HomeMy WebLinkAbout20230598.tiffUN-vaCk Ma la'1 l I
REQUEST FOR BID
WELD COUNTY, COLORADO
1150 O STREET
GREELEY, CO 80631
DATE: JANUARY 20, 2023
BID NUMBER: B2300061
DESCRIPTION: 2023 SIGN MATERIAL BID
DEPARTMENT: PUBLIC WORKS
BID OPENING DATE: FEBRUARY 2, 2023
1. NOTICE TO BIDDERS:
The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively
referred to herein as, 'Weld County"), wishes to purchase the following:
SIGN MATERIAL BID
Question submission deadline: January 30, 2023 by 9:00 AM. Email questions to: bidstftweldgov.com.
Answers will be posted on https://www.bidnetdirect.com/ on or before January 30, 2023 by 3:00 PM.
Bids will be received until: February 2, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The
submitted bids will be read over a Microsoft Teams Conference Call on February 2.2023 at 10:30 AM. To join,
call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening
in person at the Weld County Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO
80631.
Phone number: 720-439-5261 Phone Conference ID:
PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST
NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE
APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7.
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 information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/.
Weld County Government is a member of BidNet Direct which is an online notification system being utilized by
multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals,
addendums, and awards on this one centralized system.
Bid Delivery to Weld County:
1. Emailed bids are required. Email bids to bidstft weldaov.com; however, if your bid exceeds 25MB
please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500
MB. PDF format is required. Emailed bids must iAlude the following statement on the email: "I hereby waive
0A -4k -el( u9
3p la,.3
EeitOSI
2023-0598
my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call
Purchasing at 970-400-4222 or 4223 with any questions.
3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION
Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each
bid must give the full business address of bidder and be signed by him with his usual signature. Bids by
partnerships must furnish the full names of all partners and must be signed with the partnership name by one of
the members of the partnership or by an authorized representative, followed by the signature and title of the
person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the
name of the state of the incorporation and by the signature and title of the president, secretary, or other person
authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the
signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title
without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld
County Controller, 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 Controller 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 Controller; 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
Bid 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. 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.
B2300061 2
B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting
confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential
information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on
the 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., the Colorado Open Records
Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder
is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt
from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential
commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid
information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of
them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not
protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential
information which is included within the body of the bid and not separately identified. Any document which is
incorporated as an exhibit into any contract executed by the County shall be a public document regardless of
whether it is marked as confidential.
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 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. Attorney's 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.
82300061 3
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. Warranty: The successful bidder warrants that services performed under this Agreement will be
performed in a manner consistent with the standards governing such services and the provisions of this
Agreement. The successful bidder further represents and warrants that all services shall be performed by
qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all
services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware
that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during
which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance.
The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects,
whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum
specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the
goods are free and clear of all liens, encumbrances, and security interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time,
and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County,
B2300061 4
Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after
said goods are first supplied to Weld County.
Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are
submitted:
1, Detailed equipment specifications to include the warranty.
2. Descriptive literature.
P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest
therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder
to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County,
automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be
granted or denied at the sole and absolute discretion of County.
Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure
to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause
beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or
Governmental actions.
R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other
contractors or persons to perform services of the same or similar nature.
S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The
signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or
beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County
has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere
with the performance of the successful bidder's services and the successful bidder shall not employ any person
having such known interests. During the term of this Agreement, the successful bidder shall not engage in any
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.
T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or
unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such
provision, to the extent that this Agreement is then capable of execution within the original intent of the parties.
U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial
body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null
and void.
V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until
it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee.
W. Compensation Amount: Upon the successful bidder's successful completion of the service, and
County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted
bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless
a "change order" authorizing such additional payment has been specifically approved by the County's delegated
employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to
the Weld County Code.
