Loading...
HomeMy WebLinkAbout20230581.tiffCorrlutd-Ia Di 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: bidscfttweldgov.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 mad 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. OW Delivery to Weld County: 1. Emailed bids are required. Email bids to bidstt..weldgov.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 i clude the following statement on the email: "I hereby waive eonw+- 030 1 I Z3 0464., A)) 3//p3 2023-0581 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. B2300061 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 (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible 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. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: 82300061 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: Martin, Daniel <dmartin@usstandardsign.com> Monday, February 6, 2023 4:44 PM bids US Standard Sign - Sign Material Bid US Standard Sign - Sign Material Bid.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. Good afternoon, Attached is my bid for US Standard Sign for the Sign Materials bid due 2/8/23. I hereby waive my right to a sealed bid. There should be a W9 on file as we had the previous contract. Please let me know if you have any questions. Thank you, Daniel Martin Vice President US Standard Sign Co. 11400 Addison Ave I Franklin Park, IL 60131 toll free: 800-537-4790 I Direct: 847-447-2236 I fax: 847-455-3330 email: dmartint musstandardsign.com I web: www.usstandardsian.com DUI SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: ALUMINUM SIGN BLANKS At aluminum sign blanks to be minimum spec. of .080 thickness, and anodized aluminum. Blank Size Size Number Unit Item (width x height) Blank Shape of of Price Number Holes Holes 1 24" x 6" Horizontal 3/8" 2 $ 06 2 30" x 6" Horizontal 3/8" 2 $3.74, 3 24" x 8" Horizontal 3/8" 2 $ 9,47 4 18" x 18" Square 3/8" 2 $ Gs3 5 18" e 24" Vertical 3/8" 2 $ Sr.m 48" x 18" Horizontal 3/8" 4 $ 11.07. 24" x 24" Square 3/8" 2 $10.41. 8 24" x 30" Vertical 318" 2 $ 10.00 9 48" x 24" Horizontal 3/8" 4 $,231,`I 10 30" x 30" Diamond 3/8" 2 $3.3,03 11 36" x 36" Diamond 3/8" 2 $2'7.ii, 12 48" x 30" Horizontal 3/8" 4 $2i,,o3 13 _ 36" x 48" x 48" Triangle 3/8" 2 $dir 21 14 30" x 30" Octagonal 3/8" 2 $Zns'I 15 36" x 36" Octagonal 318" 2 $2L000 16 36" x 36" Round 3/8" 2 $ 29.03 17 36" x 36" x 36" Triangle 3/8" 2 $13.21 18 12" x 18" Vertical 3/8" 2 $ 4.41 19 48" x 60" Horizontal 3/8" 4 $ 5z.Q. 20 48" x 48" Diamond 3/8" 2 $41'l,lo 21 48" x 48" Octagons I_ 3/8" 2 $ 3132_ 22 6" x 18" Horizontal 3/8" 2 $Z.y(4, 23 _ 48" x 48" x 48" Triangle 3/8" 2 $ /i.oc 24 36" X 48" Horizontal 3/8" 2 $30.07 25 24" X 36" Horizontal 3/8" 2 $15.41 26 36" X 12" Horizontal 3/8" 2 $g-04 27 30" X 12" Horizontal 3/8" 2 $7.2s- 28 48" X15" Horizontal 3/8" 2 $13.04 29 48" X 12" Horizontal 3/8" 2 $1048, 30 48" X 8" Horizontal 3/8" 2 $ylq 31 24" X 24" Cnty Shield Vertical 3/5" 2 $It.lo2. ik 511 i . 01 82300061 SIGN BLANKS WITH APPLIED FACINGS "R" Series Minimum Diamond DG3 // "W Series Minimum HIP Facings Item # 32 33 34 Size/ Shape 48"X48" Octagon 48"X48" Diamond 48"X48" Diamond MUTCD Designation Reflective/Color R1-1/Stop Diamond VIP/Red & White W Series/Yellow HIP/Yellow & Black with Border W Series/Orange HIP/Orange & Black with Border Unit Price SIGN FACINGS All sign facings SHALL be pressure sensitive All '"R" Series and All "S" Series SHALL be minimum Diamond Grade DG3 stopyield, school, pedestrian„ tills 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 Item # 35 36 37 Facing Size (width x height) 