Loading...
HomeMy WebLinkAbout20211263.tiffCon-C+-1b15aZ^l BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS AROUND TITLE: 2022 GUARDRAIL, BRIDGE RAIL, AND CABLE RAIL REPAIR SERVICES DEPARTMENT: Public Works DATE: 04/07/2022 PERSON REQUESTING: Duane R. Naibauer Brief description of the problem/issue: The Ideal Fencing Corp. LLC Agreement may be extended from June 24, 2022, to June 23, 2023, as permitted by the contract. This extension would be the second (2nd) year of a possible three-year term limit. The contract also allows for yearly rate adjustments based upon the Denver -Aurora, Lakewood CPI index. The index allows for an increase of 7.05%. Ideal Fencing Corp. LLC is asking for a cost increase this year 14.52% and submitted a bid schedule with the price increase per line item. The budget amount for Guard Rail, Bridge Rail and Cable Rail Repair services for 2022 is $170,000.00 (Road and Bridge $70,000.00 and Other Public Works $100,000.00 for County Hwy). Public Works feels the increase of 14.52% Ideal Fencing Corp. LLC is requesting is a justifiable increase due to the steel price volatility, along with the fact Ideal Fencing Corp. LLC has been the sole bidder since 2018 and would most likely be again. From March 17, 2021 to November 8, 2021 steel mill price increases of $460.00 per ton (29.38%) have been seen and documentation of mill increases is included with a letter from DBE our steel supplier for bridges. Public Works does not anticipate going over the approved budget to accomplish safety related repairs and would work with the Finance Department if there is a projection to go above the current approved budget. Ideal Fencing Corp. LLC was awarded this contract beginning in 2018 as the low and sole bid vendor and again in 2021 as the low and sole bid vendor, the department has been satisfied with their services. What options exist for the Board? (include consequences, Impacts, costs, etc. of options): A) Approve the contract even though it is above the CPI since Ideal Fencing Corp. LLC will likely be the sole bidder if this contract is put out to bid again. B) Have Public Works go out to bid for this contract and risk having a higher line item cost on the new bid schedule. Have possible delays in repairs while this contract is out. Recommendation: Approve the extension of the existing contract. Aoorove Schedule �Recommend-�atiion Work Session Other/Comments: / Perry L. Buck V i L xa .- < Mike Freeman, Pro -Tern Scott K. James, Chair Steve Moreno Lori Saine \LllI Con�fi o5/1grZz 5//f/o2Z EC UO`lq Karla Ford From: Sent: To: Subject: Attachments: I approve Sent from my iPhone Perry Buck Wednesday, April 13, 2022 10:58 AM Karla Ford Re: Please Reply - Passaround- 2022 Guardrail - Bridge Rail and Cable Rail Repair Svc image002 jpg; image002jpg; image001.png; PA Contract Renewal_00l.pdf On Apr 12, 2022, at 2:05 PM, Karla Ford <kford@weldgov.com>wrote: Please advise if you approve recommendation. Thank you! Karla Ford X Executive Assistant & Office Manager, 1150 0 Street, P.O. Box 758, Greeley, :: 970.336-7204 :: kford@weldgov.con **Please note my working hours are Board of Weld County Commissioners Colorado 80632 1:: www.weldgov.com :: Monday -Thursday 7:00a.m.-5:00p.m.** Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it/s addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Karla Ford Sent: Tuesday, April 12, 2022 11:45 AM To: Lori Saine <Isaine@weldgov.com> Subject: Please Reply - Passaround- 2O22 Guardrail - Bridge Rail and Cable Rail Repair Svc Importance: High Please advise if you approve recommendation. Thank you. Karla Ford x Executive Assistant & Office Manager, 1150 0 Street, P.O. Box 758, Greeley, :: 970.336-7204 :: kford weldgov.con **Please note my working hours are Board of Weld County Commissioners Colorado 80632 n: www,weldgov.com :: Monday -Thursday 7:00a.m.-5:00p.m.** Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you hove received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. 1 Karla Ford From: Lori Saine Sent: Tuesday, April 12, 2022 12:12 PM To: Karla Ford Subject: RE: Please Reply - Passaround- 2022 Guardrail - Bridge Rail and Cable Rail Repair Svc yes Lori Saine Weld County Commissioner, District 3 1150 O Street PO Box 758 Greeley CO 80632 Phone: 970-400-4205 Fax: 970-336-7233 Email: Website: ww.cr.weld.co.us In God We Trust Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Karla Ford <kford@weldgov.com> Sent: Tuesday, April 12, 2022 11:45 AM To: Lori Saine <Isaine@weldgov.com> Subject: Please Reply - Passaround- 2O22 Guardrail - Bridge Rail and Cable Rail Repair Svc Importance: High Please advise if you approve recommendation. Thank you. Karla Ford R Executive Assistant & Office Manager, Board of Weld County Commissioners 1150 0 Street, P.O. Box 758, Greeley, Colorado 80632 .: 970.336-7204 :: kfor lov.com :ldgoyr **Please note my working hours are Monday -Thursday 7:00a.m.-5:00p.m.** (..UN I HAL I AUKttMLN 11 X I tNSIUN/KtNIWAL Fat I WEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND IDEAL FENCING CORP. LLC This Agreement Extension/Renewal ("Renewal"), made and entered into f0--- day of May 2022by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works. hereinafter referred to as the "Department", and Ideal Fencing Corp. LLC, 5795 Ideal Drive Erie, CO 80516, hereinafter referred to as the "Contractor". WHEREAS the parties entered Into an agreement (the "Original Agreement") Identified by the Weld County Clerk to the Board of County Commissioners as Bid #82100095, approved on May 24. 2021. Tyler Ref #2021-1263 WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which Is Incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, In consideration of the premises, the parties hereto covenant and agree as follows: • The current term of the Agreement will end on June 23. 2022. • The parties agree to extend the Original Agreement for an additional one-year period, which will begin June 24. 2022. and will end on June 23. 2023. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. The 2022 Bid Schedule, attached, replaces the 2021 Bid Schedule, + All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: D& tp> T Et.C�i,2 Print e .:s:'' Signature BOARD OF COUNTY COMMISSIONERS WELD NTY, CO RADO sco .James, Chair MAY 1 8 2022 ATTI Weh BY: 22/ -/&63 2022 BID SCHEDULE EST I UNIT I TOTAL ITEM ___ ITEM DESCCRIPTION UNIT QTY PRICES PRICE �$�_ 606.01 : Removal and Replacement of End Anchorage EA 3 Ib00.0G 4 T e 3Dj 6cV.r,c 606.02 Removal and Replacement of Terminal Section EA 7 ZIi3ro IS2b.w Flared 606.03 Removal and Replacement of Terminal Section EA 1 ;L5.c 3z Connectors 606.04 Removal and Replacement of Thrie Beam EA 1 3`k5 Terminal Section (Connector) 606.04 Removal and Replacement of Thrie Beam EA 1 es. 0O e c,0 Transition .c. 606.05 _ _ Removal and Replacement of Low Speed EA 1 2.>;yko,co Zb1o.Co Terminal (ape 3K� 606.06 Removal and Replacement of MSKT Terminal EA 5 1414540 1 Zo74co End Anchorage . 606.07 Removal and Replacement of SKT Terminal End EA 2 41400 �, gr�cc Anchors e Removal and Replacement of Median Terminal EA 1 sq;5, cc 0135 , co 606.08 Removal and Replacement of Guardrail MGS 606.09 Type 3 W -Beam (31 inches) (Wood)(6'-3" Post LF 150 X47.95 7192 So Spacing) Removal and Replacement of Guardrail MGS 606.10 Type 3W -Beam (31 inches) (Steel)(6'-3" Post LF 150 5IS� 773 Z. 5"t Spacing) 606.11 Transition from 28 -inch Guardrail (Type 3) to 31- LF 50 69.55 3417.,90 inch MGS 608,12 Removal and Replacement of Bridge Rail Tubing LF 40 19ic. t;o '7q jp ..o.co EA $'c0 3L(o0 • Co 606.13 Removal and Replacement of Bridge Rail Posts 4 606,14 Removal and Replacement of Cable Rail Posts EA 3 '40.00 3BS5 cp I32.c. 11 S(o 5 Cv Removal and Replacement of Cable Rail End 1 60615 EA 3 _ Anchorages • 626.01 Mobilization (Guardrail) (south of Hwy 34) EA 6 1110,cr 626.02 Mobilization (Guardrail) (north of Hwy 34) EA 1 IO0. 