X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the
successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to
B2300061 5
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 Controller 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 (1 0) 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 forthe 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 coverages specified in this Agreement are the minimum requirements, and these requirements do
not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits
contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the
performance of the work under this Contract by the Successful bidder, its agents, representatives, employees,
or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent,
maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other
obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in
sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional
kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this
Agreement. Any modification to these requirements must be made in writing by Weld County.
The successful bidder stipulates that it has met the insurance requirements identified herein. The successful
bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and
services provided, the timely delivery of said services, and the coordination of all services rendered by the
successful bidder and shall, without additional compensation, promptly remedy and correct any errors,
omissions, or other deficiencies.
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.
Tvpes 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:
B2300061 6
Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering
all of the successful bidder's employees acting within the course and scope of their employment. Policy shall
contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder
or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or
subcontractor executes the appropriate sole proprietor waiver form.
Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured
contract, and defense costs, with the minimum limits must be as follows:
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$2,000,000 products and completed operations aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person,
$1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles
operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in
the performance of this Contract.
Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement,
and shall keep in force at all times during the term of the Agreement as the same may be extended as
herein provided, a commercial general liability insurance policy, including public liability and property damage, in
form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth
in the Request for Bid.
Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance,
a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and
inland marine, Successful bidder's insurer shall name County as an additional insured.
Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against
County.
Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other
entities providing goods or services required by this Agreement shall be subject to all of the requirements herein
and shall procure and maintain the same coverages 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.
B2300061 7
Rose Everett
From:
Sent:
To:
Subject:
Attachments:
Dave Halls <dhalls@Iwsafety.com>
Wednesday, February 8, 2023 9:15 AM
bids
B2300061
Weld County Public Works Bid Number- B2300061.pdf
Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the
sender and know the content is safe.
Weld County,
Please see attached bid for 2023 Sign Materials. I hereby waive my right to a sealed bid.
David Halls
President
INTERWEST
SAFETY SUPPLY. LLC
dhalls +(,�' iwsafety.com
Office: 801-375-6321
Mobile: 801-608-2946
www.iwsafety.com
SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING:
ALUMINUM SIGN BLANKS
All aluminum sign blanks to be minimum spec. of .080 thickness, and anodized aluminum.
Item
Numbe
Blank Size
(width x height)
Blank Shape
Size Number
of of
Holes Holes
24" x 6" Horizontal 3/8"
3 24" x 8,, zontal q 3/8.,
2 30" x 6 Horizontal
Horizontal 3/8"
4 18" x 18" S uare 3/8"
5 18" x 24" Vertical 3/8"
6 48" x 18" Horizontal 3/8"
7 24" x 24" Square 3/8"
8 24" x 30" Vertical 3/8"
9 48" x 24" Horizontal 3/8"
10 30" x 30" ' Diamond 3/8"
11 36" x 36" -_-f Diamond 3/8"
o
12 48" x 30" Horizontal 3/8"
13 m 36" x 48" x 48" Trian le 3/8"
14 _,. 30" x 30" _ Octagonal j 3/8"
15 36" x 36" Octagonal 3/8"
36" x 36" Round 3/8"
17 36" x 36" x 36" Triangle
18 12" x 18" Vertical
19 48" x 60" Horizontal
48" x 48" Diamond
.___. 48" x 48" Octa onal
6" x 18" Horizontal
48" x 48" x 48" Triangle
36" X 48" Horizontal
24" X 36" Horizontal
36" X 12" Horizontal 3/8"
27 30" X 12" Horizontal 3/8"
28 48" X 15" Horizontal 3/8"
29 48" X 12" Horizontal 3/8"
30 48" X 8" Horizontal 3/8"
31 24" X 24" Cn Shield Vertical
82300061
16
20
21
22
23
24
25
26
Unit
Price
2 3.44
$ 4.31
2 $7.75
$10.33
4._ $20.67
2__ $13.77
2
2
2
2 $17.22
4_. $ 27.55
2 $21.53
2 _ $ 31.00
4 $34.45
2 $27.55
2 ,$21.53
2 $31,00'
2 $31.00
3/8" 2
3/8" 2
3/8" 4
3/8" i 2
3/8". _._..
