Loading...
HomeMy WebLinkAbout20151021.tiff � RECEIVED ,�,, F��� APR 1 5 2016 � . � ` MEMORANDUM OMMISS ONER� •.�..r-�'�. �`^`-C p-�N 7 Y TO: Clerk to the Board DATE: April 14, 2016 FROM: Josh Holbrook, Inspection Supervisor SUBJECT: BOCC Agenda RE: Bid #1500095 Doc #2015-1021 Contract Agreement Extension/Renewal with Varra Companies, Inc. Extension of Agreement from June 8, 2016, to June 7, 2017. IvI:�Francie\AGEND.A memos\AqendaJosh.docx �� �� ���� L 1 ���,t C��. �- �� �"-� �� ��s-�aa� � �{-�v-2,0��i �f�b - /� �G�?Z BOARD OF COUNTY COMMISSIONERS REVTEW/WORK SESSION REQUEST RE: 2016 Chip Seal Aggregate Supply(3/8") DEPARTMENT: �LD GC)UNT�€'PTKJ�3,�C 1�V�.?RIC� DATE 4}11,2(�16 PERSON REQUESTING: Joshua Holbrook,Weld County Public Works Brief descriptioo of the problem/issue: The Varra Companzes,Inc Agreernent may be extended from.iune 8, 2016,to June 7, 2Q17, as permitted by the contract. This ex€ensian wtaultl be in the sccc��d(2rt�i)y�ar c��a possible i3�iree-y�ear term limit. The ��ntract als��1[ows for yearly rate ad,�us#r���nts �,�sed upon the Llenver-}�vul�er-Greeley CPt ind�ex,which is a 1.176% in�rease. �arr�did request an inc�ase f�r the suppty of 3/8" ��ips. `T'h+� increase v+ras from $i2,�10 a ton in 2015 to $12.1�� a ton in 2016 (1.176% increase). The total contract amount would be$84,980.Od,which is under the budget amount for 2015. Varra was awarded this contract in 2015 as the low bid vendor and the department has been satisfied with their prodnct. What optious exist for the Board? (Include conset�nences,impacts,costs,etc.of options) The Board may either approve or deny the contract ir�rcer�aUextension. Recommendation to the Board: Public Works recommend's the approval of the Contract extension/rencwal to Varra Companies, Inc under the 3/8" Chip Seal Aggregate Suppiy Contract. A rove Schedule �.ec�or�r�.endatian Work Session Comments Mi[ce Freeman ,Charr #''�"�' Sean P. Conway,Pro-Tem ... . ���n nU145 '.+� V �.r tiy �i� � J Julie A.Cozad ����� ` ��, � � ` Barbara Kirkmeyer p —�-�--__- Steve Moreno �d � cc: Jay McDonald Curtis FIall Neal Bowers Mona Weidenketler Janet Lundquist Attachment�: 2026 Contract Agreement extensionlrenewa! 2016 Bid Schedule 2015 vs.2016 Cost comparison 2016 Certificate of liability insuranee :�,,�- CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS I-1 ` AND VARRA COMPAINES, INC. This Agreement Extension/Renewal("Renewal"),made and entered into 9 day of June,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 Varra Companies,Inc,hereinafter referred to as the"Contractor'. WHEREAS the parties entered into an agreement on June 8,2015(the"Originai Agreement"),identified as document B#1500095/2015-1021 � 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 7,2016. • The parties agree to extend the Agreement for an additional one year period,which will begin lune 8,2016,and will end on June 7.2017. � • The Renewal,together with the Agreement,constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documentr. 1.This extension will be the second year of a possible three year contract 2.The 2015 Bid Schedule of the contact shall be replaced by the attached 2016 Bid Schedule,which is incorporated herein. 3. The total contract amount not to exceed$84,980.00. • 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. CONTRAROR: . � t _ E _A��,�'l I�ESiCJ.�� APPROVED AS TO SU C : Pri e i Si ture Ele t O ic r Department Head ATTEST: ,�/�� �/. �� APPROVE S T UN ING: Weld C Clerk to the Bo rd �° �� Controller BY' 1�� � BOARD OF COUNTY COMMISSIONERS � ROVED A O FORM:� I WELD COUNTY,COLORADO �n p y� �/ �./ ]l�� Count A e /Y �U 1 `�-�.��I.P.� � y � Y _ �/�, 't� ��Q Mike Freeman,Chair APR Q 0 2016 v� Director of General Services �o,,���ba-/ 2016 BID SCHEDULE Chip Seal Aparepate Supplv 3/8"for Varra Companies.Inc ITEM# ITEM QUANTITY UNIT PRICE PER CONTRCT GRAVEL PIT LOCATION AND UNIT PRICE NAME 703.05 3/8"Chips 7,000 Ton �VZ � ���1 4�`i"t�? ��-�� ���' � ] Prices will include ali labor and equipment cost necessary to crush,stockpile and load material for use. Bidder must include the name and location of gravel pit,where material will be picked up. BID SUMMARY . I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes. I further certify that the items offered for intended use by Weld County will meet all specification. .----. FIRM NAME: �i�1 �'Y�+ I�I C.�7 BUSINESS ADDRESS: � .E� CITY,STATE,ZIP CODE: �i�. � � J � �....� �'� �lC" ' , TELEPHONE NO.:�C-�7 y ��'4� � �t�G�-J t EMAIL�CCV��T?1�1•I�d'I��" C�°I"����{�-�S r�.L��'� TAXPAYER I.D#.: BY: / ��'' ' TITLE: • DATE: � ` iCI�C�� ��� Z.�'��C WELD COUNT YIS EXEMPT FORM CLOLORADO SALES TAXES. CERTIFICATE OF EXEMPTION NO. 98-03551 0 � � N � (6 r.{ N i U C 0 H � C N �"I V O N �C V � r1 �, O � N � � � C A � � a � a 3 � a� � � �, o � ca � � U .�-� .-+ � � � Q in. •- � a � U t/9 �' � � �I � ai V = c C7 o � 00 ~ a� M � � O m ++ � N i � � V � C � � � � � � � N V `'�'� 0 N � � N � � O O }, � N � v N � a� � E v � � a � U � � M � O � m O � � 3 � � � " � ' Client#:33752 VARCOMPC fl DATE(MMIDD/YYYI� � ACORDTN CERTIFICATE OF LIABILITY IIdSURANCE a�o��zo�s � THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS � CERTIFICATE DOES NOT AFFIRMATtVELY OR NEGATNELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES � BELOW.THIS CERTIFICATE OF tNSURANCE DOES NOT CONSTITUTE A CONTRACT BE7WEEN THE ISSUING fNSURER(S},AUTHORIZED � REPRESENTATIVE OR PRODUCER,AND THE CERTfFICATE HOLDER. _ IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the poticy(ies)must be endorsed.if SUBROGATION(S WAIVED,subject to � the terms and conditions of the policy,certain policies may require an endorsemerrt.A statement on this certificate does not confer rights to the � certificate holder in lieu of such endorsement(s). 3 � PROWCER � Holmes Murphy-Colorado PHONE 515 223-6800 � ac No�c: ______ ac wo: 4 7600 East Orchard Rd,Ste 330 e-e�aa fi $OUtII ADDRESS: z INSURER S)AFFORDMG COVERA6E NAIC M � Greenwood Village,CO 80711 Phoenix Insurance Com an 25623 � INSURER A: P Y INSURED iNsur�R e:Travelers Property Casualty Co. 3935T � Varra Companies,Inc. � 8120 Ga e Street ir+sur�rec:Travelers Indemnity Co of Ameri 25666 � g CaHin S ecial Insurance Com 15989 � Frederick,CO 80516 INSURER D: P tY p � �r,su�R e:Charter Oak Fire Insurance Comp 25615 � INSURER F• � COVERAGES CERTIFICATE NUMBER: REYISION NUMBER: � � THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSl�2ED NAMED ABOVE FOR THE POLtCY PERIOD � INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CdNTRACT OR O7HER DOCUMENT WtTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY TF� POlIC1ES DESCRIBED HEREIN IS S(�.lECT TO ALL THE TERMS, � IXCLUSIONS AND CONDtTIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. � INSR TypE pp INSURANCE D UB POLICY EFF POL�Y EXP LiMRS LTR NSR NfVD POLICY NUMBER M MMID p c�new►�une�un x x 6306A65d550PHX15 d/01l20751Q/01/207 EACHOCCURRENCE s100Q000 � X C�AMERGALGENERAlL1ABILfTY �����j�ENT�ED� S$OOOOO � CWMS•MADE DX OCCUR MED D(P(Atry ate penon) a 10 000 � �Rsow�&n�v INJURY $1 OOO OOO � GENERALAGGREGATE S4 OOO�OOO � GEN1 AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG i 2 OOO,OOO � POI.ICY X P� X LOC ; � E AUTOMOBILE LIABILITY x x 8106A650550COF15 Q/OU2015 10/01/207 �Ba��tSINGLE LIMIT ��pp0,000 � X ANY AUTO 66DILY INJURY(Pet persan) i = ALL OWNED SCHEDULED BODILY INJURY(Per acddent) $ � AUT0.S MfTOS �' X HIREDAUTQS X ���ED PROPERTYDAMAGE � AUTOS Per acxcx.ident S a a S� � g X uMeRe�u►uas X occuR CUP6A650550TIL15 0/01/201510/01/201 EACHOCCURRENCE a5000000 � EXCESS LIAB CWMS-MADE AGGREGATE SS OOO OOO � DED X RETENTION S�OOOO i � C WORKERSCOMPENSATION x U65D76843615 0/01/201510l01/201 J( �STATU- OTH- �F AND EMPLOYERS'UA�LITY Y�N � ANY PROPRIETORIPARTNER/EXECUTNE E.L.EACH ACCIDENT E'I OOO OOO ` OFFlCER/MEMBER EXCLUDED? a N/A � (AAantlatory in NH) E.L DISEASE-EA EMPLOYEE 3� OOO OOO � If pes,describe under " DESCRIPTION OF OPERATIONS bebw E.L.DISEASE-POLICY LIMIT a1�OOO�OOO �� D ProfesslPollut CPL979171016 Q/01/2015 10/01/201 1,000,000 claim/agg � � DESCRIPTION OF OPERATIONS/LOCATIONS f VEHICIES(Attach ACORD 10�,Addltional Remarks Schedule,H more apace is requtred) � REF: 2016 chip seal aggregate supply � � ; , � :; � CERTIFICATE HOLDER CANCELLATION ` a W@ICI COUn SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE � ty THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIUERED IN Dept of Public Works ACCORDANCE WITH THE POLICY PROVISIONS. 