1 b to O- c'O 626.03 Mobilization (Bridge Rail) (south of Hwy 34) EA I 7(,S.w 7105. CD 626.04 Mobilization (Bridge Rail) (north of Hwy 34) EA I II so.co it51o. w 62605 Mobilization (Cable Rail) EA 3 775cQ 2.L'1(p5 . c0 630.01 Traffic Control- Lane Closure DAY 11 45.cz 630.02 Traffic Control - No Lane Closure - Signs Only DAY 11 It y5. u0 1 15`15. 40 5.4 TOTAL COST 1y3�, TOTAL COST WRITTEN WORDS: -FuGts,y_� FIvt M-Nb1W Tl IMV-ttU?Ktj it,t- S A!�!� FziFV . MANUFACTURING 8. SUPPL'1V LLC 431 5TH STREET, GREELEY, CO 80631 Pbc,, . (970) 392-9800 Faxu (970) 904-1199 December 14, 2021 Weld County Public Works P. 0. Box 758 Greeley, CO 80632-0758 RE: 2021 Steel Orders Attention: Duane Naibauer, Weld County Road & Bridge Construction Supervisor We would like to recap the steel pricing for this year to justify the increase in our steel pricing from the 2021 Steel Bid. This year has been quite difficult when attempting to hold steel prices over any amount of time because of the consistent price increases from the mills that are passed on to all the steel distributors. Material availability has also added to the difficulty. As you can see from the timeline below, steel prices have continued to rise on a regular basis throughout 2021. 2021 Steel bid date was March 17, 2021 - April 12, 2021— price increase announced effective April 13, 2021— structural & piling products increase by $50/ton or $2.50/cwt. - April 30, 2021— price increase announced effective May 3, 2021— structural & piling products increase by $50/ton or $2.50/cwt. - May 24, 2021— price increase announced effective May 25, 2021— structural & piling products increase by $100/ton or $5.00/cwt. - June 30, 2021— price increase announced effective July 1, 2021— structural & piling products increase by $60/ton or $3.00/cwt. - July 30, 2021— price increase announced effective August 2, 2021 — structural & piling products increase by $50/ton or $2.50/cwt. - August 30, 2021— price increase announced effective August 31, 2021— structural & piling products increase by $50/ton or $2.50/cwt. - November 5, 2021— price increase announced effective November 8, 2021— structural & piling products increase by $50/ton or $2.50/cwt. Several factors have worked to exert pressure on the domestic steel supply. • Mill consolidation decreased the number of domestic steel providers. • Mills idled capacity in response to the Covid-19 pandemic. • Buyers leaned inventories as the 2020 economy constricted. • Section 232 tariffs, combined with increased international demand, led to a reduction of competitively priced imports. • Growing demand for autos and appliances continues to pressure the spot market. • Current demand for construction products remains brisk after a late 2020 rebound. We hope this explains our need to increase our prices from the prices quoted on the 2021 Steel bid. As always, we look forward to a continued relationship with the County. At DBE Manufacturing & Supply, LLC we will always try to provide the fairest price we can to our customers. We look forward to working with you in the future. Sincerely, Carl Kerksiek, Owner/Manager e DBE Manufacturing & Supply, LLC Enclosure Page 2 of 2 Entity Information Entity Name* IDEAL FENCING LLC Contract Name * GUARD RAIL ` CABLE RAIL REPAIR Contract Status CTB REVIEW Entity ID* 0036964 ❑ New Entity? Contract ID 5827 Contract Lead * DNAI BALI E R Contract Lead Email dnaibauer/co,weld.co, us Parent Contract ID Requires Board Approval YES Department Project Contract Description REPAIR AND/OR INSTALL GUARD RAIL AND/OR CABLE RAIL ON WELD COUNTY ROADS AND BRIDGES Contract Description 2 Contract Type * Department Requested BOCC Aqenda Due Date AGREEMENT PUBLIC WORKS Date 051' 19/2022 05/'23,`2022 Amount* Department Email $1 70,000.€0 CM- Will a work session with BOCC be required?* PubIicWorksweIdgovcom NO Renewable * YES Department Head l Does Contract require Purchasing Dept. to be Included? CM-Publlcorks- Automatic Renewal Dept Head +reldgov.corr Grant County Attorney KARIN MCDOUGAL IGA County my Attorney Email KMCDOUGALCO. WELD, CO, US If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase r[vrniTri1 0 Termination Notice Period rnTIrntsiimirrTi1. Review D e * Renewal Gate * 03;15i2023 06/242023 Committed ivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD DH Approved Date 05; 1512022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 05:) 8 2022 Originator DNAIBAUER Purchasing Approved Date 05 1 5;'2022 Finance Approver CONSENT Finance Approved Date 05115r2022 Tyler Ref # AG 051 322 Legal Counsel CONSENT Legal Counsel Approved Date 05 1 5:' 2022 Qn-iea e+ z o 4 5 3�-i (a WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & IDEAL FENCING LLC GUARDRAIL. BRIDGE RAIL. AND CABLE RAIL REPAIR SERVICES FOR 2021 SERVICES CONTRACT THIS AGREEMENT is made and entered into this 25th day of June, 2021, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Idea Fencing, a limited liability company, who whose address is 5796 Ideal Dr Erie, CO 80516, hereinafter referred to as "Contractor". WHEREAS, Weld County Public Works is in need of annual guardrail, bridge rail, and cable red repair services throughout the County, (hereinafter referred to as the "Project"), and WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake the erosion control and/or revegetation of the identified project sites, and WHEREAS, County requires an independent contract construction professional to perform the construction services required by County and set forth in Exhibit A; WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Construction Services at or below the cost set forth in Exhibit B; WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2100095". The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. Service or Work. Contractor 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 described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall coordinate with, the Weld County Director of Public Works or other designated supervisory personnel, (the "Manager"), to perform the services described on attached Exhibit A. Contractor shall Conseri+ .� a�� , cool I - l aCo tU I O' l faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibit A within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. In its sole discretion, the County, by the Director of the Department of Public Works or histher designee may extend the time for the Contractor to complete the service of work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 2. Tenn. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibit A. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. If the County opts to renew the Contract, the Contractor will have an opportunity to provide a revised fee schedule, if any, for the upcoming Contract term. The increased costs shall be based upon the Denver -Aurora -Lakewood Consumer Price Index (CPI) or its successor. The CPI shall be based on all items and shall use the seasonally unadjusted figures. 3. 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. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 4. 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 Contractor shall be the basis for additional compensation unless and until Contractor 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. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued In strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. CompensatlonlContract Amount. Upon Contractor's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $127,075.00, which is the bid set forth in Exhibit B. Contractor 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 Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contractor under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contractor's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the material/service/equipment for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 5. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Unemployment insurance benefits will be available to Contractor and its employees and agents only if such coverage Is made available by Contractor or a third party. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contractor 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 as set forth in Exhibit A), and (b) provide proof thereof when requested to do so by County. 6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor 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. Contractor 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 Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, 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 Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 7. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer flies generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 8. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, 'CONFIDENTIAL. ° However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. S. Warranty. Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction 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. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 10. Acceptance of Services Note Waiver, Upon completion of the work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not In any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the construction completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shah keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A' VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self - insured retention, County must be notified by the Contractor/Contract Professional. Contractor/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor 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. Any modification to these requirements must be made in writing by Weld County. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any error, omissions, or other deficiencies. Indemnity: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against fury, 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 Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor 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 Contractor in its construction 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 Contractor 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 Contractor 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 Contractor 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 Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's Contract Professional'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 Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and liability assumed under an Insured contract, The policy shall be endorsed to include 1) the Additional Insured Endorsements CO 2010 (or equivalent), 2) CO 2037 Additional Insured for products/completed operations, and 3) the Designated Construction Projects General Aggregate Endorsement CO 2503. The policy shall be endorsed to include the following additional Insured language on the additional insured endorsements specified above: "Weld County, Colorado, its elected officials, and Its employees named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations" and 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 $50,000 any one fire; and $5,000 Medical payment one person Automobile Liability: ContradodContract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Additional Provisions: Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: i. If any aggregate limit is reduced by twenty-five percent (25%) or more by paid or reserved claims, Contractor shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs in excess of policy limits; iii. Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interest's provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self-insurance provided by County. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shalt keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of Insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name Weld County, Colorado, its elected officials, and its employees as additional Insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: Al 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 heroin and shall procure and maintain the same coverages required of Contractor/Contract Professional. ContractoiContract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as Insureds under Its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 13. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor 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 Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 14. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, Including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 15. 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. 16. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract Interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his/her designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contrail; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor. Ideal Fencing LLC Attn.: David J. Elger Address: 5795 Ideal Drive Address: Erie, CO 80516 E-mail: dave@idealfencingcorp.com Phone: 303-962-8100 County: Name: Position: Address: Address: E-mail: Phone: Duane Naibauer Road and Bridge Construction Supervisor P.O. Box 758 1111 H St, Greeley, CO 80632 dnaIbauerco.weld.co.us 970-400-3786 17. Compliance with Law. Contractor 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. 18. 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. 19.Entlre Agreement/Modiflcations. This Agreement Including the Exhibits attached hereto and Incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written Instrument signed by both parties. 20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 21. Employee Financial hnerestlConflict of Interest — C.R.S. §§24-13-201 at 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 Contractor's services and Contractor shall not employ any person having such known interests. During the term of this Agreement, Contractor shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Faftu a by Contractor to ensure compliance with this provision may result, in County's sole discretion, in Immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 22. 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. 23. Governmental Immunity. No term or condition of this 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 at seq., as applicable now or hereafter amended. 24. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 25. 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. 26.Cholce of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 27.Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E Verify Program or State of Colorado program procedures to undertake pre- employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor Is employing or contracting with an Illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the Illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an Illegal alien. Contractor shall comply with reasonable requests made In the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County. a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and If so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C. R.S. § 24-76.5-103 prior to the effective date of the contract. 