3/8"
3/8"
3/8" 2
2
2
2
$15.50
$ 5.16
$68.90
$55.12
$55.12
$2.58
$27.55
' $41.34
'
$ 20.67
$10.33
$8.62-
$17.22
$13.77
2 $9.18
3/5 ._. 2 i $13.77
a
SIGN BLANKS WITH APPLIED FACINGS
"R" Series Minimum Diamond DG3 // "W" Series Minimum HIP Facings
Size/ MUTCD
Shape Designation
Reflective/Color
48"X48" R1-1/Stop Diamond VIP/Red &
Octa on White
33 Diamond W $ 148.00
with Border
H
IP/Yellow & Black
34 48"X48" W Series/Orange HIP/Orange & Black $148.00
1 Diamond with Border
SIGN FACINGS
All sign facings SHALL be pressure sensitive
All "R" Series and All "S" Series SHALL be minimum Diamond Grade DG3 (stop, yield, school,
pedestrian, blk on white)
All school and pedestrian facings SHALL be fluorescent green/yellow. Diamond Grade DG3
All other facings SHALL be minimum High Intensity Prismatic, HIP
Facing Size Colors
(width x Legend/Background Unit Price
Item # height)
35 6" X 18 White/Red $11.00
36 , 18" x 24" Black (non-reflyfluor $18.42
eeow- reen
24" x 24" Blue Shield (County Name $23.35
Onlyoo numbers)
24" x 24" Black (non-reflective)/white $ 29.00
Black (non-reflective)Iwhite $ 34.55
Black(non- $ 38,25
reflective)/yellow
40B Black(non- $ 38.25
30" x 30" reflective)/yellow (SA
Symbol)
40C 30" x 30" Black(non-reflective)/ $ 38.25
fluorescent yellowreen
f- 400 30"x 30" Red/WhiteNellow $ 38.25
36" x 36" i Black(non- $ 40.00
reflective loran
36" x 36" i Black/(non- $ 40.00
reflective/yellow
41C Black(non- $ 43.00
36" x 36" reflective)/yellow (SA
Symbol)
24" x 30"
30" x 30"
e
B2300061 9
SIGN FACING CONTINUED
36" x 36"Red/White/Yellow
.__ �
! $ 61.18
Yellow/Black i $ 61.18
36"x36" Border/White/Border
(Speed Limit
30" x 30"
Octagonal
36" x 36"
Octa onal
44 48" x 48"
Octagonal
45 36" x 36" x
36"
White/Red
White/Red
White/Red
Red/White
$ 37.50
$ 54.15
$ 96.00
$ 61.00
Item #
Facing
Size
(width x
height)
MUTCD
Designation
Colors l
Legend/Background
46
36" x 48"
x 48"
W14-3 No Passing
Zone
Black(non-
reflective/yellow
Black(non-
reflective)/yellow
Black(non- $
reflective)/yellow (SA
Symbol)
47
36" x 36"
Round
W10.1 RJR Xing
48A
48" x 48"
W3-1 Stop Ahead
(SA Symbol)
48B
48" x 48"
48" x 48"
48" x 48"
Trion le
36" x 48"
24" x 36"
30" x 12"
W -series (Border
only)
W -series (Border
only
R1-2 Yield
R2.1 (Border only)
R -Series (Border
only)
Black(non- $
reflective)/yellow
48C
Black(non- $
reflective /orange
Red/White $
49
50
Black/(non- $
reflective)/white
51
52
Black/(non- $
reflective)/white
Black/(non- $
reflective)/white
R -Series (Border 1
only)
89.00
89.00
67.00
33.00
14.00
82300061
10
REFLECTIVE SHEETING MATERIALS
High Intensity Prismatic (HIP) Reflective Sheeting used for traffic control and guidance signs
Wide angle prismatic lens reflective sheeting, unpunctied, with pressure sensitive adhesive
REFLECTIVE TAPE — TEMP PAVEMENT MARKING
4" Wide rolls, minimum HI, foil backed with factory applied adhesive foil