6" X 18" 18"x24" 24" x 24" 38 24" x 24" 39 24" x 30" 40A 30" x 30" 40B 40C 40D 41A 41B 41C 82300051 30" x 30" 30" x 30" 30"x 30" 36" x 36" 36" x 36" 36" x 36" Colors Legend/Background White/Red Black (non-refl)/fluor yellow -green Blue Shield (County Name Only, no numbers) Black non -reflective /white Black (non-reflective)/white Black(non- reflective)/yellow Black(non- reflective)/yellow (SA Symbol)__ Black(non-reflective)/ fluorescentyel low -green Red/White/Yellow Black(non- reflective1lorar t e Blackl(non- reflective 1 ellow Black(non- reflective)/yellow (SA Symbol) 9 SIGN FACING CONTINUED 41D 36" x 36" 41E 36"x36" 42 30" x 30" Octagonal 43 36" T36?. Octagonal 44 48" x 48" Octagonal 45 36" x 36" x 36" Facing MUTCD Size Designation Legend/Background (width x height) 36" x 48" W14-3 No Passing Black(non- x 48" Zone reflective/yellow 36" x 36" W10-1 R/R Xing Black(non- Round reflective)/yellow 48" x 48" W3-1 Stop Ahead Black(non- (SA Symbol) reflective)/yellow (SA Symbol) 48" x 48" W -series (Border Black(non- only) reflective)/yellow 48" x 48" W -series (Border Black(non- only) reflective)/orange 48" x 48" ' R1-2 Yield Red/White Triangle 36" x 48" R2-1 (Border only) ( Black/(non- ref 24" 24" x 36" R -Series (Border Black/(non- only) reflective)/white R -Series (Border Black/(non- onl reflective)/white Red/White/Yellow Yellow/Black Border/White/Border (Speed Limit) White/Red White/Red White/Red Red/White Colors Unit Price B2300061 10 REFLECTIVE SHEETING MATERIALS High Intensity Prismatic (HIP) Reflective Sheeting used for traffic control and guidance signs Wide angle prismatic lens reflective sheetin un unshed with res 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 Unit Price White — SIZE OF ROLL _ 53 YARDS 53A Yellow — SIZE OF ROLL YARDS 538 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 Orange/white Left slant 54A Orange/white, Right slant 54B Red/white, Left slant 55A Red/white, Right slant 55B 55 REFLECTIVE SHEETING 150' Lengths, Pressure Sensitive, with adhesive backing MINIMUM DIAMOND DG3 or EQUIVALENT 36" Width Item 56 Color Yellow — Item 56A tern 56B Orange Item 56C White — Item 56D Brown — Item 56E Green - item 56F Blue — Item 56G Fluorescent Green — REFLECTIVE SHEETING 150' Lengths, Pressure Sensitive, with adhesive backing MINIMUM DIAMOND DG3 or EQUIVALENT 30" Width Color I Unit Pric Yellow — Item 57A Item 57 White — Item 57B Flourescent Green Item 57C Unit Price B2300061 REFLECTIVE SHEETING 150' Lengths, Pressure Sensitive, with adhesive backing MINIMUM DIAMOND DG3 or EQUIVALENT 48" Width Color Item 58 i White — Item 58 REFLECTIVE SHEETING 150' Lengths, Pressure Sensitive, with adhesive backing ENGINEERING GRADE 30" Width Color Unit Price Item 59 White — Item 59 FILM AND VINYL High performance film, opaque cast, 2 mil, high 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 item 61 inch — item 61A 6 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 02300061 Color Black - Item 60A White — Item 60B Cardinal Red — Item 60C Intense Blue — Item 60D TRANSFER TAPE (pre -masking lapel 100 YARD ROLLS Width: Unit Price 12 Unit Price SIGN SHEETING LAMINATE Sian sheeting rrotective laminate, adhesive backing. with UV p otection. and graffiti protection for ink printed signs. Must be able to apy with a hand squeeze roiler,products can be 3M 1160i, Ave:y Ad - 01 -1000 or ecpivalent. Item # 162 PROTECTIVE LAMINATE SHEETING 150' Lengths. with adhesive backing Width 30" - Item 62A 36" -- Item 6213 46" - Item 62C TRAFFIC CONTROL Description Unit Price Item TRAFFIC CONES: 63 Minimum 28" height, heavy base, orange