28. Official Engineering Publications. Contractor acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contractor under this Agreement, and Contractor agrees to meet or exceed all standards set by these publications. Contractor further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Contract Amount. 29.Compliance with Davis -Bacon Wage Rates. Contractor understands and agrees that, if required by the provisions of Exhibit A, the work shall be in compliance with the Davis- Bacon Wage Rates. (If compliance with this statute is required by County under this Agreement, a copy of the information is contained in Exhibit A. County's Request for Bid, and is a part this Agreement.) 30.Attomey's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 31. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 32.Aclmowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. %n IN WT , the parties hereto have signed this Agreement this day of �HRE , 2021. CONTRACTOR: IDEAL (cACWC1 C.UL Corn Name By: I Date IC o' 14I Z1 �`�'1�+. C gp,y Name: b,4v�o el&'Z. 44 �• t Tick: wcc Psi-s1D�.Ji" = 4 D�i 0�' DELF 4ttugtNtNtHA� WELD COU ATTEST: �� ��•f `."~�; BOARD OF COUNTY COMMISSIONERS Weld my Clerk to oard WELD COUNTY, COLORADO BY: Deputy Clerk a rd /� Steve Moreno, Chair 1661 — e OCT 2 5 2021 BID PROPOSAL To: Weld County Purchasing Department P.O. Box 758, 1150 "OStreet Greeley, Colorado 80632 Attention: Rob Turf, Purchasing Manager Bid Proposal for: GUARDRAIL, BRIDGE RAIL, AND CABLE RAIL REPAIR SERVICES FOR 2021 WITH OPTIONS FOR 2022 AND 2023 PROPOSAL Pursuant to and in full compliance with all Contract Documents the undersigned Bidder hereby proposes to furnish all labor and materials and to perform all Work required for the complete and prompt execution of everything described or shown in or reasonably implied from the Bidding Documents, including the Drawings and Specifications, for the Work above indicated for the monies indicated below which includes all State, County and local taxes normally payable with respect to such Work. The amounts stated Include all allowances for profit and overhead, taxes, fees and permits, transportation, services, tools and equipment, labor and materials and other incidental costs. The Bidder and all Sub -Bidders shall include in their bid all Sales and Use Tax if applicable. State of Colorado and Weld County tax shall not be included. Upon application, the State of Colorado Department of Revenue shall issue to a Bidder or Sub -Bidder a Certificate or Certificates of Exemption indicating that the purchase of construction or building materials is for a purpose stated in Section 39- 26-114, CRS. and is free from Colorado State Sales Tax. EXAMINATION OF DOCUMENTS AND SITE The Bidder has carefully examined the Bidding Documents, including the Drawings and Specifications, and has examined the site of the Work, so as to fully appraise themselves of the conditions at the site and to gain a clear understanding of the Work to be executed and is thoroughly familiar with all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. PROPOSAL GUARANTEE This Bid Proposal is accompanied by the required Bid Bond of five percent (5%) based upon the Total Cos of all items required to be Bid. Weld County, Colorado is authorized to hold said Bid Bond for a period of not more than sixty (60) days after the opening of the Bids for the Work indicated, unless the undersigned Bidder is awarded the Contract within said period, in which event the Owner may retain said Bid Bond until the undersigned Bidder has executed the required Agreement and furnished the required Performance Bond, Labor & Materials Payment Bond, and Certificates of Insurance. TIME OF COMPLETION The Bidder agrees to make their best effort to complete the entire Project as soon as possible and within the time specified in the Project Special Conditions after the issuance of the Notice to Proceed subject to the CDOT Standard Specifications for Road and Bridge Construction, Section 108. BID REQUEST NO. 82100095 Page 13 EXECUTION OF DOCUMENTS The Bidder understands that if this Bid Proposal is accepted, they must execute the required Agreement and furnish the required Performance Bond, Labor & Materials Payment Bond and Insurance Certificates within ten (10) days from the date of Notice of Award. METHOD OF AWARD The Owner reserves the right to reject any Bid from any Bidder whom the Owner deems is unfit or unqualified to complete the work as specified regardless of the amount of the Bid. It is understood by the Bidder how Bids shall be awarded and that should the cost of the Bid exceed budgeted funds, the Owner reserves the right to reject any or all Bids or portions of Work Bid or the use of any of the methods stated in the instructions to Bidders to obtain the most advantageous Bid price. All bids will be reviewed by the Owner and Engineer. All mathematics will be checked and the correct total used for determining the low bidder. BID REQUEST NO. B2100095 Page 14 2021 BID SCHEDULE ITEM ITEM DESCRIPTION UNIT EST QTY UNIT PRICE TOTAL PRICE 606.01 Removal and Replacement of End Anchorage 3 EA 3 ySo, uo 'fbo. �.o 606.02 Removal and Replacement of Terminal Section Flared EA Ztc.CO 1b47�. 606.03 Removal and Replacement of Terminal Section (Connector) EA EA 1 1 1 3'(O,co .}55.00 34v.Co 606.04 Removal and Replacement of Thrie Beam Terminal Section (Connector) 455.ra 606.04 Removal and Replacement of Thrie Beam Transition 3U EA 3*4S cc 34.6. co 606.05 Removal and Replacement of Low Speed Terminal Type 3K) EA 1 Zyuu. 4O cp 606.06 Removal and Replacement of MSKT Terminal End Anchorage EA 5 4t1Zu.co JQI UD. 606.07 Removal and Replacement of SKT Terminal End Anchoa EA 2 3V3a. 7fot,0.co 606.08 Removal and Replacement of Median Terminal EA 1 88.t.cz 4sSsI O. to 606.09 Removal and Replacement of Guardrail MGS Type 3W -Beam (31 inches) (Wood)(6'-3" Post Spacing) LF 150 3qCo .CO 606.10 fi06.11 Removal and Replacement of Guardrail MGS Type 3W -Beam (31 inches) (Steel)(6'-3" Post LF LF 150 50 42,5t) 60. O 6 37y,cQ Transition from 28 -inch Guardrail (Type 3) to 31- inch MGS 606.12 Removal and Replacement of Bridge Rail Tubi Removal and Replacement of Bridge Rail Posts LF 40 16.Or7 l� & 4r;. co 606.13 EA 4 7uC. co Z w .> 606.14 Removal and Replacement of Cable Rail Posts EA 3 4ZO.co IZbrt. 606.15 Removal and Replacement of Cable Rail End Anchorages EA 3 Zy%73 bs . cc, 626.01 Mobilization (Guardrail) (south of Hwy 34) EA 6 loso. ca 626.02 Mobilization (Guardrail) (north of Hwy 34) EA 1 t5d5. co I545.m 626.03 Mobilization (Bridge Rail) (south of Hwy 34) EA 1 725. co 725. v 626.04 Mobilization (Bridge Rail) (north of Hwy 34) EA _ 1 t o%}, co 10 626.05 Mobilization (Cable Rail) EA 3 725.co Zt 7S.co 630.01 Traffic Control — Lane Closure DAY 11 I q S0 . c►o Zt yslt , cp 630.02 Traffic Control — No Lane Closure — Signs Only DAY 11 Iuuo . co If ou . co TOTAL COST T TOTAL COST WRITTEN WORDS: p,.j hvNbgtb, W 1�- Se'v ,J _. T .AWA, sti'& ri -? '1 PO .S, 4 v>7 BID REQUEST NO. B2100095 Page 15 RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. B2100095. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for 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. FIRM .i.l)6L f-tr►C-1aC* CO1?