backing - PLEASE SPECIFY SIZE OF THE ROLL
Item Number Color
White — SIZE OF ROLL 100
Unit Price
$ 85.00
53 YARDS 53A _
Yellow — SIZE OF ROLL 100
YARDS 53B
$ 85.00
BARRICADE SHEETING
8" x 50 yard rolls, HIP, Pressure Sensitive, with adhesive backing — (Stripes are to be 6" Wide)
Downward angle indicates right or left slant)
Item Number Color/Slant
54 Oran a/white, Left slant 54A
Orange/white, Right slant 54B
Red/white, Left slant 55A
Red/white, Right slant 55B
55
Unit Price
$ 220.00
220,00
$ 220.00
$ 220.00
REFLECTIVE SHEETING
150' Lengths. Pressure Sensitive. with adhesive backing
DI O R D t or • UIVALENT
36" Width
Color
Yellow - Item 56A
Red - Item 56B
Unit Price
$ 1,377.00_
$ 1,377.00
Orange - Item 56C $ 1,377.00
Item 56 White - Item 56D 1,377.00
Brown - Item 56E $ 1,377,00
Green - Item 56F $ 1,377.00
Fluorescent Green - Item 56H 4$
Blue- Item 56G $ 1,377.00
1,377.00
REFLECTIVE SHEETING
150' Lengths, Pressure Sensitive. with adhesive backing
MINIMUM DIAMOND DO or EQUIVALENT
30" Width Color Unit Price
Yellow — Item 57A $ 1,147,00
Item 57 White Item 57B $ 1,147.00
Floorescent Green — Item 5W , $ 1,147.00
82300061
11
REFLECTIVE SHEETING
150' Lengths. Pressure Sensitive. with adhesive backing
MINIMUM DIAMOND DG3 or EQUIVALENT
48" Width Color
Item 58 White —
58
Unit Price
$ 1,836.00
REFLECTIVE SHEETING
150' Lengths. Pressure Sensitive, with adhesive backing
E GINE _RING GRADE
Color Unit Price
Item 59 White — Item 59 E $ 525.00
FILM AND VINYL
High performance film. opaque cast. 2 mil. hi,1h gloss film with clear pressure sensitive adhesive and
a SYNTHETIC adhesive backing, compatible with HIP Sheeting AND Diamond VIP. This material is
equivalent to 3M 7725 series. Paper backing will not be accepted.
HIGH PERFORMANCE FILM
150' Lengths. Pressure Sensitive
30" Width
Item 60
Cardinal Red — Item 60C
Intense Blue — Item 60D
Item 61
TRANSFER TAPE (are -masking tapel
100 YARD ROLLS
Width:
4 inch — Item 61A
8 Inch— Item 61B
12 inch — Item 61C
15 inch — Item 61D
24 inch — Item 61E
30 inch — Item 61F
36 inch — Item 61G
48 inch — Item 61H
52300061
Unit Price
$ 510.00
$ 510.00
$ 510.00
510.00
$ 47.00
94.00
$ 142.00
$ 177.00
$ 284.00
$ 355.00
$ 426.00
$ 568.00
nit Price
12
SIGN SHEETING LAMINATE
Sign sheeting protective laminate, adhesive backing, with UV protection, and graffiti protection, for ink
printed signs. Must be able to apply with a hand squeeze roller, products can be 3M 116O, Avery Ad -
01 -1000 or equivalent.
PROTECTIVE LAMINAT€ SHEETING
150' Lengths. wittladhesive backing
Width
30" — Item 62A
36"— Item 62B
48" — Item 62C
TRAFFIC CONTROL
Description
Unit Price
$ 528.00
$ 634.00
$ 846.00
Unit
Price
Item # TRAFFIC CONES:
63 , Minimum 28" height, heavy base, orange with two HIP or Diamond $21.50
_j VIP reflective bands 6 inches wide.