1111 H Street Greeley�C.� 8�632-07Jr8 AUTHORIZED REPRESENTATIVE �"�d' �� O 1988-2010 ACORD CORPORATION.All rfghts reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1996431M159874 HANL1 a � �' MEMORANDUM � � � TO: Clerk to the Board DATE: October 5, 2015 . COLORADO FROM: Neal Bowers, Public Works SUBJECT: Varra Companies - Certificate of Liability Insurance RE: Doc #2015-1021 Bid#B 1500095 (2015 Chip Seal Aggregate Supply) Attached is an updated Certificate of Liability Insurance on Varra Companies, Inc. for County records. Insured from 10/1/201 S to 10/1/2016. R E C✓E I V E D O�T {� 6 2��� WELD COUNTY COMMISSIONFR�` M:\Francie�AGENDA memos\ItemForRecording.docx CC; `Pr,v I�b Y'�i� �/�- !U�-! 1 �a .. ,��� ��' � OO7�. ID - /�- l� �. Client#:33752 VARCOMPC DATE(MM/DDNYYY) ACO.RDTM CERTIFICATE OF LIABILITY INSURANCE 10/01/2015 TKIS 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 CONTACT NAME: Holmes Murphy-Colorado PHONE FAX 7600 East Orchard Rd,Ste 330 E-MAILo,E"t:515 223-6800 aic,No: ADDRESS__... ------------- ------- SOUtFI INSUREfl(S)AFFORDING COVERAGE IAN C# Greenwood Village,CO 80111 ,NsuRER A:phoenix Insurance Company 25623 INSURED iNsuRER B:Travelers Property Casualty Co. 39357 Varra Companies, Inc. iNsuReR c:Travelers Indemnity Co of Ameri 25666 8120 Gage Street Frederick,CO 80516 �NsuREa o:Catlin Specialty Insurance Comp 15989 �r,suaea e:Charter Oak Fire Insurance Comp 25615 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PER�OD 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DD/YVYY MM/DD/YYY A GENERAL LIABILITY X X 6306A650550PHX15 10/01/2015 10/01/201 EACH OCCURRENCE $1 000��Q X COMMERCIAL GENERAL LIABILITY PREMISES�EaEoNccur°nce $300 OOO CLAIMS-MADE � OCCUR MED EXP(Any one person) $1���� PERSONAL&ADV INJURY $��OOO�OOO GENERALAGGREGATE $4�000�000 GEN'L AGGREGATE LIMIT APPLIES PER: PFiODUCTS-COMP/OP AGG $2�000�000 POLICY X PR� X LOC $ JECT E AUTOMOBILE LIABILITY X X 8106A650550COF15 10/01/2015 10/01/201 COMBINED SINGLE LIMIT 1 000 000 Ea accident $ > > X ANY AUTO BODILY INJURY(Per persan) $ ALL OWNED SCHEDULED BODILY INJURY(Per acciden[) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERN DAMAGE $ AUTOS Per accident $ --- -_ __---------- -- -- --------- ----.. .__-- _ __ B �( UMBRELLALIAB X OCCUfi CUP6A650550TIL15 10/01/2015 10/01/201 EACHOCCURRENCE $rj���0�0 EXCESS LIAB CLAIMS-MADE AGGREGATE $�J OOO 000 DED X RETENTION$�OOOO $ `+ WORKERSCOMPENSATION x UB5D76843615 10/01/2015 10/01/201 X W RYLIMI'f E�RH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $� 000 000 OFFICER/MEMBER EXCLUDED? � N/A (Mandatory in NH) F.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $�,OOO�OOO D Profess/Pollut CPL979171016 10/01/2015 10/Oy/201 1,000,000 claim/agg DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is requiredj REF: Project-Bid B1500095 The following are additional insureds on General Liability if required by written contract and coverage applies as respects work performed by the insured for the additional insured. All terms and conditions of the policy apply.The general liability coverage is primary and non-contributory per the policy terms and conditions when required by written contract.Additional Insured:Weld County, Dept of Public Works Additonal insured is included on automobile liability only to the extent they meet the (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION W�ICI COUMy PUbI1C WOI'kS �� �,��,;i'-j�tl�,� SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DE�IVERED IN Pavement Management ACCORDANCE WITH THE POLICY PROVISIONS. 1111 H Street P O BOX 7JrH AUTHORIZED REPRESENTATIVE Greeley,CO 80632-0000 � ��� �O 1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) y pf 2 The ACORD name and logo are registered marks of ACORD #S160528/M159874 HANL7 DESCRIPTIONS (Continued from Page 1) definition of an insured in the policy,which provides in pertinent part that an insured includes anyone liable for the conduct of an insured but only to the extend of that liability.All coverage terms, conditions and exclusions of the policy apply.Consult the policy to determine the extent of coverage if any.The workers compensation,general liability,auto liability and umbrella policies include a waiver of subrogation in favor of the additional insured only if required by written contract.Cancellation to additional insured is 30 days except 10 days for non-payment of premium as provided by policy forms. SAGITTA 25.3(2010/05) 2 of 2 #S160528/M159874 .. . ... _ , • � . � ' 1 • C�MMERCIAL GENERAL f..IABILiTY �. . � i� THlS E�NQ�.1�2SEN#�R17 CWA�JG�S TE�E PC.?LICY_ Pi.EASE REA� IT CARE�[JLLY '_.� {; �: .�. ��,���� ,�,�������� ������� � .. �, �����������} • �: • �. 'fhts endorsenaent modif�es insarance provided undertf�eToifowing; ;. Ct)MMERCIAI.GENERAL LfABiLITY COVERAGE PART . . � �. VVf-10 IS AN iNSURED--{Section ][) is amended c) '1'he insurance prov'rd�ci ta �tte addiffonai�in� fo Include ar�y person ai� organiza#on thai you sured does naf appfy to "8odi{y injury" or - agree in a "wri�ten aonfract requ(r�r�g insurance" ' ' "prope�ty �damage" caused by „your wark" to �nclude as an add�anal insured on this Cover and tncfuded in the "produ�ts-compl��ed op- � e E'ar�,b�: " • 4 g era�ions hazard" uniess fhe "written canira�t =' a} Qnfy with respect to Iiabzlity for"bodily injury", r�quiring fnsurai�ce" specifically requires you� � "properiy damase"or"personal injury"; and to provide such coverage for �hat additionai , insured, and th�n the insu�ance provided to bj If, and on[y to the extent fhat, the injury or � �he additfor�aE insured app[(es only �a sUch damage is caused by ac#s or om9ssions of "bodi[y injury" or "proper[y dan�aga" ihat oc- you ar yaur subconfiractor in�he performance curs before the end of the period of t'rrne for �: of "your work" to vut�ich fhe "wriffen cnniract W���� t�� ��en contract requiring insur- requiring insuranca applies. The person or � ' � anc� requires yau to prQvide such coverage oXganlzatian does not qualify as an additifln�l or the end of the palicy pariocf, whlcliever rs � • insured w�ti� respect ta tne inde�endent ac₹s earfier. �. or omisslpns a�such person or organfza#i4n, 3� The insurance pravfded to t�e addttionai Ensured � 2- The snsurance pravidsd to the adtiltionai insurecf � by this endorsement is(imited as foflows: �Y���s endorsement is exaess over any va[it{and � . coRecfible other insuranca , vvhe#her primary, � a) in the event thaY the Limits of [nsurance uf excess, contingenf or an any other basis, #hat is � ₹his Coverage Parfi shown in fhe Dec�arations avaffabfe #o the add�ortaf