961-0513 www.crafco.com DEERY 115 PAVEMENT PRESERVATION PRODUCTS HOT APPLIED SEALANT, Part No. 80115 PRODUCT DATA SHEET APRIL 2011 DESCRIPTION DEERY 115 is a hot applied, single component, elastically modified composition of asphalt cement, virgin synthetic polymer and other modifiers. The sealant contains no solvent, is pre -reacted and conforms to the requirements of various modified ASTM standards. Material is tested for low temperature flexibility at -15°F (-26°C). VOC=0 g/l. Previously labeled as CMC-#115. USE DEERY 115 is a moderately low viscosity pavement preservation sealant intended for highway, street and aviation applications for sealing longitudinal and transverse joints and random cracks in Asphalt or Concrete pavements where a free flowing material is desirable. Properly installed, DEERY 115 is an effective barrier against damage from debris and moisture infiltration into cracks and joints within regions experiencing moderate high and low pavement temperatures. HEATING Sealant shall be heated in a hot -oil jacketed melter capable of constant mechanical agitation and equipped with a calibrated thermometer to monitor sealant temperature. Material shall be heated to and maintained at the Recommended Application Temperature during use. Material can be cooled and then reheated, but only if prolonged heating is avoided. Prolonged heating at or above Recommended Application Temperature may severely damage product. If overheating damage occurs, immediately drain machine completely and refill with new material. APPLICATION DEERY 115 is pre -reacted and can be applied immediately after heating to Recommended Application Temperature. With pavement temperature at 40°F (4°C) or higher, place material into clean, dry crack or prepared reservoir by means of a hand-held pour pot, wheeled push bander or wand applicator. Squeegee any excess sealant tight to pavement surface. Pavement may be warmed to 40°F (4°C) or higher with a Hot Air Lance. PROPERTIES of DEERY 115 When sampled and heated to maximum heating temperature in accordance with ASTM D5167 TEST Cone Pen Softening Point Workability Resilience @ 77°F (25°C), 20 sec. Curing to traffic Flow @ 140°F (60°C), 5hrs., 75° angle Tensile Adhesion Ductility @ 1 cm/min. @ 39.2°F (4°C) Force Ductility @ 39.2°F (4°C) Flexibility (1/8" x 1" x 6") 90° bend over 1.125" mandrel, 2 sec. Asphalt Compatibility Recommended Application Temperature Maximum Heating Temperature *Temperature of product measured at pavement surface. Use highest Recommended Application Temperature in cool weather. 'Prolonged heating at or above Recommended Application Temperature may severely damage product. METHOD ASTM D5329 ASTM D36 ASTM D5329 ASTM D5329 ASTM D5329 ASTM D113 Utah Test ASTM O5329 ASTM D5167 ASTM D6690 PACKAGING Material is packaged in cardboard boxes sized to accommodate a maximum of 40 lb (18.0 kg). Material contained in each box is wrapped in a quick melt liner which is dissolved and incorporated into the melted product. Standard packaging is 30 lb (13.6 kg) per box, palletized 75 boxes per pallet with an approximate net weight of 2,250 lb (1,021.0 kg). Pallets are moisture protected with a plastic wrapping and bound with a minimum of two layers of UV resistant stretch wrap. SPECIFICATION 80 dmm max. 190°F (89°C) min. Penetrates 'A" cracks 60% min. 30 minutes max. 1 mm max. 500% min. 30 cm min. 4 lbs. (1.8 kg) max No Cracks @ -15°F (-26°C) Pass 380-400°F (193-204°C)' 400°F(204°C) FOR ADDITIONAL INFORMATION CaIl:1-800-227-4059 toll free Email:info(al7deeryamerican.com Web: www.deeryamerican.com PERFORMANCE Temperature fluctuations, site conditions, surface preparation, traffic, installation technique, material selection, shape factor and surface treatment compatibility influence the effectiveness and useful life of Pavement Preservation treatments. Consider and monitor each element for optimum results. Purchaser and end user should determine applicability for use in their specific conditions. WARRANTY Manufacturer warrants that these products meet applicable ASTM, AASHTO, Federal or State specifications at time of shipment. Techniques used for the preparation of the cracks and joints prior to sealing or filling are beyond our control as are the use and application of the products; therefore, manufacturer shall not be responsible for improperly applied or misused products. Remedies against manufacturer, as agreed to by manufacturer, are limited to replacing nonconforming product or refund (full or partial) of purchase price from manufacturer. All claims for breach of this warranty must be made within three (3) months of the date of use or twelve (12) months from the date of delivery by manufacturer, whichever is earlier. There shall be no other warranties expressed or implied. For optimum performance, follow manufacturer recommendations for product installation. 