Item !TRAFFIC CHANNELIZER DRUMS:
64 f Minimum 40" height and a minimum 36" width. Orange stackable $69,00
with 25 lb rubber bases with minimum HIP retroreflective bands.
Built-in carry handle with top holes for barricade lights
CHIP SEAL MARKERS
SQUARE TUBING
Description
CHIP SEAL MARKERS:
Yellow Reflective, double -sided and self adhesive with clear,
removable lens cover. Size — 4 inch
Minimum 14 gauge square tube steel, galvanized or zinc, with 7/16"' holes on 1" centers on al(
four sides, full length. Each post to come with 1 corner bolt and 1 base post (2-1/4" X 2-1/4" X 3$"
12 gauge square with same hole pattern
82300061 13
Description
Item
Number
�. �'
66 2 x 2„ x 10'
2"x2"x12'
Unit Price
$ 79.00—+
16 gauge square tube steel, galvanized or zinc, with 7/16" holes on 1" centers on all four sides,
full length. No base or hardware - post only
Item
Number
68
1.75" x 1.75" x 10'
Description
12 gauge square tube steel, galvanized or zinc, with 7/16. holes on 1" centers on all four sides,
full length. Each post to come with 1 base, 36" in length with 2 Appropriate shoulder bolts.
Item
Number
69 2.5"x 2.5" x 10'
70 2.5"x 2.5"x 12'
Description
FIBERGLASS DELINEATOR POSTS
White post with minimum HIP reflective sheeting
Description
62" Height, 3-3/4" Width - White with 3 strips yellow (3" x 5
62" Height, 3-3/4" Width - White with 1 strip white (3" x 4") $ 50.00
Unit Price
$ 115.00
132.00
Unit
Price
$ 50.00
**** DELIVERY NOTE: PALLETS TO BE MOVEABLE WITH A STANDARD PALLET JACK ****
DOES YOUR BID MEET OUR SPECIFICATIONS? YES x NO
ALL OR NOTHING BID PARTIAL BID x DELIVERY TIME
DELIVERY TO BE MADE WITHIN 60 DAYS AFTER RECEIPT OF ORDER
IS VENDOR WILLING TO SELL GOODS ON AN AS NEEDED BASIS FROM THE TIME OF BID
OPENING TO MARCH 1, 2024? YES x NO
82300061
14
SID SUBMITTAL. INSTRUCTIONS;
The following items must be completed and submitted with your bid on or before the bid opening
deadline of 10:00 AM on February 8.2023:
1) Pages 9 thru 16 of the Bid Specifications.
2) W9, if applicable.*
3) Any future Addenda must be completed.
4) All other items as requested In the Bid Specifications and/or Scope of Work.
*A current W9 is required for new bidders. If you have previously worked with Weld County, only provide
your W9 if there has been a change.
Failure to include any of the above Items upon submittal of your bid may result in your bid being
incomplete and your bid being rejected. If thereare any exclusions or contingencies submitted with
your bid It may be disqualified:
82300061 15
FIRM
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 Bld for Request No. #B2300061,
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 bid sheets.
4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including,
but not limited to, product specifications and scope of services), and the formal acceptance of the
bid by Weld County, together constitutes a contract, with the contract date being the date of formal
acceptance of the bid by Weld County.
5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and
to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests
of Weld County. The bid(s) may be awarded to more than one vendor.
�,-,TE W ES1 SA r'E-r ;Sv-PPL-Y -r� A D �' 44� Ag Cep. Pcfi-,-ciora
BUSINESS
ADDRESS 19 6 5. NAVAJO SIR .ET
CITY, STATE, ZIP CODE Der-WEOP. t C,ra 8O12.3
TELEPHONE NO 3o3--133-8441 FAX 303-133-13444
PRINTED NAME AND TITLE b AtviD 441-t--61 k1esic,er'JT
SIGNATURE -_..