-f . LLC- BY 1)Avi0 -1 . tuil=� (Please print) BUSINESS _ ADDRESS S1�5 ldt+E4L iQWt DATE S 5 2t CITY, STATE, ZIP CODE E,tt r CO oc t ( TELEPHONE o1 -I I$JQ FAX 3c3-%62- $I�i°j TAX ID# $2 -IS Z75 SIGNATURE ______________________E-MAIL_ C i0N4>`F �Sa,uVfa�RP Lank WELD COUNTY IS EXEMPT FR COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98.0 551-0000. BID REQUEST NO. 82100095 Page 16 ACKNOWLEDGEMENT OF BID DOCUMENTS Bid Opening Checklist: All of the following pages must be submitted with every bid submittal. Failure to submit any of these documents will disqualify your bid. O Receipt of addenda(s). if any, should be signed. P'W9 0 Statement of Qualification (must be signed and notarized) gf Anti -Collusion Affidavit K Bid Schedule I have initialed each of the above items and have fully executed the corresponding documents. I hereby Acknowledge and understand the above required bid documents. JAM'.. Co R ? ._ LLC. (Contractor) iN Dated this 5 day of "'W , 20 U_ �`c By:_ Title: € ► BID REQUEST NO 82100095 Page 17 Fans W-9 Request for Taxpayer Form to tl„e Identification Number and Certification n gtrseter. Do not (PAV.October 2018) O Dap*eRav 01010 sand to the IRS.P'do W vice to wow Ns.9ov1FonnW9 for Instructions and the latestet Infonwetlon. e I shame on your tnoome tax rehrn). on this Irate do not avei5tibnk IDEAL FENCING LLC 2 nemddbregardod anttty name. It different from above IDEAL FENCING CORP LLC 3 Check appropriate box for federal tax classification of tiro person where name is entered on Ina t. Check ody one of no 4 Eeenthuse, ption_ apply blowing seven boxes. certainIndividuals: see o [] Ind{vidusVsofs pro fxletor or ❑ C Corporation O S Corporation Cl Partnership ❑ TrusVestau lore on page 3): sirnple-member LLC Exempt payee node (if any) 6 Q Lknned Ibbefy canpany. Enter the tax dasslflcatlon (C=C corporation. S -S corporation, P-Parburahlp) ► C Nob: Check the appropriate box in the line above for the tax classification of the ample -member owner. Do not check Exemption from FATCA sporting LLC lithe LLC is classified as a siigie•member LLC that in disregarded from the owner unless the owner of the LLC Is for U.S. I.darei fax Otherwise, t1C that Code Qf another LLC that b net disregarded from the owner purposes. a elrgle-member Is disregarded from the owner should check the appropriate box for the tax classification of ere owner. other (see InsfrustJon,)► wrwn.�.r rw�,w.rwsrr.r.vsu a tdanben, stet. and apt. or suite no.) See instruction., liposatets sense and address toplional) 706 IDEAL DR S city. state. and ZIP bode ERIE CO 80518 COUNTY) V Lit eccowl nuxto(s) here (optlonaQ lJi Taxpayer Identification Number Enter your TIN In the appropriate box. The TIN provided must match the name given on One 1 to avoid I Aodah socu try number backup withholding. For Individuals, this is generally your social security number (SSN). However, for a resident Allen, We propdet or disregarded entity, see the instructions for Part I. later. For other i m entities, it is your employer Identification number (EIN). If you do not have a number, see How CO gate TiN, later. or Note: It the account is in more than one name, see the instructions for One 1. Also see What Name and Number To Ohre the Requester for guidelines on whose number to enter. of perjury, I certify that: 1. The number shown on this form Is my correct taxpayer Identification number (or lam waiting for a number to be Issued tome) and 2.1 am not subject to backup withholding because: (a) I am exempt from backup withholding. or (b) I have not been notified by the Internal Revenue Service (IRS) that I em subject to backup withholding as a result of a failure to report all Interest or dividends. Cr (e) the IRS has notified me that lam no longer subject to backup withholding; and 3.1 am a U.S. citizen or other U.S. person (defined below). and 4. The FATCA coda(s) entered on this form Nf any) Indicating that lam exempt from FATCA reporting Is correct. Cerflfiaatlen instructions. You must cross out Item 2 above If you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, Kern 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property. cancellation of debt, contributions to an individual rattemant arrengernent IRA), and genemly payments other than interest end dividends, you we not required to sign the certification, but you must provide your correct TIN. See the instructions for Part ti. late. H I A Peteon b- i'`"4& "'.a it r ix `y General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the Latest Information about developments related to Form W-9 and its instructions, such as legIslatbn enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form M individual or entity (Form W-9 requester) whole required to file an Information return w th the IRS must obtain your correct taxpayer identification number mM which may be your social security number (SSM. Individual taxpayer Identification number OliN), adoption taxpayer Identification number ((ATiN). or employer Identification number amor mount reportable on an ormatIon return. Examples of of information returns Include, but are not limited to, the following. • Form 1099-INT (Interest earned or paid) • Form 1099 -ON (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of Income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from rest estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (hone mortgage Interest), 1098-E (student loan Interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident allen), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What to backup withholding. later. Cal. No 10231X Form W -A (Rev. 10.2010) COLORADO DEPARTMENT OF TRANSPORTATION ttS� ANTI -COLLUSION AFFIDAVIT In ri: W& -h ca,fuYy I hereby attest that I am the person responsible within my firm for the lirrat decision as to the price(s) and amount of this bid or. if not, that I have written aulhorizallon, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: I. The price(s) and amount of this bid have been arrived at Independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who Is a bidder or potential prime bidder. 2A. Neither the prIce(s) nor the amount of this bid have been disclosed to any other tun or person who Is a bidder Of potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my turn. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to retrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 36. No agreement has been promised or sotkited for any other fine or person who Is a bidder or potential piano bidder on this project to submit an Intentionally high, nonoompetttbe or other form of complementary bid on uris project 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high. noncom petitive or other form of complementary bid. 5. My firm has not offered or entered Into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firmer person to refrain from bidding or to subini any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6 My tam has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any Intentionally high. noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7 1 have made a diligent Inquiry of all members, officers, employees, and agents of n y firm with responsibilities relating to the preparation, approval or submission of my f ants bid on flits project and have been advised by each of them that he or she has not participated in arty communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made In this affidavit. B. 1 understand and my firm understands that any misstatement In this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE n'egr,'r (�lrtn ,, "nt18nY �.i mild ^^AA / It:AL C.AIsk 9Y v►L.C �i2leSa4� ?nor an4xbvl�o,tMnMynM, liihnf +trnlnB7 OfN Sworn to before me this day of. 2021 KKI L. GOODEN ____ e� 1�l NOTARY PUBLIC STATE OF COLORADO � �— NOTARY ID 19964020325 NOTE: This document must be signed in Ink. MYC0MMISSIC' • "°FG NOVEMBER 24.2024 - coos F m AM iris BID REQUEST NO. B2100095 Page 21 STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT: S 1 S 2.1 All questions herein must be answered by all bidders and the information given must be legible, clear in meaning and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submit any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the lowest reliable, responsible and qualified bidder as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Name of Bidder (Company or Firm): I DEAL f c(p►G Crab LLL 2. Permanent main office address: 5)5S X1 4L dlG�i &a,E 1 Co USt to Phone Number: 303 — U22.