ir�sured far a loss we exceed the f�ml�s of lia�UEty required by #he cover under ff�1s endorsement However, 'rf the � "writfen confract requiring insurar�ce°, the in- "written contrac� reguir�ng insurance" speciffca[fy � surance prflvided to ihe additiortal insured requires that t�is insurance apply ort a p�itnary shall be timft�d tp the ltmits of [aat3ilt₹y re- basis or a primaiy and nari-confrfbuta�y basis, . quired by EF�at "written contract requir�ng in- ₹his insurance is pritnary to "flther fnsurance° � surance". `Chis endarsement shali naf in- availabie ta the addifional insured whiah covers crease the fimits of insurance descr�bad in thafi person or orgarriza�Eon as a named insured � Sectian III—�rmi#s Of fisurance, for s�ch foss, and we wil! nof share with that �� � 'bfi�er insurance". �ut the fns[�rance prov�ded to � t�) The insura�ce provided fo fhe addifional sn- �h� ����o��i ihsured by thls endorsement sfilf is �` sured does not apply to "bodfly injury", "prop- �X�gss over �ny valid and col[ectible "other in- � �rty ctamage'` or"persanal in�ury" arising dut s���nce", w�ether primary, excess, cantin en₹or of the renciering of, or faiEure fa render, any g � �ro€essiona(arcE�i#ec₹ural, engineering o�•sur °� �ny ather basis, fhat is available �n tf�e ad�3i- : veying services,inciuding: f��►�� Ens�t�'ed when thaf person or ot-ganization is an addifional Jnsured under'such "other insur- �� i. 'f�he preparing, approving, or fafi9ng t6 ance". ' �; _., prepare or approve, rr�aps, shop draw- � �, As � condi�lon of Goverage pravlded ta the � � ing5, opinions, reporis, sUtveys, flafti or ��ditianal insured by[f�Is endarsemerrt: ders ar change or�ers, or ti�e preparing, � approving, or faift�tg to prepare or ap- �) `�he adcfitfonal insured mus� give us wrii�en ' provs,cErawings and specifica₹ions; and r�n#iae as soon as pra�ticabie of an 'beeur rence" or an offense whlct� may result in a �: ii_ Sup�rvlsory, inspecflon, architectura( or G����. Ta the exfanf possfble, such notice �ngineering acfivrties. shoulci fnclude: �G D2 46 48 0� O 2�45 7he St. f'�ui 7'ravelers Gampanies, lnc. p�g� �( o�� � f ; CC)MM�F�CIAL GENE�L LIABILiTY � i. Haw, when and where the "occurrence" any provider af"ather ir►surance"which wouid �: or affet3se took place; cover the additionai insured fior a ioss we ;' ii. The name�anc! addresses of any injured caver under this endarserrienf. However,�thfs persans and witnesses,and _ �Qndltion does nof afFect whe#her the insur- � ance provided to the additional snsured by `' iii. �he nature and location of any injury or fh�s endarsement is pr�mary to "other insur damage arisi��g ouf ofi the°occ�srrence"or , anae" avaiiable ta the add�fionat insured ` ofiense. which c.�vers thaf petson ar organization as a �� b} [f a claim is made or"su�f"is braught against nameci insured as described ln paragrapf� 3, k. the addi�anal lnsured, fhe addiEionai {nsured ahova. � must: 5, '�ha�olGowing de�ini�iot� is added to SECT[ON V_ � i. lrnmediatety record fhe specifres of fF�e —��Fli�l?IOMS: ; clalm ot"svif"and the date recelved;and °U4lrif₹en contract requiring insurance" means ; xi. Notify us as soon as practicable_ that part o#ar�y wr'rtten contract or agreement •�� under wh9ch you are required fio Inc[ude a � `� Th�: r.�.dditlo[t�l ittSU�'ed illust see fio iC th�nWB p��o� Qr organlzatian as an addfionaf in- � ' � receiv�written natice o#the clalrtz or'suit as sured on this Cflverage Part, provided #hat � soon as pracflcabls. th�"bodily injury"and"properEy damage"vc- - c) The addit�ona! insured must immediately curs and the°pe�sonal in�ury°is causecf by an send us coples of all legaf papers received Pn of₹ense comtr�if₹ed; connecfion with the cla€m or"sui₹", coopera�e a. Affer tf�e sig��fng and executlon af tha 3: w�#h us in the invesfigation ar ssf₹[ement of contract or agre�ment by you; ihe clalm or defet�se agafnsf the suit , and s� otherwise cornpiy with all poHcy conditians. b. �tlhlle that parf of the con#ract or €: d) 7he addifional insured must tender the de- agreerrrent is in effect;and �� fense and lndemnity of any claim or"su�t°t� c. Before the entE of#he pof[cy period_ i . . � �- . �. • j• t �. . i [ . �' i.' • - ;'. i: Page 2 of 2 O 2005 7he S#,Paui Travelers Companies,lnc. G� p2 r�g pg �5 i � COMM�RGIA�.GENEE2AL LIABILiTY THIS �ND�RS�l1t1�NT CH�NGE5 THE P4L1CY. PL.�AS� 1�EAC3 �T CAF���UI.l.Y'. �����������.�.������� ����������� • This endarsement mod'rfies insurance provided ander the foliowing; � CRMM�RCfAI.C�EIIEF?AL' I,i,4E3[L1TY COV�RAGE PART G�N�12AL DESGRIPT[OM Ol COVERAGE--This endorsement broadens coverage.Nov�ever,coverage for any fnjary, damage or medical expenses describad in any aF the provSsions of this endorsernent may be excluded ar lfmited by another endorsement fio this Coverage Par#ti and these coverage broadening provisions da not a�pty#o fhe eactent thaf coverage is exctuded or llm�ted by such an endorsem8nt.7tie fol�owing fisfing is a genera[cover �qa tiescription oniy.Lim�Ea#ians and exclus�ans may ap�Ey to these caverages.Read a[I the pr�v�sions of fh�s en- dorserrtent and th�r�st of ypur pol�cy caret'ulEy fo defermine rights,du#iss,and vuha��s and is not coversd. A. Broadened Named Insared K. Batflly 1nJury to Co-Etnployees and Co� B. Blank�t Additional )nsured.— Broad �orm ' Volun₹eer Workers Ve�dors . � L. Aircraft Chartered with Crew - C. l.imited Worldwlde L[abiHfy Coverage -� tn- i�t1, Non-�wrted VVateroraft--[ncreased firorn 25 demnity Basls • feet fo 50 feet D. Qamage To Premi�es Rented l'a Yo� N. (n�reased Supplementary Pay�t7enfs � PerlIs of fire, exploslan, lightning, smotte, • Cos₹of baif bonds increasad to$2,500 water [.ass af earnfrtgs Fncreased ta $500 per • LEmif increaseti tv$3�Q,OQO • da�+ ��. 8lanket Waiver o�Subrbgation Q. Medical Payme�is—Limit increased tr� fi. �fanketAddi�ona[lnsured--Owners, Mat�ag- �1a,00a per person ers or�essors of Prernises P. Kt�owie@ge and Notice of Ocourrence or df G. Bla�ket Addiiionai Insured � Lessors of f�nse Leased Equipment Q. U�inten₹ional Omissior� H. Incidenfai Medlcal Malprao�ce . R. Reasonai�le Forca�Bodi[y fnjpry orProperly � t. Personal fnjury--Assumed by Con#ract p����e ' J. Amended Bodity Injury Defin[tion �- 7ransportation Expenses FoC Repa�'iaiion or _ Re[acatEon o#Injured Or Sick Empioyees P�2C3VLSIONS a Coverage un�sr this provisian is afforded A,. BROAD�NED C�lAME�tN5t3l�D • oniy until the 180th day af₹ar you acquire 7. The faAowing is addeci tn SECTION Il�-WH4 �r form the otganiza₹�on or fhe end of fhe rS A�1 ENSUt2EU; policy p�riod,wFdchever is eartier, t�nfess . reparted Ea wri6ng#o us withi��18Q days. • Any organfzaGon, other than a part�ership or �, ��p����- Ap��-[��AL IN�URED -- BROAD jo[nt venture,over which you maintain owner- ��y�������� ship or majoriiy fn#erest on fhe efFecElve date . of the poli�y qualifles as a Idameti (ttsUred. �►a following is added to S�GTlUN 11--ituklQ I� � Hvwaver, coverage for any such or�anizaffah Ah!W5URED: . will cease as o�tha date durtng fhe policy pe- Any person or orgahfzation that is a vendor a�d r'rod that yau na langer maintain ownership ofi, #hat you hava agreed in � written contracE or ar rtiajorify interest in,such organization. agreement fo include as an additianal insured on - • 2, Tha followfig replaces F'aragraph 4.a, af f�is Goverage Part is an insured,but vnly wrth re- SECT[oN II--V�iNO tS AN INSU�ZEa: sP�� �a flabll3ty for °bodily injury" or "praper[y damage"thaf: CG D4 58 7 0 US O 2UU8 The Travetei•s Contpanles,Inc. Page 1 of$ COMM�RCIAL GEf�[ERAL LtABILfTY ' �. 