E-MAIL
DAvtto
dk1{a.i L WSAfETV.t'ssvt
DATE I e l 23
TAX ID # 4( - ls(<,3749
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98.03551-0000. YOU DO NOT NEED TO SEND BACK WAGES 1- 7.
ATTEST: W.ialf.14) .+LO;t1 BOARD OF COUNTY COMMISSIONERS
Weld C. n erk to the :oa • �, WELD COUNTY, COLORADO
BY:
Deputy Cler / the Freeman, Chair
MAR 0 1 2323
02300061 16
�31p5qg
W-9
I�a,• o�ioeF,
Request for Taxpayer
Identification Number and Certification
► Go to www.lrs.gov/FormW9 for instructions and the latest Information.
Give Form to the
requester. Do not
send to the IRS.
INTERWEST__SAFETY SUPPLY, LLC _
for tr,ir tux olasyticeuonIrOor trio(h'innate-rrrour„Q.*
sour'
4hat fx dicnrQoret4e rrvrrM urrlo
road. tax Purposes Otne sisv. a 1irttf0•'+rtr
■ rot in a lox Llessitkattoe el its
PO BOX 31
6 City siato
PROVO, UT 84603
I., accnrid hunititnt4t
Taxpayer Identification Number (TIN)
Enter your TIN a the appropriate box. The TiN provided must match the mama glean o ne 1 to avoid
backup withholding, For individuals, this is generally your social security number (SSN). However, for a
resident alien, sole proprietor, or disregarded entry, see the instructions for Part t, later For other
entities, it is your employer identification number (EIN). If you de not have a number, see No w to geld
TIN, later
Note: If the account ism more than one name, see the instructions for ling 1. Also see What Name and
Number To Give the Requester for guideiines on whose number to enter
�e Certification
Under penaities of perjury, I certify that
1 The number shown on this fern, is my curreer taxpayer identification number (or I am waiting fora number to oe issued to me, and
2 I am not subject to backup withholding because: (aj I am exempt from backup withholding, or (b) I have not been notified by the internal Revenue
Service (IRS) that lam subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IHS has notified rare Thal I am
no longer subject to backup withholding: and
3 am a U.S citizen or other U 9 person 1defined below): and
The FATCA code;'; entered on this form ill any, Indicating that I am exempt from FATCA repurt,ng is ccrracl
Certification instructions. You must cross out item 2 above if you have been notified by Ins IRS that you are currently subject to backup withholding because
you nave laded to report al, interest and dividends on your last return. For real estate hansactions,'torn 2 does not apply. For mortgage inleresl rd d,
acquisition or abaneonment of secured property, cancellation of debt, contributions to an indeedual retirement arrangement (IRA) and generally, payments
other than interest anti dividends, you are not required to sign the certificol cn, but you must provide yaw corral TIN. Too tar mslrurtions far Part II, later.
Employer Identification number
6
3
ran. Signature of
Here u.s. Person
General Instructions
Section references are to the Internal Re`ienue Coin Unless otherwise
holed
Future developments For the test infornalion about developments
rel:lhxt to Form W-9 and its instructions, such as latOslation enacted
,after they were priblishrM, no to rule as,gov/ForRtiN+,
Purpose of Form
An individual or entity (Farm VI 9 requester) who is required to ft..
information return with the IRS must obtain your correct taxpayer
identification number (TIN) ...Ch.) be 'Dole, 0.81,0) num00r
($550 rndivtduel liytpoyer Wentlficallon number (ITIN), adoption
Taxpayer Identification number (ATIN), or employer Identification number
(EIN). to report on an Information return the amount paid to you, or other
amount reportable orr an inlormatlon retort'. Examples of information
returns include. Put are not limited to, the following.
• Form 1()39-iNT finteresl earner]
Date► Ol si1Zo •
• Form 1099-DIV (dividends, including these Iroin stooks or mutual
funds)
• Form 1099-MISG (various types of income, prizes• awards, or gross
proceeds)
• Form 1099-B (stock or mutual fund safes and certain other
trausac:linns by brokers,
• Form 1090-S (pro10o0s front real estate transactions)
• Form 1099-K (merchant card and third party network transactions]
• form 1098 (home mortgage interest). 1098-E (student loan interest).