- t)0 Fax Number: VI) 3. Year Company was organized: 2-017 4. Number of years this Company has been engaged in similar projects as outlined in this bid: 3YE5 5. Under what firm, company or trade names has this company been engaged in this type of business, how long under each name, and how long has each company been bonding work? 6. List all projects that the Company has under contract at the present time. Show the contract amount and the anticipated date of completion for each: see #4n 4r-%-rh uST List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. N BID REQUEST NO. 82100095 Page 22 8. List all contracts within the last 3 years during which or after which the Company filed a protest with the owner. N(A 9. List all contracts within the last 3 years during which or after which any of the Company's subcontractors or suppliers filed a verified statement of claim with the owner or failed to provide the Company with a lien waiver upon request. ,J1A 10, Has any owner, as party to any of the Company's contracts within the last 3 years, contacted the Company's bonding company concerning late completion of the project, poor performance on the project, etc., or attempted to have the performance bond invoked? If yes, explain in detail. aJl, 11. Describe all contracts that the Company failed to complete. 12. Describe all contracts on which the Company defaulted or from which the Company was terminated. 13. List all or a maximum of three (3) of the most recent projects, similar to the project described in these Contract Documents, which the Company has successfully completed within the last 5 years or are under construction at the present time. List the project name, location, project superintendent, owner's representative and phone number, date completed and contract amount for each project. Project Name: C.OoT ftEt;io,J %A M4►,Jtl`.. A -14S Location: (Z$C p.J 4 Supt: vA4.O JS BID REQUEST NO. B2100095 Page 23 Owner's Representative: AN7Nora'1 Phone: 470 -SO- 22 Z Completion Date: P1ALE 4 . -i S\ Contract Amount: +/ moo. 0O Project Name: S :{A SoJ o)v,T`! Cati$aJ)2AtL �A+a►'& A j € Location: Stff[2Sa,, c Q,,,,'r Supt: _,M%e/S Owner's Representative: GENc REtM6Eb actl�Phone: 303- Z'7I Completion Date: I 'J WA4LE „('f '14.S\ Contract Amount: 15'b a cO.cp Project Name: t:-`410 C vA2"�R,Au MAar�"C€ Location: Lo `L �ZS w) TO 1 -ZS S Supt: vMMuVvS Owner's Representative: D&REY. SLACK Phone: 3t33 -537-34'rQ Completion Date: EWA&L! (' `iAS\ Contract Amount:*1 Icx�tt. A0 14. List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage of the Company's bid that each contractors work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH, WITHIN 24 HOURS AFTER THE BID OPENING, A SEPARATE STATEMENT OF QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM 15% OR MORE OF THE WORK. SUBCONTRACTOR TIQAf+Fit IM4 c' 1 t,. c_ WORK DESCRIPTION % OF WORK 2090 15. List the principal members of the company who will be involved with this project, including the superintendent, foreman, project manager, etc. YRS. PERTINENT NAME TITLE EXPERIENCE 56E #TMt.N41> LIST` 16. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. N)f� BID REQUEST NO. 82100095 Page 24 The undersigned hereby swears and affirms that the information contained herein is complete and true and further, hereby authorizes and requests any person, company, firm or corporation to furnish any information requested by the County of Weld in verification of the recitals comprising this Statement of Qualifications and Subcontractors. Dated this '.5 day of y___ , 2O21. Bidder: i(4% ,JG,jG C..oRP. - ULC_ Company By: J EA.('L- Signaturf Name: Mc 3. Et'61 2 (Please Type) Title: v►(.% ?t 1 a ..,► NOTARY County of )ss- State of b�}1! I J. Lc 1Z being duly sworn, deposes and says that he is V i Cr. PI CSi bCN T of, (Title) ID t- f 0%J 4►.1tg CZ%f ►—u-C.. and that the answers to the foregoing questions (Company Name) and all statements therein contained are true and correct. Subscribed and sworn before me this 5'7" day of _A_, 2O21. (SEAL) /12%'- 202'f 7Z`7c n k'1 Commission Expires Notary Public NIKKI L GOODEN NOTARY PUBLIC STATE OF COLORADO NOTARY 1O 19964020325 NYCOMMI8S(Cw EXPIRES NOVEMBER 24,2024 BID REQUEST NO B21O0O95 Page 25 -r�+•_�. 20.132 ,r VRAIN WATER TREATMENT PLANT NTEGRATED WATER SERVICES INC AEG 007411-415-514401 20133 FRANK VARRA PARK• JS 36 BIKE PATH CONCRETE EXPRESS INC REG 31070140700105a41l 430000 20.137 GREENWOOD GULCH SeBELL S CIV L & LANDSCAPE LLC REG 514001 -4 20.136 JOHNSTOWN TO FT COLLINS LOBATO CONSTRUCTION LLC 03 00600E 20-130 .1,26 TRI-STATE WYOMING OPERATIONS MARK YOUNG CONSTRUCTION INC REG 007415-410420040 20-140 CLEAR CREEK CROSS -NC TRAIL BRANNAN SAND & GRAVEL COMPANY REG 214201 5 3s •••a my 20-141 KPLING 6 W 46TH AVE INTERFACE COMMUNICATIONS 16 210701 )HGMbN7 wrel?c enrlect 20-143 SUMMERLIN & RENA SEANCE OR AMERICAN WEST REG 001425 npv 0253 210 , 7. )6 20144 1-25 EXPRESS CP4 RLWISEMA 26 202301 101 600001 002 010407001 050411 20145 IZAAK WALTON REACH 1 ZAK DIRT REG 511001 401411 431-001416 20.146 W1-LD COUNTY PARKWAY ENTRANCE -2 IHC REG 20210/30/ 2103011S1624000 20.147 144TH & COLORADO HAMON REG 202301.2103of206001ow 20-146 CLEAR CREEK COUNTY GJARDRA I. REFAIR c.L EAR CREEK COUNTY REG 606001-0104130/4426000 GOULO CONSTRUCTION. 25 202101-210101-400001-010-I00426000 035-004 22975 20.149 MIDLAND AVE 20.163 ER E SELF STORAGE Mr1 AULEY CONSTRUCTORS, REG '51401407416 009056121150 21-001 PLATTE AVE BR OGE REPLACEMENT LAWRENCE CONST 20 .202101 ,0140000)41040700144000 0!1+050077 RESNENt ST VRNN 21-002 IZAAK WALTON REACH 1 UTILITIES RELOCAT'ON DURAN EXCAVATING_ 07 267361 210201 301447411415220000 OC Ml 10lot 520700 21403 30TH & COLORADO UNDERPASS CONCRETE WORKS OF COLO • 10 292401-51401-01607020050-131026000 21-005 LONE CREEK REGIONAL TRAIL PHASE IA AMERICAN CIVIL REG 0001001010 17WA C0 FLAP US 50(lt 21-006 LITTLE BLUE CREEK CANYON AMERICAN CIVIL; 24 6060014104070094154x000 00770 -so 21-007 STREET ® FOURMILE CANYON CREEK KECI I9 16016001410100626000 IGRV476U 21-001 ,0151 35TH AVE WIDENING GREELEY DURAN EXCAVATING REG 800001O1a100025000 AP c010 0201 RDo33041 21449 71ST STREET SHOULDERS MILLSTONE WEBER• 19 X202141.701-210301206007-0IO 44PP 0004 0407275538 21410 US 0 -TUNNELS 6 ITS LUMINB TRANSPORTATION TECH. LLC: 16 210101-026000 21411 S BOULDER ROAD WIDENING CASTLE ROCK CONSTRUCTION 10 202101.20140100%OIOION1/ 4I5431424000 1514 OPPP 0702.70 21412 ;1.70 SILVERTHORNE TO FRISCO UNITED COMPANIES, 26 202101406001-0141002x606 0R 0252491123471 21-013 1-25 SOUTH GAP PHASE 4 KRAEMER NORTH AMERICA 20 1007411 21414 :CENTENNIAL PARKWAY BRIDGE - RIFLE KSK. LLC. REG 200001010420000 21-016 RESILIENT ST VRAIN - CITY REACH 28 L 6 M ENTERPRISES. INC 07 1606061 !01250187 21416 9470- PENA DIA ON -CALL LANOSIDE ROADWAYS & PARK INC 01 007411 9117006 KENTUCKY 21-017 BROADWAY STATION BR OGES KRAEMER NORTH AMERICA 21 202101406001010 514029.21651 21-016 CLEAR CREEK TRAIL PH 2 CONCRETE EXPRESS 10 100001-010 21-019 MANHEIM SUBARU LOT REMOVALS COX AUTOMOTIVE INC REG 203101.201407415 21.020 ENGLEW000 SERVICE CENTER EL TE SURFACE INFRASTRUCTURE 202201-710201 21.021 NWC 3 12 - 51ST AVE BRIDGE AMES CONST 21 ;202301406001-010420000 21422 ZAYO - FENCING VAST SERVICES GROUP REG 447401411-415424000 YHPP 0003 254 1 774)6 21-023 US 6 RESURFACING UN TED COMPANIES 26 20215140e00101042m00 21-024 COAL CREEK CANYON - RESLEFF SM TN ENVIRONMENTAL • PEG $14001 21-026 25 EXPRESS CF 213 EL WADSWORTH. 