7he foIlowPng replaces�'aragraph s. of S�C- of 5ECfION IV--CQMMERCIAL GEN�RA� L1� TIpiV llt—l.1MiTS 0�WSUS�ANGE; ABILITY CONDiTCONS: 5abject to 5, above, ₹he Damage To Prem- We waive any righf of recovery �,ve rr�ay have ises Rented 7v Yau Limit is fhe mos#we will �gains₹ any person or organrxatton because of pay under Goverage A for.damages tiaca�se payments we n�a[ce for �njury or damage arising of "prope[ty dama�e'° to any one preniises out of premises owned ar occupied by ar• rented white rented fo you, or temp�rari[y occupied or Ioaned fo yvu; ongofng operaftons performed by you wi#h permisslan of₹he owner, caused by you or on your behalf, done und�r a cor►fract ' by fire; exploslon; Ilghfning; smnke resul6ng' �►� that person o� organization; "your work"; ar from sucf�fire, sxplasion, or lightning; ar wa - "Y��r products", We waNe this right wf�ere you ter. The Dernage To P"remises Renfed To ��ve agreed to do so as part o€a written cort#racf, You Limit wil4 apply�a!f dam�ye proxirnatety ���cuted by you prior fn loss. _ caused f�y the same "occurrence", whe₹he�' �- �FANE(ET ADDiTIONAL I�I5L)R�D�-.OWMERS, such damage resu[ts frvm fire; explosiop; MANAG�t�S QR�.ESSO[iS OF PREMlSES ` lightning; smoice resulting from such fire, ex 7he folIowing is added to S�CTlQN 11—WHQ IS plosion, or [ighfning; water; or any�ombina- A�i INSURED: fian ofi any of these. qqy �erson or.organlzat�on tha# is a �premises The D�mage To Premises Rented 1'o You ownet, manager or lessar and tE�aE you have • Limit vaill be ths hfgher of: agreed in a written aon₹ract or �qreemenf to a. $30�,000;or � name as ati addiEPonal insurecf on this C�verage b, Tfte amo�nt shawn on the Decl�rations of P�rt is an insureci,but anly vv�fh respect to Ilabilify fQr "�odf(y Injury,', „�rape�fy damage", "persorral this Coverage ParEfur(5amag�To!'rem- l�zjury'T ar"advertis[ng Injury"fhat ises Rented To You Llrnif. � a. (s°badity injury"or"propetiy�darnage"caused 4, The fal[owing repl�ces Paragraph a. of the 6y at� "nccurrence"fftat falces piace, or "p�r- definifion of'5nsured cantraot"in the p�FENI- svnal �n TIONS Section: jury"or"adveriising i�jury"caused by an vFfense tha�is comm'rffed, af#er you have a. A confract for a Isase of premises. How- signad and executed t6at coMract or.agree- ever, that pot#ion oi the contracf for a menf;and fease af prernlses that indemni�es any b, Arises out of th�owrtership, mainEenance or person or organ�zation for damage fo use of that par� of any pramises ]aased to premises wh�le rented ₹o you, or tempo- you, rarlly occupied by you with permisslon �f The insurance�rovided tn such prem�ses owr�er, the vwner,caused by: manager ar lessor is sub]e�t#a ff�e foi�owing pro- (9) Fre; visiofls; {�) �xplosfon; - a. The limits of insurance providad to st�ch 4�j �������gf premEses owner, manager or lessor wiil be the limits whi��t you�qreed to provide in the {4} Smoke r�suEting from sucts fine, ex �ruritfen coniract ar agreement, or fhe lirr�ifs plosion,or�ightning;or shown on the bec[arations of this Coverage (v) Vllater. � ParE,whichever are less. is r�ot an°Insured contract'; �• �'�e insurance pravided to such pr�rrtises owner,manager artessor dqes not apply to: 5, The fa(iowtng replaces E'aragraph 4.b.(�)(b) of S�G�'ION lV--COMMERClAL G�N�R�1�. ' ('�� "8ad7y inJury" or "praperty damage" LIABtLITY�Ot�D13"[OMS: caused hy an "occurrence" fha# fakes place, or"personal inlury„or"adveifising {bj 7tta� is insurance for premises rantsd ta T� in}ury caused by an o�fense that 9s com- you, or temporartly occupied by you +atifh mitted, af�er you cease t-o be a tenan#fi ₹he permrsslo[�ofi�fla owner� . that premises;or - �. �LANK�i'WQIVER OF 5UBFtOGATlQN {2) Structural a{₹erat'tons,new construction or The following is added to Paragraph 8.,7ransfer demallti�n operafiions performed by or on Of Rsghts Of Recovery Agairtst Ofkters'�o Us, Page�of 9 020087ltel'raveiers Companies,Inc. CG�4 5� �t0 08 . • i . ' � COMMERC[AL GE3UERAL LIAB•ELITY behai₹of such premises owner, rn�nager E}. INGIBEhIT'AL if7iLb[�AL.IVfALI�RAG?tC� ' dr[essor. �, The follow�g is added#o tl�e definfHon of"oc� c. The Insurance provided fa such prem4ses currenca"in fhe i��Fi�FITfQNS Seeiian; owner, mattager or lessor�s excess over any Un�ess you are in the buslness or occupat�on valid and collectibfe other insurance ava'r[abls af providing professEonal health care servic�s, in sucF�"premises awner, manager or tessor, "occurrence" a�so msans an act or o3nission unlsss you have agreed �n a wri₹teri eanfract �m��� � providing or failing ta p►o�ide for fhis insurance �o apply on a primary or ��ncidenfal medical services"to a persort. conftibutory basls. • G. BLf1NKET ADi31TIQ�lAt EC�fSUR�C'D—LE$54�S �- Th�following rs added fio fhe D�tNtTtqNs ' � OF LEASED EqllIPM�lT . Sectlan; "Incidental rnedica(services"means: The fallowing is added₹o SECTi0N fI--WHO f5 ,q���g���: a. Medical,surgi�l,den₹�1,]aborafory,x t°ay or nurs€ng.serv�ce or treafinenf,advice or Any person or argan9zation that is an equipment instruction, or•the relai�d furn�shing of lessor and�thai you have agread In a�v�i�Fen cQn� � , • food or beverages; tract or agreement to fnclur�e as an adctitional fn, b. The furr�ishing ar ctispensing of drugs or sured an thes Coverage Par� is ar� fnsured, but meciical, denfia(, or surg(cat suppfies or onty �vith respecf ta liabilify for °�adity injury,,, . "property damaga", "personal injury"ar "advertis- . • agpfiat3ces; Irif�fE1jUJ'y"thaf� c. Ftrst aict;or a. [s"badily in�ury"or"property damage"causad d- °Gaod Samaritan setvices'`. by ar� "oecurrence"thafi fakes placa, vr"per- °Good Samartan services"means any emer- sonal in�ury"or"advertisirtg injury"caused by gency medica[senrlcss for whfch no compen- an offense tF�at is commitfed, after yau have sation[s demancied orrecelvec}, �igned and executed fha₹ cor�tract or agres- �, ~���followin �s added ta Para ra h 2.a. �! of menf;anti g� 9 P ( � SECTiflN[I-�WFip IS AN iNSUl�II: b. Is caused,in whole or(n part by your acks or omissfans in the maintenance, operation or , ' �nE�s yvu are in fhe business or occupation use by you of equiptnen# Ieased fo.you by of provPding professionai hea[th care servlees, such equipmerit fesso�. Paragraphs ('#){a)� (bj, {cj and (d) above do nofi�pply Eo any"badfiy 9njury" ar'rsing ouf af � The insurance provided to such equipmen#Eessar _ a�y provi�ing or fai[1ng ta provide"ine�dental is subjact ta the fofiowing provisions: ' medlcal services" by any of yflur "empioy- . . a. `�he limifs ofi insurance pro�Ided fo such ees°, other �han an employed doc#or. Any - equtpment tessor wi1�be the lim€fs which yau such "empioyees" pravlding or fa'rling to pro- agreed to provide in the wriften conErac@ ar vide"[ncldental medlcat sertices"during t6eir ' agreemen�, U�fhe limi#s shown on#he Decla- �o�k hours fnr you will be deemed fo be ac#- rations nf this Coveraqe ParE, whtcbever are tng wi#ft�n the scope ai fheir employtnenf by Iess. . you or per€orming dnties related to the con- b. Ti�e insctrance provided to such equipment ducf of youC business. lessdr does not appEy tp any"bodiEy ipjury"or �• `��e fotiowfr�g excluslon Is added to Para- "property tEamage" caused by an "occur gr�P��-� ��ctusfaris,of SEGTIOI�1�-COV ' ' rence"that ta�ces place,or°personal tnjury"or �RAG�S--COVERAGE A SOA3l.Y 1NJURY "adverffsing in�ury" oaused by an o₹Fense thak AND PROP�R7Y iIAMAGE LIAHit,fTY: ' ts commitfed, after the equipment lease ex- SaCe pp pharmaceu#icals pires. "Bodii � ° t� c. i'he insurance rov�ded to s�tch e u� rr�ent y ��1u�Y or praperfy damage arising p �I P out of fhe wiltful violation of a pena[statute Qr lessor is excess over anyvalld and collec�bte ordinance re[ating tn ttte sale af pharmaceuti- other insarance avaliabfe to such equiprnen� cais commi#t�c! by, or wifh the knowledge ar lessor, unless you have agreed in a wri�tei� oortsent of,ti��fnsured. contract for this insurance fo apply on a pri- �� �}�� �oflowin mary ar con#ributory basis, g is added tv Paragraph v. of ' S�CT1�N[1i�l.IMi'TS UF IN5t1i2ANC�: • CC I�4 58�0 08 O 2ooe The 7Yavelers eompanfes,Ino. Page 5 oP 9 .CQMMERCIAL AUTO 7HI5 l��lDt3[�S�IUlER1T C�ANG��1'F��PO�.iGY.!'l.