IOW T (tuition)
• Form 1099-C (cancel.: deb)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only rf you are a IJ.S person (inciudir, resident
alien), to provide your correct TIN
if you do not return Fora? W9 to the requester with a ilN, you might
be subject to backup withholding See What IS backup wiihhntdirrg,
tare,
Cat No 1023,
Fern, W-9rfeev 10-00'81
MEMORANDUM
TO: Board of Commissioners DATE: February 1 , 2023
FROM: Curtis Hall, Director of Public Works
SUBJECT: 2023 Sign Material Bid, B2300061
The Public Works Department recommends that the Board of County Commissioners award sign material to
the following vendors. All vendors indicated were the low bidder for the items except where noted.
VENDOR ITEM
US Standard Sign Co 1-31
Osburn Assts
35-39, 40A -D, 41 A -E-44, 47, 4 8A -C-52 ,
56A-G,56H,57A-B,57C,58,61A-H,
58,61 A -H,
62A -C
Interwest Safety Supply 60A -D,65,69-70
Safety & Construction Supply 53A -B,63,64,66-68
Vulcan Signs 32-34,45,46,54A-B,55A-B,59,71A-B
Total
TOTAL UNIT
PRICE
$ 541.09
$ 12,260,78
$ 2,287.77
$ 301.00
$ 960.27
$ 16, 350.91
WELD COUNTY PURCHASING
1150 O Street Room #107, Greeley, CO 80631
E-mail: reverettAweldgov.corrl
E-mail: caeisert(weldoov.com
E-mail: omoetersc6iweldgov.com
Phone: (970) 400-4222,4223 or 4216
DATE OF BID: FEBRUARY 8, 2023
REQUEST FOR: 2023 SIGN MATERIAL
DEPARTMENT: PUBLIC WORKS
BID NO: #B2300061
PRESENT DATE: FEBRUARY 13, 2023
APPROVAL DATE: FEBRUARY 27, 2023
VENDORS
INTERSTATE SAFETY SUPPLY LLC
105 S: NAVAJO STREET
DENVER CO 80223
US STANDARDS SIGN
11400 ADDISON AVENUE
FRANKLIN PARK, IL 60131
SAFETY & CONSTRUCTION SUPPLY INC
5590 JOLIET STREET
DENVER CO 80239
VULCAN INC: DBA VULCAN SIGNS
PO BOX 1850
FOLEY, AL 36536
OSBURN ASSOCIATES, INC
PO BOX 912
LOGAN, OH 43138
THERE ARE 71 ITEMS ON THIS BID AND THE AWARD WILL BE BASED ON LOW BID FOR EACH ITEM.
THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE BIDS.
3 MATERIAL BID, 82300001
OSBORN ASSTS
US STANDARD SIGN CO
INTERWEST SAFETY SUPPLY
SAFETY a CONSTRUCTION SUPPLY
VULCAN SIGNS
5788.35
3541.