26 207101 -8Rw02-765722732 21-026 1-700QLONSTRUCTURE KRAEMER NORTH AMERICA 26 742001-004001-OIG-40741 1020040 HHPP RI W 325 22054 21427 REGION 1 TRAFFIC SIGNS STURGEON ELECTRIC CO REG I2o21014oe00141042e000 21.029 YOSEMITE ST LUMINB TRANSPORTATION TECH 21 1202101406001 21-020 .1-225® VETERINARY EMERGENCY GROUP SYMMETRY BUILDERS REG !S1440t20741$ 21430 AIMS WELCOME CENTER FRANSEN PITTMAN CONSTRUCTION REG :607414415 21431 RAISING CANE'S EMBREE CONSTRUCTION REG$74001 21932 21432 LONETREE RESERVOIR GATE OCRTHOUO-HER TAGS METRO DISTRICT . REG 007415 21-033 VYESTLAND PARK - LAKEW000 SeBELLS CIVIL 6 LANDSCAPE LLC REG 514401407415 :,:205024:. 21-034 46TH AVE VIADUCT REHAB SEMA• 21 606010 21-036 NORTHRIDGE ESTATES PH 2 GLH CONSTRUCTION REG 8070= 21.036 AURORA REPAIRS 2021 CITY OF AURORA, REG 1497411204o0t4t3010 21-037 CSU SHEPAROSON ADOLFSON 6 PETERSON REG 101411 21.436 4 RIVERS EQUIPMENT - GREELEY DL PILKINGTON CONSTRUCTION CORED 013000202415 21-039 E-0TO GUARDRAIL MTCE 2021 E470 PUBLIC HWY AUTHORITY. REG 0060014104x000 21-40 LAR MER COUNTY GR MATERIALS LARIMER COUNTY ROAD & BRIDGE REG 606001410 21.41 COUNTY FENCE REPAIRS 2021 BOULDER COUNTY, REG 21442 1BOULDER OWL CANYON CR 72 CONNELL RESOURCES- REG 202101 301406001014407001415-30000 21-043 MOLSON COORS 2021 APC CONSTRUCTION REG 007410400001 21-044 CORDILLERA GUARDRAIL 2021 - ORDILLERA METRO GIST REG 1004001 21-046 402 ALPINE REG 007471 21-046 1.701 VAIL SOUTH FRONTAGE RO WIDENING UNTIED COMPANIES REG $14001 21-047 GREEN VALLEY RANCH BRIDGE & FOREBAY FENC NC ALPINE CIVIL REG .514001 21446 COLD CONVENTION CENTER HENSEL PHELPS, 01 007415 21-040 DTO REPAIRS 2021 DENVER TRANS T OPERATORS (DTO) REG 007411 2252+ 21-060 SN 121 WADSWORTH 1.70 (065TH BRANNAN SAND & GRAVEL 54 007411 nrav l2u as., 21-051 MOFFAT TUNNEL CONCRETE EXPRESS, REG 210201 50»01 21-062 MOFFAT COUNTY FAIRGROUNDS MOFFAT COUNTY REG 607411 1 x�z,o3 21453 SALT STORAGE FACILITY 1_ ITY OF LOVELAND REG 607411/5 cF 224 21-064 CAMPING WORLD DES GROUP. LLC REG 606001 21466 LONGMONT WATER TANKS CITY OF LONGMONT REG 60741/415 IDEAL FENCING CORP. -PROJECT3LOT 41122001 104..00 JOB II JOB NAME GEN.CONTRACTOR SCH I COST COVE #4170. 124 SA 1080002342-I 16.640 0470 TOLL LANES FLATIROWAECOM LLC 16 202101406002400010 10.162 ACTIVE VEHICLE BARRIERS S TE WORK SOLUTIONS CENT 006001410020010 TA 110-0 000,ERi10A11054:2025S 10428 SH I19 ROADWAY ZAK DIRT 11 302401101 10t40001410407431411424000 19-031 110132nd AVE INTERCHANGE MORTENSON CONST REG 202301 10ta06100400001-010401411415-626 19-063 CR 12 REPAVING PROJECT PLM ASPHALT 8 CONCRETE REG 210)01 19060 NATIONAL WESTERN BNSF AMES CONST 21 000061407411410424000 19463 COTTONWOOD STORAGE PLM ASPHALT 8 CONCRETE U.C. REG 252101400001-010420000 .4.is-WOES 19494 E470 WIDENING QUINCY 10 -70 SEMAMRAEMER REG 202101406901402410420000 10.006 MODERA WEST WASH PARK APTS CCI REG 514401007415 10.102 LAKEW000 TRAFFIC SIGNAL IMPROVEMENTS WI CONTRACTORS REG 303401-314001-00000: 429000 0704 241 214)0 10.106 CENTRAL 70 KIEWIT 21 407411.415 19.108 BOULDER SCIENTIFIC PHASE II GE JOHNSON• REG 40741/415 11105 040 19-107 GREAT WESTERN RAILWAY MOUNTAIN CONSTRUCTORS REG 600001020006 19.118 RIVERSIDE DRIVE AMERICAN CIVIL 6000to12000o 10-121 DILLON ROAD - SHERIDAN TO US 28? HEI CIVIL REG 202194 310301400001-010901475.126010 11020522 19.126 PENA BLVD - DESIGN BUILD PH I 8 -IC 21 202101 -40705000140? -411050100001-010002 HPP 0253271I27oi7 19.134 1-25 LITTLE THOMPSON BRIDGE REPLACEMENT RL WADSWORTH I SEMA, 26 202101)014100001-01000700141.426000 19-136 GREEN ACRES TRIBUTARY AMERICAN WEST REG 210201 202201407901-411+13624010 10-142 BUCKLEY AFB - EAST TOLL GATE CREEK ROCKY MOUNTAIN EXCAVATING. 16 167411+15426000 19-144 HERON POINT EAST BRIDGE CROW CREEK CONSTRUCTION, LLC REG 000001410 19.146 DAHLIA OUTFALL BT CONSTRUCTION. INC REG 607411 020006 2173)005 CE 00 20-001 DIA EAST APRON INC 21 007415 050 20-006 SPRING GULCH PHASE 02 EDGE CONTRACTING REG 202101 331.2103014100010100107431 460113 8MO 16080 20-010 PIKE ROAD IMPROVEMENTS ASPHALT SPECIALTIES REG 514001-10100I-010420000 20-016 144TH AVE WIDENING ELITE SURFACE INFRASTRUCTURE REG 207301-210201-101401.0I0-307001-329000 R 0261-1101207NR 20.010 MUGGINS GULCH FLATIRON CONSTRUCTORS 20 202101409061-010001101+11415x20000 20-021 DISCOVERY RESIDENTIAL 02 HALL IRWIN REG 607431 20-026 PEAKS TO PLAINS TRAIL CONCRETE EXPRESS REG 000001410-022407020-415026000 20-026 PLUM CREEK PKWY WIDENING JALISCO INTL REG 600001414424000 20-026 JEFFCO SOUND BARRIER REPAIRS 2020 JEFFERSON COUNTY REG 007431024000 40761-225 421432 20441 1-78 AND 511 52 INTERCHANGE CASTLE ROCK CONST 26 202101301210301514001-449601-010407050411 20-042 LOWRY- BOULEVARD ONE AMERICAN CIVIL REG 514001407020 1626, P019090 20-046 LARIMER COUNTY BRIDGE REHAB FLATIRON CONSTRUCTORS REG 700101400061014429000 01 -Vic 20-047 THORNTON FENCE AND GUARDRAIL REPAIRS CITY OF THORNTON REG 600001001411 „E 10054611 C2a10 20-049 -106 KIPLING DURAN EXCAVATING 18 51201300010044741-020000 02053717 20-060 OIA -ANNUAL AIRFIELD REHAB 2020 IHC 21 407410-423000 20-061 DIA - SOUTHWEST RON HANGAR SWINERTON BUILDERS 21 401900 20463 THORNTON WATER PROJECT SCOTT CONTRACTING REG 407001420-411-413-43i 024000 FLY 2254-0011 22419 20466 1-225 RAMP SAFETY PROJECTS ASCO CONTRACTING 19 202101 I0100)-010-039090 SR 0052-106110201 20-041 US 85 LOUVIERS CASTLE ROCK CONST 21 70210100600x410100020000 20-06? 9TH AVENUE LONGMONT ASPHALT SPECIALTIES REG 202301-407101 20063 GREAT "ALL GUARDRAIL IRON WOMAN CONS? 1 202101-210101413000400010 :TARTS 005110 20-070 WELD COUNTY GUARDRAIL 2020 WELD COUNTY PUBLIC WORKS REG 401001-010402 100112014420000 (TARTS 7112029 20471 JEFFCO GUARDRAIL 2020-2021 JEFFCO ROAD 6 BRIDGE REG •207101.210101 501406001010-023-100412090 ;TARTS 771/220 20-072 LONGMONT ON -CALL REPAIRS 2020-2021 CITY OF LONGMONT REG 006001410007411+16 (TARTS 71172070 20.073 COOT 2020 REGION 4 GUARDRAIL COOT - REGION 4 REG 001001010412010 20.074 COMMERCE CITY FENCE & DR REPAIR 2020 CITY OF COMMERCE CITY REG 202101404001010112010 20-076 DEER TRAIL WATER IMPROVEMENTS BT CONSTRUCTION INC REG 401411415 'AF 44710-014 20-078 W -LINE SHARED USE PATH HPM CONTRACTING 16 102201-314401407411-050+)1476000 20-060 BYRON SHOCKLEY BYRON SHOCKLEY REG 601411-115 :USTOMER 91107 20-082 DOVE VALLEY LOGISTICS CENTER ARCO SPECIALTY CONSTRUCTION CO REG 406001 20454 MCC • OIA BOLLARDS MCC CIVIL CONSTRUCTION REG 013000 20-060 EDGEWATER DEVELOPMENT BLVOWAY COMMUNITIES REG 907431 MP201S00443 20-091 YORK STREET IMPROVEMENTS HUOICK EXCAVATING REG 202201 210101406001-0tO0011H4xo10 20493 EAST 8TH STREET GREELEY VILLAL0130S CONCRETE REG 614001460001-010407411415013000426000 20496 CHERRY HILLS CITY OF CHERRY HILLS VILLAGE REG 004010442010 ;R 1024020 20496 COOT ON CALL REPAIRS COOT REG 202101400001 010412010 20-091 NORTHRIDGE ESTATES GLHCONSTRUCTION REG 007020431 101957601 20.102 HIGHLINE CANAL TRAIL R L WADSWORTH. 