�ASE R.�A� lT C�1�E�UL[.Y. �������� .���� ��������� ����������� 17�is endorsement mod3ties�nsurance provlded under the following: ' ' ' 'BCiS1N�SS AUT�COV�RAG�F�RM With respect#o coverage provsdet�by tihis endorsement,the provisions of the Coverage�orm appty untess modi- - fied by the endarsement. • GENER.AL!]ESGitIFT[4N�F CDVERAG�—This endorsemen#broadens coverage.Hovsrever,ccrverage fur any injury, damage or medi�al expenses desc�ibed 3n a�y af#ha prwPsions af this endorsement may be exc{uded or limited by another endorsemenf#o fhe Coverage Part,and these coverage broaden{ng provisions do not appiy fo ' the e�er�that coverage is excladed ar Iimited by such an endorsement.The following Ifsting ls a general cover- . age descriptian an[y.L'nn�ta₹��ns and exciusions rt�ay apply Yo i₹�ase coverages.Read al!#he provisions qf titis en- dorsement and the rest of your policy carefuily to dsterm(ne righ#s,duttes,and what is and is not covered. A. l3t�QA�FURI1r[NAM�A i�iSUR,�f� H. H[F2�D Ai3T0 PHYSiCAL DAMAGE ri- E.OSS QF US�-INCE2EASER L.IM['T 8. BLANK�TAt]plTlpf�1ALIAlSUF�D l, P�IYS[CA�- DAMAG� - TRAf�SPQRTA'fl�ht .. . . EXP�NS�S--i�lCl2�AS�D�iMITi " G. EMPi.pYEE Hl1�EDAlITO .f. PERSONAL.�F��CTS � A. EIVIPLOY�ESASINSUK�D K. A[i38AGS � �. SUPFl.�M�NTAR�Y PAYM�M3'S-- ENCREASEU L, NOTiC� AND EC�OWl.�E�G� OF AGCIAENT 1.tMIT3 - �R[»�SS F. FifREA A[JTO - LIMITED WOE2L.AVy1lRE M. BLANKE"i'WAIV�R OF�UBROGATlON GOV�RAa��-IN13�lUfNITY BASCS - ' � �G. VftAtV�IiQ�D�DU�TtBl.E--GLAS5 N.-•IJNli3TENTIDN6lLEF2RORSC?R.OMISSi0I+l5 � F'E20VI5IflNS , A, BR{?Ap FORM t�tAMED SNSUREp executed by ya� befare tha "�odily Injury" or 'fhe following is added to Paragraph A.'�.,Wha is "proper[y darrtage" occurs and that is in effect An tnsared, of 5EGTlON II — 1.IA�l�.li'Y C�V. d�ring the poliay perfod,to be natned as an addt- ����: . f�onai tnsured is an "insured" for L�abiliiy Caver- age,but only for damages to whioh tttis insutance Any arganization you newiy acquire or farm dus- �pp��es and or�[y to the exfenf f(�at persan or or ing ttie poCcy period rnrer whfch you mair�₹ain gartiza�ion qua�ifies as an "insured" under ths 50% or more awnership 'tnteresf and that is nat }plho is An tnsured provisian contained in Sec�on � separateiy irtsured #or Busfhess Auto Coverage. ��, Caverage underthis provfsion is aifflrded only un- G ����OY��NIRED AIFTQ fii#he 180th day after you acquire orfarm the or ganiza�on or the end of fhe policy pariad,which- 9. 'Tt�e fqilowing 1s added to Paragraph A.1., ever is ea�ier. Who Es At� Insured, of S�CTIOt� Il — LC- B. SLANKEf ADDIT[QNA[.[NSUf2EC1 .ABIL.tTY G01t�E�AGE: The #oliowing 'ts added fa F'aragraph c. �n A.1., �'► °emPloyse" of yours is an "insured° whiEe Who ls An Insured, of SECT[(}N [I--L.IABILI�'Y operating an "auto" hired or rented under a �0�����, con�ract or agreemartt in fhat "emp[oyee's" name,w9th your permission,whife perForming' Any person or organi�atiaq who is required under dufies relafed to the conduet of your busi- a uvriifen contract or agreement betwesn you and ness � , thaf person or organization, fhat is sigrted and �A T3 S3�3 1Q . C�201D'Fhe7ravefers Indemaky Company. Pa�O'� Of 4 Ineludes copyrlghFed mate�iai of Insu�ance Services Oifiee,fne,with Its parmisslon. ' t COMMERGIAL AUTa M. ��,AN�CE�'WAIV�I��i=Sf��i20GATft3N such contract.Tt�e waiver applies onfy fio the The faflowing eeplac�s Paragraph ,�.�., Transfer Per&on or organlzation designa'fed in such O�Rig�Cts Of Recovery Agains�C3thers To Us, ��ntract. of SECI'103� N -- BU8IN�SS At3'{'Q GONCIi� N, ttNiNT�MTI�MAL Ei2F20R3 OR QMISSfONS 7[ONs: The fallow3ng is adcted ₹o Paragraph�82., Con- 5, Transfer O� Ri�hts Df Re�avery Agains� cealment, Misrepresen#ation, Or Frauci, of Dthers Tv t�s . SECTCON IV�-BUSIN�SS AUl't}COi�ii}1Td{)I�I5; . We waive any r�ght of recovery we may fiave The cin9rtten₹�onal amfssion of, or unintenffonal agalnst any person or organfzatitin ta the ex error in, any informaiion given by you shall not tent required of you by a r�vr�₹en contract prejudice your righfs under this Insurarice_ How signed and executed pt�or ta any "acciden#" ev�r this provision does nat affect our rigftt fo col- . or"loss,prov�ded ttt2E tit8"�ccident"or"Ioss" (ect additior+aJ premfum or exercfse our cighE of � arises ou₹ of operefions contempla₹ed�by cenceliatian ornon-renewal. _ • Pags�af 4 ozo�o rhe rra�eiers tnae�,�;�y company. CA T3 53 03�IO inaludes copyrsghted maferial of Insurance Services 0fffae,Ittc.wffh f4s permissiQn_ _ � `�°'��'������J VItQk2tC�RS COMI'ENSATION AND o� ��R ��� ' �Nlt'LOY�RS LIABILITY POLICY xnxrgaxn, � 06x83 Y �4�iDQFiS�MENT WC U�03 13 (DO)..07. '�11/�1iVER O� OUR RiCHT TO #�COVER FRCJ�M f�THERS ENDQRSEMENT We h�ve the right fo recaver our paymenfs from anyone 3iabfa for an lnjury cov�red by this paiicy. We v�rilf not � , enforce our right against the parson or organizaffon named 9n the Scheduie. (Th(s agreement appEies only fo the extent that yau p�rform wvrk under a writ₹en cont�-aot that requires you ta obta'tn'this agr�ement from us.� Tf�is agreetnan₹sha(I not operate diractfy or indirectiy to benefit any ona nat named iR tha Schadule. SGH�DULE � . f3�51GI�tATED PERSON: � . , , DESIGN1aTER URGAI�It�A'F[i}N: 7�NY PE�t�OIv OR, OR���A,�ION �OFL W�CH ^1�IE INSU��D HAS .AGREPD SY' WRxTTEBT Cd�TR�.C� �:7ZIxCTlT��7 �'�0�' '�Q 7,OSS '�0 ' �IRNx$H THSS WA�VBR. , . . ' � MEMORANDUM TO: Clerk to the Board DATE: May 26, 2015 FROM: Josh Holbrook, Inspection Supervisor SUBJECT: Agenda RE: Bid #B1500095 Doc #2015-1021 Contract Agreement with Varra Companies, Inc. for the 2015 Chip Seal Aggregate Supply 3/8" (with renewal Options for 2016/2017. &tau aria- to- Si- ,2cit M.\Fancie\AGENDA memos \AgendaJosh, docx eo: `Pti61/ Vic) (Rots ►oat Eaoo7a WELD COUNTY CONTRACT BID DOCUMENTS AND RECEIVED '. Y ) ? )�`.'=: SPECIFICATIONS WELD COUNTY COMMISSIONERS FOR THE Chip Seal Aqgregate Supply 3/8" (With Renewal Options for 2016/2017 ) � < 186i .� �`'.;- .,. - —=— L J J �; TY March 2015 for Weld County Public Works Pavement Management 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-304-6496 BID NO # 81500095 Page 1 TABLE OF CONTENTS The following provisions take precedence over Specifications or Plans and supplement the 20� 1 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 Invitationfor Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 General Provisions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4-5 Instructionsto Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5-7 Insurance Requirements . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8-9 Specifications and/or scope of work and proposed pricing. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 BidSchedule. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 Acknowledgement of Bid Documents. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 IRSForm W-9. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 Anti-collision Affidavit. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 CONTRACTFORMS Noticeof Award . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 SPECIAL PROVISIONS Project Special Provisions Index. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 Project Special Provisions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17-20 BID NO # 81500095 Page 2 ......,�...,,,.,.. REQUEST NO No. 61500095 T11*f11`Y*#*Y�*t*t## REQUEST FOR BID "` ''' �. �i86i .y .s WELD COUNTY, COLORADO 1150 O STREET � �J GREELEY, CO 80631 ,- � , \ � Y .. �, _ DATE : 03/19/2015 BID NUMBER: 61500095 DESCRIPTION : 3/8" Chip Seal Aggregate Supply DEPARTMENT: Public Works MANDATORY PRE-BID CONFERENCE DATE: NIA BID OPENING DATE: 04/14/2015 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 : Chip Seal Aggregate Supply 3l8" (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 . 04/14/2015, (Weld Countv Purchasinq Time Clock). 2. INVITATION TO BID: Bids shall indude 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 Co�nty 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 Countv — 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 emaiC "� 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 submiUmail hard copies of the bid proposal. 3. Mail or Hand Deliverv. 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, Roam #107, Greeley, CO 80631 . Piease call Purchasing at 970336-7225 if you have any questions. BID NO # 61500095 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. 1 . Termination: County has the right to terminate this Agreement, with or without cause , on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time, without notice, upon a material breach of the terms of the Agreement. J . Extension or Modification : Any amendments or modifications to this agreement shall be in writing , signed by both parties. K. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the paRicular 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 # 61500095 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 InteresUConflict 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 # B1500095 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 insiructions 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 fts 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 # B1500095 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 # B1500095 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. ContractorslContract 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 undenvritten 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/Coniract Professional shall maintain , at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. B. 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; C. 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 # B1500095 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 Adminisirator, 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 Subroqation : 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 # 81500095 Page 9 6. SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Purpose The project in general consists of crushing, stockpiling and loading 7,500 tons of 3/8" aggregate chip material into Weld County trucks for the 2015 chip seal projects in Weld County. Generel Conditions and Information: 1 . Weld County will not supply any material for this project. 2. Delivery of material shall be from May 1 , 2015, to July 31 , 2015; 50% of the total tons shall be delivered by June 15, 2015. 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 10522 Dispute Resolution Section 106. 03 Samples, Test, Cited Specification Section 106. 08 Storage of Materials Section 703. 05 Aggregates for Cover Coat Material Schedule: Advertisement: April 25, 2015 Published: Greeley Tribune Bid Due to Purchasing: April 14, 2015 Estimated Bid Accepted by BOCC: April 29, 2015 Weld Countv 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 April 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. The base price per ton may increase from one year to the next by no more than the increase reflected by the Denver-Boulder-Greeley CIP index. BID NO # 61500095 Page 10 Generel Conditions end Information: 1 . Weld County will not supply any material for this project. 2 . Delivery of material shall be (�om May 1 , 2015, ro July 31 , 2015; 50% of the to[al rons shall be delivered by June 15, 2015. 3. Certified scales on belt or buckets are required. a. Payment shall be made according to the bid price as deiermined by scale iickets or run sheets from the pit. All tickets for sun sheets must be signed by a W eld County employee. 5. Weld Counry Public Works personnel normally work 7:OOam to 3:30 pm, Monday through Friday. Occasionally, due to circumstance beyond our conirol, work may extend to eariier than 7:OOam and late ihan 3�30pm and/or Saturday and/or Sunday The successful bidder is required to accommodate fhese situations. 6. Weld County will select tbe bidder based on the lowest cost to the County, considering project location and hauling cost. Materials' may be awarded to difterent bidders based on pit locations relative ro ihe project locations. The specification for matenal supply shall be in accordance with the Colorado Department of Transportation, Standard Specification for Road and Bridge Construction 2011 , unless otherwise stipulated in ihis 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 ihis contract and the Project Special Provisions can be found on pages 17-20. Section 105.22 Dispute Resolution Section 106.03 Samples, Test, Cited Speci(ication Section 106. 08 Storage of Materials Section 703.05 Aggregates for Cover Coat Material Schedule: See Paae 3. Weld Countv Contact: Ouestions related to the project and procedures should be directed to: Joshua J. Holbrook - Conatruction Inspection Supervisor Weld County Public Works 970.304.6496, e�. 3743 j holbrook � weld gov.com Terms and Conditions: The Agreement shall commence approximately April 2015 and continue in full force for one year. At fhe op�io� of the County, tbe 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 trom one year to the next by no more than the increase reflected by the Oenver-0oulder-Greeiey CPI indez. 2015 BID SCHEDULE Chic Seal Aaareaete Suoolv 3/8" � — I ITEMN ITEM �UANTITY UNIT PR�CE PER T CT GHAVEL PIT LOCATION ANO — �INIT PRICE NAME 703.05 3!8" Chips 7,500 Ton 512.00 590.000.00 8490 Highwey 66 Plattevllle, CO Prices wiil include all labor and equipmeN cost necessary to crush, stockpile and load material for use. Bidder shall stockpile matenal within Weld County boundaries. Bidder must include the name and location of gravel pit and where material will be picked up by W eld Country personal. BID NO M 81500095 Page 10 The undersigned, by his or her eignature, hereby aeknowledger and represents thet: t . The bid proposed herein meets all of the conditions, specifications, and special provisions set forth in the request br bid for Reauest No. #B1500095 2. The quotations are exclusive oi any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind ihe below-named bidder for ihe amouni shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documenis of the Request for Bid contained herein (including, but not limited to, product specitications and scope oi services), and ihe formal acceptance of the bid by Weld Counry, rogether, constitu[es a contract, with the contract date being the date of Formal acceptance of the bid by Weld County. 