4ICMINC AN £ GoN it COMPANY 420 N. Roosevelt Ave. • Chandler AZ 85226 1-800-528-8242 • (602) 276-0406 • FAX (480) 961-0513 www.crafco.com O2011. Cratco. Inc.. All Rights Reserved ® ACORCa CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 06/25/2015 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 Marsh USA Inc. 701 Poydras Street, Suite 4125 neworleans.certrequest@marsh.com New Orleans, LA 70139 Ergon -Stand-GAW-15-16 CONTACT PON: PHONE (A/C N Ext): I (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Zurich American Insurance Co 16535 INSURED Crafco, Inc. P.O. Box 1639 Jackson, MS 39215-1639 INSURER B : American Zurich Insurance Co. 40142 INSURER C : INSURER D : INSURER E : INSURER F : CERTIFICATE NUMBER: HOU-002684975-05 REVISION NUMBER:5 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GL0 9300739-14 08/01/2015 08/01/2016 EACH OCCURRENCE $ 5,000,000 CLAIMS -MADE X OCCUR PREMISESO(Ea occurrence) $ 100,000 X $250,000 SIR MED EXP (Any one person) $ 5,000 X Contractual Liability PERSONAL & ADV INJURY $ 5,000,000 GEN'L AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $ 10,000,000 X POLICY PRO - JECTPRO- LOC PRODUCTS - COMP/OP AGG $ 10,000,000 OTHER: $ A AUTOMOBILE LIABILITY BAP 2917435-17 07/01/2015 07/01/2016 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 X ANY AUTO BODILY INJURY (Per parson) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ H HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DED RETENTION $ B WORKERS COMPENSATION WC2917165-17 07/01/2015 07/01/2016 x PER STATUTE OTH- ER AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N N / A E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate Holder is named as Additional Insured with respects to General Liability and Auto Liability as required by written contract. Waiver of subrogation is applicable where required by written contract and subject to policy terms and conditions. CELLATION Weld County Public Works Pavement Management Division 1111 H Street P.O. Box 758 Greeley, CO 80632 I 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. Philip McCann --),-'(-'. � ---4;-- '--c-_22-., © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD MEMORANDUM TO: Jay McDonald DATE: 6/15/15 Director of Public Works FROM: Neal Bowers Pavement Management Supervisor SUBJECT: 2015 Crack Filler Material supply Recommendation Bid Number: #61500127 On June 4, 2015 four bids were submitted/opened for the 2015 Crack Filler Material Supply. The Public Works Department recommends that the bid be awarded to the lowest bidder Crafco Inc. The Public Works Department has purchased crack filler from them before with satisfactory results. The cost below does not exceed the 2015 budget for this product. Crafco Inc. planet is located in Cheyenne WY Price Per Ton $805.80 Total Price (for 50 tons) $40,290.00 pc: Curtis Hall, Trevor Jiricek, Marcia Walters, Rose Everett axis- iLa5 DATE OF BID: JUNE 4, 2015 REQUEST FOR: CRACK FILLER MATERIAL SUPPLY DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1500127 PRESENT DATE: JUNE 8, 2015 APPROVAL DATE: JUNE 22, 2015 VENDOR CRAFCO INC 420 N ROOSEVELT AVE CHANDLER AZ 85226 RIGHT POINTE COMPANY HARVESTORE DR DEKALB IL 60115 MAXWELL PRODUCTS INC 650 S DELONG ST SALT LAKE CITY UT 84104 DENVER INDUSTRIAL SALES AND SERVICE CO 850 S LIPAN ST DENVER CO 80223 PRICE PER TON (based on 50 tons) $805.80 $878.00 $884.20 $1,040.00 PUBLIC WORKS WILL REVIEW THE BIDS. WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: mwalters(aco.weld.co.us E-mail: reverett(a�co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 TOTAL PRICE $40,290.00 DEERY - 115 CHEYENNE WY 80115 $43,900.00 $44,210.00 $52,000.00 850 S LIPAN ST DENVER CO 80223 PLANT NAME & LOCATION DEKALB IL RIGHT POINTE CO 650 DELONG ST SALT LAKE UT 84104 2015-1625 L(21% E r,vo-r a.
Hello