with two HIP or Diamond VIP reflective bands 6 inches wide. Item TRAFFIC CHANNELIZER DRUMS: 64 Minimum 40" height and a minimum 36" width. Orange stackable I with 25 lb rubber bases with minimum HIP retroreflective bands. IBuilt-in carry handle with top holes for barricade lights CHIP SEAL MARKERS SQUARE TUBING Description Item ? CHIP SEAL MARKERS: 65 I Yellow Reflective, double -sided and self adhesive with clear, removable lens cover. Size — 4 inch Minims m 14 gauge s igare tube steel, galvanized or zinc, with 7/16. holes on 1" centers on all four sides, full length. Each post to come with 1 corner bolt and 1 base ost 2-1/4" X 2-1/4" X 36' 12 gauge square with same hole pattern Unit Price B2300061 Item Number 66 2"x2"x10' 67 , 2" x 2" x 12' Description Unit Price 16 gauge square tube sloe), 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 Unit Price 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 70 2.5" x 2.5" x 10' 2.5" x 2.5" x 12' FIBERGLASS DELINEATOR POSTS Whitpost with minimum HIP reflective sheeting Item Number 71a 71b 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") Unit Price i i>or Unit Price $ N1 $ k*'" DELIVERY NOTE: PALLETS TO BE MOVEABLE WITH A STANDARD PALLET JACK **"* DOES YOUR BID MEET OUR SPECIFICATIONS'? YES X' NO t Qt Alf -17 Sit 11QF ALL OR NOTHING BID PARTIAL BID X DELIVERY TIME d IS C -,I we ,A -Lt. 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 62300061 In BID 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 ttie 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 there are any exclusions or contingencies submitted with your bid it may be disqualified. 02300061 15 The undersigned, by his or her signature, hereby acknowledges and represents that: 1 Tl`e bid proposed herein rri,ets 1.'. of the ccndlt o` s. sl:,,if, ,.tor, And sp L of pro visions t forth th, fc r Bid for Request No. r'io23O0061. 2. The qt eafio e sot forth herein are exclJsi',Je of any federal excise taxes and all GtllE'r stein, anU boa: tar He or she is ;lilllonzed to b,rid- t` e h:C der for me c' notioL on ti acf;Onlpnny',nc bid sheets. Ties signed bid submitted, ail of tre cl cun,n,s of the Re,:i,est r B +t. eu i Biel ;clin ; b, :not limited i0 product pr, !i,citims 3n, scope of scrvir'F and the forola c e stance c1 the bid by Meld ;c linty Ic'ra ;thc,- a contract, uvlih the contra_, date t c ou i ier r{ aie df fclrrntil accept ce, of the bid ray Weld i_;or.inty reserves the right forefeet any and ail bids: CO any informality in the bids, and to accept the bid that, in the opinion of the Board of County nt Cornmissi-„ ers, is to the best interests or Weld County The bifi(s) reAy be awarded to more (hail one vendor' FIRM tt try y�C�s�c1��: \ ti_tCr1 BUSINESS fj ADDRESS O400id. t..�Cn AVt- CITY. STATE Ai? CODE Fu f\ L\+cL \z__. 1— \ 3 TELEPHONE NC �_4'4 7 Zz X, FA:\ 7 t'T 5 ? 3O TAX ID /1 in PRINTED NM) AND T 'I I_E .� Yr\.f _. �_� {!4 Y� mac. OLs t - FIR SICINATURE ✓(._ - - EMrIL DATE __. 1.__ _ ZO Z ( ._ n (n� _ t_�� t� C. ( C «r (O0 1 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS P98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - T. ATTEST: Weld C BY: ,.nJ lorE to Ire eputy Clerk/ he : l BOARD OF COUNTY COMMISSIONERS WELD COUNTY. COLORADO ike Freeman, Chair MAR 0 12323 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 TOTAL UNIT PRICE US Standard Sign Co Osburn Assts 1-31 35-39, 40A -D, 41 A -E-44, 47, 48A -C-52, 56A-G,56H,57A-B,57C,58,61A-H, 57C, 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 M; mon a/wpfi les/bidslmsIgnmate riaibld2023.docx $ 541.09 $ 12,260.78 $ 2,287.77 $ 301.00 $ 960.27 $ 16, 350.91 WELD COUNTY PURCHASING 1150 0 Street Room #107, Greeley, CO 80631 E-mail: reverett a@weldaov.com E-mail: caeisertaweldoov,com E-mail: cmooters(B?weldgov.