5. Weld County reserves tha right to reject any and all bids, to waive any intormality in ihe bids, and to accept the bid that, in the opi�ion 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 V� � � �1L � �� � I � —�— � 1� BYCI`� Z «I(��` _Yl � • VA��� Please print) BUSINESS ' I / ., ADDRESS g� Z(� � DATE `₹ � I - /�' CITY, STATE, ZIP CODE � DE � �iL�I TELEPHONE NO �� � � FAX .�� �O�r� -�o �I`t�3TAX ID N � `f ' G7 S ZIx�� SIGNATURE C���F- !�G��d�� E-MAIL��� UMT+UI,J� V/1R�� [',(1/�QAJIb.s - CZJGUI WELD COUNTY S EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #9&03551-0000. --� _ �-e�z.�-�,t-. w �.� n�>2� � � ����` ��' �� �lu�� � �� ,� BID NO N 81500095 Page 11 ACKNOWLEDGEMENT OF BID DOCUMENTS Bid Opentng Checkliat: All of the followina oaaes must be submitted with every bid submittal. Failure to Submit anv of ehass documenta wlll d(sauelHv vour bid. � Receipt o( addenda(s), if any, should be signed. � W-9 (page 13) � Anti-Collusion Aflidavit. (page 14) �Bid Schedule (page 11 ) I have initialed each of the above items end have fully executed the corresponding documenis. 1 hereby Acknowledge and understand the apove required bid documents. VA IZR N W Y1�I }7FlN I ES �� , (Contractor) Dated this �� day of , 201� By: � � �� Title: � . � � � � ��� 8iD NO k 81500095 Page 12 I nm �� +���y R—l_A-.l_1�`YT���� y dll� FMII �O tlY �lm M��^I A1J3 �yq„���NNQ� MY"�YOI a� Ci�„R��� 1��(. �OIIO� f1qnUM o111n tTwuv �~ b TM ��' I�m1 Ra.!nn\n��rn Mnq ��� Nnwn�n yov n��rnn I1w��i�m� 1G ` /' i � ��1 ,,.�.� iF.-�_ . ia .�%-1����-���li- . . � {�M1r.n IwI1p�QYe1M NI � I � Cne�« wP^VM^ !m 1u lea.r w tlwYlY:won EvaTde M� ��wu�Y. � L Mi.tlrVeobP�wb C� f, f.oV��lm CJ sc�+e. ❑ r.n.s�v f_� r�w+r.b � F.�wM F�i�eemtle W ��vl E � Lm1e0 WMY ��^PM. EMx he �a dwvbb� fCS ia�P�Mm. 0.-! mM��. ��s�^��91� ERennb��an FAII#iepa�'q__ — .. ao�s (�I r�1 � � �] a1rM��nea�1� _ . . . . - _ . - Mdren N��M. . �C �N. v +�Me�m}-, Iiwl��'a�n. nd dds kVa�B � L.�V��L1Ei �_ lL��-�T � �v. sYle. �ZV aaJo � � �. � RF��}� 1� 1�, « �Q�1 Im1 +YqM �vrfWP IwnIqM4�� �—r.w.re� ia�,nrtc,ew„ Hun,ne� m FjX�f YOuf TM m IM a(qrCprlole bm The L�N poNtlW TUl1 melch IM I�IM� �Iv�l m !Y `INIM'MN �� to �vdC WCK�q wnMNdry Fa mcHH�fu�e Ons � �am wtlY woil[y Mrbr (8BN). How�v�r. In • � - �^ _ r�aM�nl tMwi. �a� orrpMta. m �3erNazAM eMrtY. a�e �w Pv� I In�b�cMor� T P�W 7. Fa otltw � � � erigtlw. M ie yca+ w�w�rye� �r)mnnicaum �Munn1x !FMu? X yau Eo not Mw � �wnAw�. fw Naw ro p�f • I ii I T/N an W W � rw�.. n in. .cow�+ � n mo.a m..� on. �.m.. .« o. m.r m nw � ts �e.w... m V.no.. �.e�.r�r�w..�.��...r _ ) rtnrbrmwMr I � ' ' , " � l.��1 =1 �� �1 � . I� � � CKtlf�CaLbn .__ . _. . __ _ _ . .. _ - _ ___ — _ _ — _ _ . u�a« o.�.M., a o�nn�. � �«,nr +r+. t . Re nnr�pw ePwn m ihu lam Is my corrM Inqyx MwARe�tlm ninA� (a I rn wMkp fa � rxmlf�r to W I�wE ro m�l. � 2. ! am nd euq�t ro Gdw w�IMddq E�crw�. h) � rri n�ryl tan DxMP '�q. w A) I I�w iwl W�n reEMO W fM hlw�W Mwu� 9�rtic� fIR9) Na1 i en M�w.Y b D�dnp Ml/Mbp �� � �w11 d � I�iFw le repat M M�M d dvWutl�, n Ic) ti Iq9 h� rqINIW m� tlW I en ro wq�r �qw.� h Gde4 w�IMMAn0� �tl 3. I �n � U.9. cNli�n a oEr U 3. pwson �bin�d Mbwl. �W <. Th� FATCA �o0y�) �R� � � � M r7) h�'��V � I �n urnpt han FATG npatlnp I� cawcl c.rwa�w� �wruor.r. vo� m�,.i ao� ae a«� s �o.+ n �ou nw• e.n nwnw M r. iAs m.i va+ r• an«W .ar+ ro wa�o �andory Wern Ya 1rv� fYMC te nOat M �XNrI rq WN0M�b on Ya rMw�. Fw rW wIM� brl�oYa�. M�n 1 Ue�� �ro1 yp1Y. Fer iner!/p� vqrwl9w. w4�bm a N�aamww ef wniw . rnaM�tlan W bN. [mMMN�r ro n 1nONOa1 rMM�nw� ��wr�l (IRA1 �nd w�«�uv o.�. an. e�n wn.wc w a�nwro.. �w �+a �w+e ro +is» +. owtixc.e�. ou w.n,�+ rAwa. � c.�.a TM a.. m. uRNCM1ap m %W 3. Sqn . .. �,r, w _ � Mws ut �.�.. a+ � �INf� ��tf11Ct�Oflf wtl�IWY9 r w 1a+T P�w�i M�s M M�+cMJY wnw:ld mmne. �! 6ecMn lebero> ws m we�wwrlNM�r Cada rY� M+wr nwwl. �. CwYY NI FATCA wJMM �YeC a �r bT P rM ��91M Ya� xe aa�yl �an U�s FITG n�qYy, w a�w�f. FW� �wl��b1MPBMawIwl �POem {1SMbNmnMlv� IM. �Y�u �e �UB. V^�^� /�d ��4�� W� Yr � b�nowwl�nfam iulfomW.Y. �Iwww.�V^^�. FMnrlu� fo� �' iYedwlP^�A W�Jbrw�slya� IM. Yn�mulueMM�i� 1�n� X� �sWN� MCYpfamW�By�Mrb�YY� wnledNwweN�wqrAEeps�eU MyrbNafanWO m �NI lyY. O�M� A� U1 ^nw fo btls/Ya TT�e+, Ywl �a cO�A�M �U.8 {ilIPO�� 0/ fdT 0n+m � Vau Y�: Apem� wMniap��Mblb �r�N�Iv��eNnwFIlnH8msl�Llwiyau • M�Mwlalwtios�U.l. o4mvU.i. rn�Miw� mno�.11�Wn"^ �Ia�1inMIa�MM (�MI b�q�vl. b ^Mi�W^. Kdnr Vb b • I10/�7. ����vMo�. �'aPM. a �wJla�rnMrd u uY4ed n�w yo�. {rym��le mwAr b Yoi ns1�aM d pWM� UM1I�nA 1FMA p�N���MM �»°d y� v ��xlw M 4m ul M I InMI Jl�m. OINwf4�w. �rl �a4le��wvb1s. 11rI�WTMas1VA�0�M� w��uLLirn • F�sYMI��� �i� � b�T �M�M. n brM�m+M./ w.uM PaWh, rawaYMn W.bq. a eo�YE�b�n r.v m�.k R m FN • A JamfF�. MI �w �I�yrf n fbp�rtve mM1n J111 IMI-1�. Ie� is�nW�BrilYlYawa � U.8. 0�m1�V� resM� �aM. a MWw�� Y�M��w. l'rbwnNfh 'IV �adir.l � ��da00u�wn prtM� yv �a�a'.1 iN b Nw G�a��pMFV � 1� ryP�N1 nJ. YMn ne urted arti a.. �m..r� r,��.n1 W wr ..n�nw.o w �ns. ew.� �Au01n. b-. IMBm �Wk�^M� Wlmi �IamJ •'AK.1n'dlcwWall�ib �neM IGe�✓Y �IhelNva �eD^9 �emnrYh� Yn� ana�Yqb � tir{m '�MM��w�� (vOrn, n.Man ..w.nAnn � FamW-BIrMOlO+ w�.9�eU. nM� wM +nJm �.1Ni n�pv. � 1!>b�'�4Y.pw�Tn IMI n y.�M n � �o �eenw�(�. ��rTAlrvnm �rlPYh^ v.lmlH� mHn4bq 'nf Ilva�b�. aymyn � P. CqrWy UM vw �e ad wI}�Y b Iwl�p wMhiq o ' I l pn�m 11y1 �� � {w4w n � WN�nrNq •x�xXwYq � �+.M u �ee�me n Ilr 8. tj�n� qry�l�MpYon (r:Y�QMfbWNMJ�IM�� YnnLLSMT2IA�� / � M...IL�Im. piw�I+ I �m� WAbXny.v�r�..lq4� .-�JfJ� ruii � 9JA�. qtlhr. �a �a � uvYfM�J FM � n 11 S. I�run. /�u i��l/n �Irn rf �M ��I aeMRr� 1ME ✓AMM9 un �u nv. J twr�MA�. �unan.� sry p�ln#qiTpnu �an � U.5. �We a Uu��w n ml W�:I lo Y1tl G� N� tORdt% fmnW-0{Ov. 9-AiJ� BID NO q 81500095 Page 13 NOTICE OF AWARD I 2015 Chip Seal Aqqreqate Supplv 3/8" To: Uw.ffa G+•+f L, ti,•c,s �_ —� i Qi �zo �iOltic s� • f���*,�:ok cv S�uS/G Project Description: The project in general consists of crushing, stockpiling and loading 7,900 tons of 3!8" aggregate chip material into Weld County trucks for the 2015 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 $ p�, uco.au or as shown I 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 ��, 2015. Weld County, Colorado, Owner ey �� ��� Joshua Holbrook, Construction Inspection Supervisor ACCEPTANCE OF NOTICE II Receipt of the above Notice of Award is hereby acknowledged by �� /� �0 N�� �� � � � (Contractor) j Dated this �day of �R} , 2015. �� �� ey: Title: - 0 BID NO # 81500095 y' Page 15 ATTEST: Weld C BY: dadwo BOARD OF COUNTY COMMISSIONERS Clerk to the B+ard WELD COUNTY, COLORADO Deputy CI rk to the Bo APPROVED AS TO FU Controller Barbara Kirkmeyer, 8 201S APPROVED AS TO =UBSTANCE: Ele t• . 0 a or Department Head Director Leto neral Se County ;+Torney o20/,S /6O2/ 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 Paqe Index Page 2$ Revision of Section 105.22 — Dispute Resolution (March 2014) 29 Revision of Section 106. 03 — Sample, Test, and Spec (March 2014) 30 Revision of Section 106. 08 — Storage of Materials (February 2011 ) 31 Revision of Section 703. 05 - Aggregates for Cover Coat (February 2011 ) 32 Material The remainder of this page left blank intentionally BID NO # B1500095 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 Countv Enqineer Project Inspector: Nick Marquez Enq. Tech III The remainder of this page left blank intentionally BID NO # B1500095 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. 