5672.51
NO 81O
5775.60
$348.00
NO BID
$444 f10
NO BID
$294.75
NO BID
St8.42
NO BID
$9.66
37.92
NO BID
523.35
NO BID
522.00
552.64
NO BID
$153.00
NO BID
353.55
OSBORN ASSTS
US STANDARD SIGN CO
INTERWEST SAFETY SUPPLY
SAFETY & CONSTRUCTION SUPPLY
VULCAN SIGNS
526.08
NO BID
354.15
NO BID
320.%
OSBORN ASSTS NO BID
US STANDARD SIGN CO NO BID
INTERWEST SAFETY SUPPLY 55.00,100 Yd Rol
SAFETY a CONSTRUCTION SUPPLY 54.953100 Yd RW
VULCAN SIGNS NO BID
348.4e
NO BIO
$%.00
'g'.ID
52
518200
NO BID
5220.00
$249,99
$141.10
5182.00
NO BID
5220.00
NO BID
$141.10
531,88
NO BID
367.44
No ero
522.15
54,763.50
NC BIO
59.$39.00
No BID
$7.943.50
517.98
NO BID
150.50
NO BID
328.98
$1,030,50
NO BID
$1,377.00
NO BID
$1,120.50
$95.04
NO BID
526-00
:1 7BID
$15920
41,717.50
NO BID
52,294 00
NO &D
$1,867.50
$24.30
NO BID
589.00
NO BID
$27.14
$558.75
NO BID
1.147.00
N0 610
5933.75
536.36
NO BID
567 OC
NO BID
51,74.0
NO BID
51,836.00
NO BI❑
$1,494 00
$40125
NO BID
6525.00
NO BID
6333.75
57.55
NO BID
$14,00
NO BID
$8.05
RSl1
NO BID
NO BID
OSBURN ASSTS
MGM
US STANDARD SIGN CO NO BID
INTERWEST SAFETY SUPPLY $2,093.00
SAFETY a CONSTRUCTION SUPPLY NO BID
VULCAN SIGNS
51,657.21
$1.296 75
NO BID
.32",(0)01Z3
NO BID
32,205.75
' Ran 61A -H - Ds6um Assam1s has minimum order requimme.
NO BID
NO BID
521.50
$19.95
326.23
NO BID
NO BID
$59.00
NO BID
NO BID
3247.00
5274.25
$274.62
NO BID
NO BiD
550.00
NO 610
S1+1S1
PARTIAL
AIIMaf�ing Blanks
PARTIAL
PARTIAL
PARTIAL
Contract Form
New Contract Request
Entity Information
Entity Name*
INTERWEST SAFETY SUPPLY, INC
Contract Name*
2023 SIGN MATERIAL
Contract Status
CTB REVIEW
Entity ID.
OO0012564
❑ New Entity?
Contract ID
6711
Contract Lead*
KHETTINGER
Contract Lead Email
khettinger Wweldgov.com
Parent Contract ID
Requires Board Approval
YES
Department Project #
AN -52 2023
Contract Description*
2023 SIGN MATERIAL BID CONTRACT, 71 ITMES BID ON, 5 VENDORS RECEIVED ITEMS FROM THE BID, THIS IS 3 OF 5
Contract Description 2
Contract Type*
AWARD
Amount*
3125,000.00
Renewable*
NO
Automatic Renewal
Grant
ICA
Department
PUBLIC WORKS
Department Email
CM-
PublicWorks/Eweldgov.com
Department Head Email
CM-PublicWorks-
DeptHead/Uweldgov.com
County Attorney
GENERAL COUNTY
ATTORNEY EMAIL
County Attorney Email
CM-
COU NTYATTO RN EYWWELDG
OV.COM
Requested BOCC Agenda
Date*
03/06/2023
Due Date
03/02/2023
Will a work session with BOCC be required?"
NO
Does Contract require Purchasing Dept. to be included?
YES
Bid/RFP#t*
B2300061
If this is a renewal enter previous Contract ID
If this is part of a NSA enter MSA Contract ID
Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in
OnRase
Contract Dates
Effective Date Review Date* Renewal Date
11;01/2023
Termination Notice Period
Committed Delivery Date
Expiration Date*
03/01/2024
Contact Information
Contact Info
Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2
Purchasing
Purchasing Approver Purchasing Approved Date
CONSENT 02,27;2023
Approval Process
Department Head Finance Approver Legal Counsel
.CURTIS HALL CONSENT CONSENT
DH Approved Date Finance Approved Date Legal Counsel Approved Date
02127(2023 0227,2023 02`2712023
Final Approval
BOCC Approved
BOCC Signed Date
BOCC Agenda Date
Originator
K HETTI NC ER
Tyler Ref #
AG 030123
Hello