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. 2023 SIGNR FR#Aimem OSBURN ASSTS US STANDARD SIGN CO NTERWEST SAFETY SUPPLY SAFETY 8 CONSTRUCTION SUPPLY VULCAN SIGNS $788.35 3541.09 $67251 NO BID $775,60 OSHURN ASSTS US STANDARD SIGN CO INTERWEST SAFETY SUPPLY SAFETY 8 CONSTRUCTION SUPPLY VULCAN SIGNS x28.06 NO B@ 554,15 No e1D $2e.9a $34800 No alg $444.00 NO BID $294.79 NO BID $96.00 NO D $51,BI52 $1,49 NO BID $11.D0 NO BID $2.41 $13.75 NO BID $61.90 NO BIO $12,87 oseuRNAssrs No BID $16z9D US STANDARD SIGN CO NO BID NO BID IMERWEST SAFETY SUPPLY ...km Yd Rot SAFETY 8 CONSTRUCTION SUPPLY ®4.95!100 Yd Rot VULCAN SIGNS NO BID $220,00 $249,99 5141.10 $192.00 NO BID $220,00 NO BID $141,10 NO BID ai8A2 VIZ $968 $31.68 N0 6ID $67.42 NO BID 522.15 $7,92 NO BID $23,35 NO BID $2200 $17,9 NO BID $so_SD $7O7O $28.96 295.04 NO BID $267.00 NO BID $15920 $15.15 NO BID 334.55 NO BID $16.10 $24,30 r10 wD $89.00 NO BID 127.14 $62.84 NO BID $153 00 NO BID $83.85 $3696 NC BID $67.90 NO BID $36.64 54,723.50 NO BID 59,639.00 NO BID $7,843.50 1 Gm 51,030.50 NO Hlp $1,37700 NO BID $1,120.50 $1,71750 NO BID $2.294.00 NO BID $1,687.50 Flay. $25675 No BID $1,147.00 NO BID $933.75 $14.00 N,37O Blp $183fi.00 NO BID $1,494.00 seas $tale NO BID NO BID $245,36 $37.50 NO BID NO:0 $152.01 $20,12 $16.18 57.59 NO BID NO BID 333.00 a14A0 No BID rao BID $19,32 $8.05 $401,25 NO BID NO BID NO BID $525.00 'Nn -g° BID NO BID $333,75 $2,060,36 OSBURN ASSTS US TANDARb SIGN CO IMERWEBTSAF:1 SUPPLY SAFETY 8 CONSTRUCTION SUPPLY VULCAN SIGNS $78/,05 NO BID $2,093.00 No BID $1,857.21 $1,266.75 NO BID $2,Dae.00 w91D 52,20'6_75 ° Item 61A -N - Oaharn Associates has minimum order reouinemerns No elD NO BID $21,60 $19,95 $2623 No BID NO BID $44.95 NO BID NO BID :CO NO BID NO BID No elD NO BID $1. D0 $11420 $155,36 No elD NO Big $60.00 $36.95 NO BID NO BID r;2°4 O B x247,0ID0 $27425 $274.62 NO BID NO BID $50.00 NO 8tD $1'4-51 PARTIAL AIIMothind Blaniu PORTAL PARTIAL PARTIAL Contract Form New Contract Request Entity Information Entity Name* US STANDARD SIGN CO Contract Name* 2023 SIGN MATERIAL Contract Status CTB REVIEW Entity ID* @'00033878 New Entity? Contract ID 6709 Contract Lead* KHETTINGER Contract Lead Email khetti ngerOweldgov.com Parent Contract ID Requires Board Approval YES Department Project # AN -52 2023 Contract Description* 2023 SIGN MATERIAL BID CONTRACT, 71 ITEMS BID ON, 5 VENDORS RECEIVED ITEMS FROM THE BID. THIS IS 1 OF 5 Contract Description 2 Contract Type* AWARD Amount. S125,000.00 Renewable* NO Automatic Renewal Grant ICA Department PUBLIC WORKS Department Email CM- Pu bl icWo rks Aweld gov. com Department Head Email CM-PublicWorks- DeptHead weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EY@WELDG 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#* 62300061 If this is a renewal enter previous Contract ID If this is part of a MSA enter RASA Contract ID Note. the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase 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 Purchasing Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date CONSENT Approval Process Department Head .CURTIS HALL DH Approved Date 02;27/2023 Final BOCC Approved YES BOCC Signed Date 03/01/2023 BOCC Agenda Date 03;01/2023 Originator KHETTINGER 02/27/2023 Finance Approver CONSENT Legal Counsel CONSENT Finance Approved Date Legal Counsel Approved Date 02,27;2023 02;2712023 Tyler Ref # 2023-0581 Hello