3) Obtaining timely turnaround of test results is vital to the successful construction of a project. This is important for all of the testing whether it is the contractor conducting the tests of quality control, or the County conducting the tests for quality assurance. Refer to the CDOT Field Materials Manual for addition guidance. FREQUENCY GUIDE SCHEDULE MINIMUM MATERIALS SAMPLE AND TESTING. TABLE 1 -A Type of Test Sampling and Testing Verification Testing (ASTM or AASHTO) Frequency 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 # 81500095 Page 18 REVISION OF SECTION 106 Storege of Materials Section 106 of ihe 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, 2015. The remainder of this page left blank intentionally BID NO # B1500095 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 ) Percentage of wear, Los Angeles Abrasion Test (AASHTO T 96), not more than 40. 2) At least 90 percent by weight of the particles retained on the #4 sieve shall have at least two fractured face. Table 703-6 Gradation Specifications for Cover Coast Aggregate Sieve Size Percent b Wei�ht Passin S uare Mesh Sieve 3/8" Y�' '%» '�z' ' 3/8" 100 #4 0-15 #200 0-1 . 0 The remainder of this page left blank intentionally BID NO # B1500095 Page 20 Cifent#: 33752 VARCOMPC ACORD,w CERTIFICATE OF LIABILITY INSURANCE oaretmm�oonwv� 5/12/2015 THIS CERTIFICATE IS ISSUE� AS A MATTER OF INFORMA710N ONLV 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), AUTHORI2ED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLOER. IMPORTANT: tl the certificate holder is an AODITIONAL INSURED, ihe policy(ie5) must Be endorsed. II SUBROGATION IS WAIVED, sub�ect to the terms and conditlons of fhe pollcy, cerlaln policies may requlre an endorsemant. A statement on this ceniticate does nof confer rights to the certiflcate holder in lieu of such endorsement(s). PRODOCEfl � CONTACT NI+MB Holmes Murphy -Colorado I PHONE 515 223-fi800 �`� � 7600 Easl Orchard Rd, Ste 330 ,-Ea p Lo e.n: ac r+o : 855�668-0076 ___-- SOUIN � ADDRE55: �__ INSUNER�SjAFFOFOWGCOVENAOE NAICp Greenwood Vlllage, CO So111 i ir�suREfl A : phoenix Insurance Company 25623 --- - - ---- '-_ . . - ------ insuaeo ! iHsueeae : Catfin Speeiatly Ins. 15989 Varra Companies I Trvelers Insurance -� 39357 � INSUFEq C : 8120 Gage Street irvsuAeao : Charter Oak Fire Ins. Company 25615 Frederick, CO 80516 IN4UflER E : IN60PERf : � COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: TIiIS IS TO CERTIFV THAT TH[ ppLICIES OF INSURANCE LISTED B[LOW HAVE BEEN ISSUE� TO THF INSURED NAN.[D A�OVE FOR THE POLICY PERIOD INDICATF�, NOTWITHSTANDING ANV REOUIREMENT, TERM nR C(aNDITIONOF ANV GONTHACiOR OTHER DOCUMENT WITH RESPEGT TO WHIGH THIS CERTIFIGATE MAV OE ISSUED OH MAV FEHTAIN, THE INSUHANCE AFFOHDEU BY IFIE POLICIES DESCHIBED HEflEIN IS SUBJEGI 70 ALL IHE IEHMS, EXCLUSIONS AND CONOITIONS OF SUCH POLICIHS. I.IMITS SIIOWN MAY HAVE BEEN REDUCED BV PAIO CLAIMS. LTfl TYPEOFINSUflANCE AD�LSUBH pOLICVNUMBER MMIDUnYYY MMI�DIY`/VVY LIMITS � �� � A GENEflAILIABWTV 6306A650550PHX14 O/O�/YO� 4 � O/O1�EOI � EACHOCCUFRENCE _ 5� ��0����� X CGMMEFCIdL (3ENGFBLLIAtliLIIY ppµ/�(;� T flENTEO PRfMISE5 Eaoccurtencg'1. , ._ S3�0�0�� _ J CLRIMS�MADE � OCLUR MEDE%P Anyone erson S�0y_000 X�� AI #CGD24608/0S _ _ Peaso��n�sauvitdauav g1 ,000,000 � (iENERNLA�GREQATE SM1�000 OOO GEN'LACCFE6ATELIMITAPPLIESPER: PNDOUCTS - COMP/OPAGG 32�000�000 roucv I X� �FCT_ .�L�� § .. .._ A 8106A650550COF14 D/01l2074 10/01l201 , AUTOMOBILELI0.BILITV COMBINE� SINGLELIMR 1 OOOO (EAeccEenil � _� �0 X qNV AUTO 8001LV INJIIRV (Pe�pmsun) § ALLOWNE� SCHEDOLED BOOILVINJURY �Peracddenl) 5 � AUTOS AUTOS X HIRFDAUTOS X NONOWNEO PqOPERTY �AMqGE � �� � AUTOS Per amident S /{ �( UMBflELLALl46 J� CCCOti CUP6A650550TIL74 0����20�4 ����1�2�� ENCHOCGUflRENCE 5$ QQ��0�0 E%CE55 �IA9 (;�qIMS�MAOE AGGREf.ATE SS 00D OOO neo X aeTeunoNa10,000 __,. __._ s B WOPKEHSCOMPENSRTIOfi UB5D768436MD14 10/01/201410/01/201 X �'''csintu� Ioin� � - - ANDEMPLOYEPS' LIABILIN Y �N �-R � � — hNYPROPRIETONPNRTNEWEXECUTiVE❑ EL. EACHACCIDEM . � S7000000 OFFICEfUMEMF3ERF%CILOFO? �.J N/A ' ' - (MantlatoryinNH) EIDISEASE _EAEMPLOYFf S� �000�000 II yes, dasc�ibounEer DESCRIPTION OF OPEqAT10NS bqbw _ E.L DISEASE � POLiGY UMII I Sy �OOO�OOO C Protess & Pollut CPL979171015 10l01/2014 10/01/201 i $1 ,000,000 occlaggregat Llability DESCRIVTION OF OPERATIONS /LOCATIONS /VEHICLES (Altech ACORD 101� Atltlplanal flemeiMn 6chadula, II Tore spett la naui�ed) REF: Project - 8id 81500095 The following are additional Insureds on General Liability if required by wrltten contract and coverage applies as respects work performed by the insured tor the adtlitional insured. All terms and conditions ot the policy apply. The general liabllity coverage is primary and non-contributory per the policy terms and (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Weld Count Public Works SHOULO ANY OFTHE ABOVE DESCRIBEO PDLICIES BE CANCELLED BEFORE Y TME EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVEflED �N Pavement Management ACCOR�ANCE WITH THE P�LICV PROVISION5. 1171 H Street P O BOX �SH AU7H0111ZE0 REPPESENTATIVE Greeley, CO 80632 � ,� x o u.�C � 1988-2070 ACORD CORPORATI0N. All rlghts reserved. ACORD 25 (2010/OS) 7 p( 2 The ACORD name and logo are registered marks oi ACORD #S138370/M138365 HANL7 Marcia Walters From: Denie Compton <dcompton@varracompanies.com> Sent: Tuesday, April 14, 2015 7:39 AM To: bids Subject: Bid No. B1500095 Attachments: Bid No. 61500095.pdf Follow Up Flag : Follow up Flag Status: Flagged Categories: BID RECEIVED I HEREBY WAIVE MY RIGHT TO A SEALED BID. DENIE COMPTON . . � � .: Denie Compton Phone: (303) 666-6657 Sales and Marketin CeIL• (303) 591-1712 9 Fax: (303) 666-6743 ��� Sand ��� Grevel ��� Recycled Materials ��� Ready Mix Concrele ��� 1 COUNTY MEMORANDUM (14,44.p TO: Jaa cl)onald, Director of Public Works DATE: April 27, 2015 FROM: Joshua Holbrook, Construction Inspection Supervisor SUBJECT: Chip seal Aggregate Supply 2015 BID NO: #B1500095 On April 14, 2015, two bids were opened for the 2015 Chip Seai Aggregate Supply contract. The amounts ranged from $90,000.00 to $230,625 with the lowest bid submitted by Varra Companies from of Platteville, Colorado. The budgeted amount for this material is $162,600.00 This material will be used for the 2015 chip seal maintenance projects. It is our recommendation to award this material supply contract to Varra Compaines for a total amount of $90,000.00. Cc Curtis Hall, Operation Manager Neal Bowers, pavement Management Supervisor Janet Lundquist. Support Services Manager Trevor Jiricek, Director of Environmental Health and General Services Marcia Walters_ Purchasing Rnsc t:vcrcrt, Purchasing M ',Maintenance Contracts+Chip Searlitt 1-tt inch chips \d imtract L)ucs'2f)15 ree ,en due WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwaltersco.weld.co.us E-mail: reverett@co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: APRIL 14, 2015 REQUEST FOR: CHIP SEAL AGGREGATE SUPPLY - 3/8" DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B1500095 PRESENT DATE: APRIL 15, 2015 APPROVAL DATE: APRIL 29, 2015 PRICE PER TON CONTRACT PRICE GRAVEL PIT VENDOR 3/8" AGGREGATE (based on 7,500 tons) LOCATION VARRA COMPANIES INC 8120 GAGE ST FREDERICK CO 80516 MARTIN MARIETTA 1800 N TAFT FILL RD FT COLLINS CO 80521 $12.00/TON $30.75/TON **PWD IS REVIEWING THE BID AT THIS TIME $90,000.00 8490 HWY 66 PLATTEVILLE CO $230,625.00 925 N 35THAVE GREELEY CO 0205-1DI f 007a Hello