21 900101010 20.103 FIRST CREEK IMPROVEMENTS CONCRETE EXPRESS REG 702101406001410 12.2517110 5061 20.104 FORT CARSON BRIDGE SAFETY OLGOONIK DIVERSIFIED SERVICES 20 210101 069016024000 20.113 96TH AVE OVER BIJOU CREEK MOUNTAIN CONSTRUCTORS REG 207101500001410-100820000 20-116 SH 68 FRANKTOWN FIORE 6 SONS REG 400002 20.116 HIGH PEAK CAMP DAM NO 4 ZAK DIRT REG 607411 570-744014 20.110 MCINTYRE STREET IMPROVEMENTS EDGE CONTRACTING REG 302201-210301401001-431020020000 20-119 BASALT MEDICAL OFFICE HASELOEN REG 900001 20404 20.120 COTTONWOOD DRIVE WIDENING HAMON 21 202401 1614509700-00707043141 1415426000 5440 0/2A0481230099 20.121 1.70 AND WARD ROAD SEMA 18 202101401400001410407411-024000 20.126 $TAUNTON STATE PARK ELEVATED EXCAVATING REG 063001 131790 20129 HILLCREST RESERVOIR MWH CONSTRUCTORS INC REG 006007 X440 _ 20.930 1447116 SABLE W 1. CONTRACTORS REG 640910 FENCING CORP KEY PERSONNEL, STAFFING & SAFETY QUALIFIED PERSONNEL James Bockelmann CEO CFP since 1993 48 years experience Matthew Bockelmann President 19 years experience David Elger Vice President CFP since 2001 38 years experience Nikki Gooden Office Manager 30 years experience Joel Priest Project Manager/Estimator 31 years experience Oscar Salinas Guardrail Foreman 33 years experience Rick Richter Guardrail Foreman 30 years experience Jim Bockelmann Jr Guardrail Foreman 13 years experience Juan Gonzalez Jr Guardrail Foreman 5 years experience Repair crews vary in size depending on extent of repair. The typical guardrail repair crew would consist of a foreman, 3 laborers and I Punch Truck Operator. For repairs that are smaller in nature the crew might be just a foreman, laborer and Punch Truck Operator. The Flexibility and cross training of crews allows Ideal the ability to create the proper size crew for the task to ensure successful completion of each task. All employees are equipped with the most current and proper PPE to make sure that all employees are safe and able to avoid injury should the work be performed during daytime or night time work hours. WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: rturf@weldgov.com E -Mail: reverett(a-Oweldgov.com E-mail: cmpetersOweldaov.com Phone: (970) 400-4216, 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: MAY 5, 2021 REQUEST FOR: GUARDRAIL, BRIDGE RAIL & CABLE REPAIR SERVICES WITH OPTIONS FOR 2022 & 2023 DEPARTMENT: PUBLIC WORKS BID NO: #B2100095 PRESENT DATE: MAY 10, 2021 APPROVAL DATE: MAY 24, 2021 VENDOR TOTAL IDEAL FENCING CORP LLC $127,075.00 5795 IDEAL DRIVE ERIE CO 80516 The Department of Public Works will review the bids. .-� USFENC0001 AW IW CERTIFICATE OF LIABILITY INSURANCE DAT126/2DIY1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), PRODUCER License # 0C38861 N T Danny Ho New York-Alliant Ins Svc Inc 101 Park Ave 18th FI #a Eze)- (212) 603-0316 (AX. No): New York, NY 10178 kSs: Danny.lfo o?aIIiant.com INSURER(S) AFFORDING COVERAGE _ NAIC # INSURER A: Genera! Casualty Co of WI (QBE) 24414 INSURED INSURERS: Scottsdale Insurance Company 41297 Ideal Fencing Corp, LLC INSURER C; 5795 Ideal Drive INSURER D: Erie, CO 80516 INSURER E: INSURER F: ,.nnt.c u„unces. GMillainu atr laa0ca. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMIT S SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE. $ 1'000'000 CLAIMS MADE X ' OCCUR X X ,CGA1355896 3131(2021 3131/2022 °REMISSE Fao ) t, 300,000 X Contractual Liabilit MEDEXP(Anyoneperson)S 6,000 X X,C,U Coverage PERSONAL & ADV INJURY $ 1'000,000 G_EN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X JET X LOC PRODUCTS -COMP/OP AGG $ 2,000,000 OTHER: EBL AGGREGATE $ 3,000,000 A AUTOMOBILE LIABILITY t )SINGLELIMIT 1,000,000 X ANY AUTO X X CBA1355896 3(31/2021 3/31/2022 BODILY INJURY (ter person) $ OWNED SCHEDULED AUTOS �pONLY AUTOS BODILY INJURY (Per accident) s X AIR OS ONLY .... X A PPf PER (IAMAGE. l 7 $ B UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 5'000'000 X EXCESS LIAR CLAIMS -MADE X X XLS0118097 313112021 3/31/2022 AGGREGATE $ 5,000,000 DED RETENTION $ A WORKERS COMPENSATION X PERTUTE 0TH- ANYTANY EMPLOYERS' LIABILITY YIN CWC1355896 3/3112021 3131/2022 -- 1 000,000 PROPRIMBERlPXCLUDElEXECUTIVE N N/A X EL EACH ACCIDENT $ OFFICE oiEMBER EXCLUDED? 1 000,000 Oandatory in NH) E L. DISEASE - EA EMPLOYEE $ If yes, describe under 1,000000 DESCRIPTI N F PERATIONS below E. E - POLICY LIMIT $ , DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORO 101, AM1Monal Remarks SchedulO, maybe attached if more space Is requIred) RE: Project: Weld County , Guardrail Services, IFC# 20-090. Weld County, its officers, agents and employees are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. General Liability policy evidenced herein is Primary and Non -Contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability, Automobile Liability and Workers' Compensation policies. Umbrella Liability policy is Follow Form to the underlying policies. Should General Liability and Workers' Compensation policies be cancelled before the expiration date thereof, the policy provisions will govern how notice of cancellation may be delivered to Certificate Holder in accordance with the policy provisions of each policy. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE Weld County ACCORDANCE WITH THE THEREOF, POLICY NOTICE WILL BE DELIVERED IN PROVISIONS. 1150 0 Street, Rm. No. 107 Greeley, CO 80631 AUTHORIZED REPRESENTATIVE 1) 1 ACORD 25 (2016103) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Entity Information Entity Name* IDEAL FENCING LLC Contract Name * GUARD RAIL AND CABLE RAIL REPAIR Contract Status CTB REViEW Entity iD* X00036964 ❑ New Entity? Contract ID 5346 Contract Lead * DNAIRAUER Contract Lead Email driaibauer co. eld.co,us Contract Description REPAIR AND REPLACE GUARD RAIL AND CABLE RAIL IN WELD COUNTY ON AN AS NEEEDED BASIS. Contract Description 2 Contract Type * Department Requested ROCC Agenda Clue Date CONTRACT CT PUBLIC WORKS Date* 10/28/2021 11 /01 /2021 Amount* Department Email $1 204000.00 CM- Will a work session with BOCC be required?* 'ublicWorks@weIdgov.com NO Renewable YES Department Head it Does Contract require Purchasing Dept. to be included? CM-Publi orks- YES Automatic Renewal DeptHead- eIdgov,com RidfRFP#t Grant County Attorney 82100045 8O9 CHOATE County Attorney Email BCHOATECOWELDCO.US It this is a renewal enter previous Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase it. Effective Date Review e* 03/1 5 %2022 Committed Delivery Date Renewal Date * 06/23/2022 Expiration Date •tiT;Tfl Purchasing Purchasing r CONSENT Approval Process Department I -lead JAY MC NASD DH Approved Date 1012012021 Final Approval ROCC Approved C Agenda Date 10?25/2021 Purchasing Approved Date 10/20/2021 Finance Approver CONSENT Finance Approved Date 101202021 Tyler Ref # AG 102521 legaI Counsel CONSENT Legal Counsel Approved Date 1020/202l MEMORANDUM TO: Board of Commissioners DATE: May 6, 2021 FROM: Jay McDonald, Director of Public Works SUBJECT: Guardrail, Bridge Rail & Cable Repair Services, B2100095 The Public Works Department recommends the sole bid from Ideal Fencing Corp in the amount of $127,075,00 be accepted for Guardrail, Bridge Rail and Cable Repair Services. This figure is based on estimated days and quantities needed for repairs. If you have any qus pease ll me at extension 3761. M:mona:wordfiles/bids/mguardrailcablerepairservices.docx QO I -V CO3 05/a� SGOO-7c) WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: rturf_weldgov.com E -Mail: reverettCc�weldgov.com E-mail: cmpeters(c)-weldgov.com Phone: (970) 400-4216, 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: MAY 5, 2021 REQUEST FOR: GUARDRAIL, BRIDGE RAIL & CABLE REPAIR SERVICES WITH OPTIONS FOR 2022 & 2023 DEPARTMENT: PUBLIC WORKS BID NO: #B2100095 PRESENT DATE: MAY 10, 2021 APPROVAL DATE: MAY 24, 2021 VENDOR IEI)VV\I IDEAL FENCING CORP LLC $127,075.00 5795 IDEAL DRIVE ERIE CO 80516 The Department of Public Works will review the bids. 2021-1263 Hello