Loading...
HomeMy WebLinkAbout20210494.tiffDaiyaL+ Aky5Ja MEMORANDUM TO: Esther Gesick, CTB DATE: March 11, 2021 FROM: Clay Kimmi, P.E., Public Works SUBJECT: B2100054 - CR 47 & Hwy 392 Signalization Project (Materials Only) Please place the attached contract on the BOCC agenda for an upcoming 9 am hearing. The contract is for the purchase of the traffic signal poles, mast arms, and street light arms for the CR 47 and Hwy 392 Signalization project. The Board awarded the contract to Aftermath Highway Products on March 8, 2021. The contract id is 4552 . The Board previously approved the contract to be placed on the agenda via a pass around that was returned on March 10, 2021. The contract is for an amount not to exceed $66,741. The contract amount is also included in the 2021 Public Works budget. I will plan on attending the meeting to answer any questions. Consul+ ilfpda apa- oN4o ECIbulci BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Contract for Traffic Signals at CR 47 and Hwy 392 DEPARTMENT: Public Works PERSON REQUESTING: Clay Kimmi DATE: March 8, 2021 Brief description of the problem/issue: Bids for the CR 47 and Hwy 392 Signalization Project were opened on February 18, 2021. They were presented to the Board on February 22, 2021. On March 8, 2021, Public Works recommended the contract be awarded to the lowest responsible bidder, Aftermath Highway Products, in the amount not to exceed $66,741.00. The Board awarded the contract to Aftermath Highway Products at the 9 am hearing on March 8, 2021. The construction of this project is being entirely funded by CDOT and FHWA with a grant. The grant money will become available on July 1, 2021. Weld County is purchasing the signal poles and mast arms in order to prevent a 4 to 6 month lag caused by the ordering and manufacturing of the poles. Weld County is also providing project management and oversight on the project to ensure it is completed in a timely manner. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1. The Board could sign the agreement which will allow Public Works to get the signal poles and mast arms ordered. The lead time on the delivery of the materials is 4 to 6 months. 2. The Board could decline to sign the agreement and ask for a work session. Recommendation: Public Works recommends the agreement be signed so the materials can be ordered and delivered in a timely manner. If the materials are ordered now, the traffic signal should be fully functional by the end of 2021. Approve Recommendation Perry L. Buck Mike Freeman Scott K. James, Pro-Tem Steve Moreno, Chair Lori Saine Schedule Work Session Other/Comments: WELD COUNTY AGREEMENT FOR MATERIALS OR EQUIPMENT BETWEEN WELD COUNTY & AFTERMATH HIGHWAY PRODUCTS, LLC THIS AGREEMENT is made and entered into this I rday of 1-lac-c.li , 2021, by and between the County of Weld, a body corporate and polific 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 Aftermath Highway Products, LLC, whose address is 1476 32nd Lane, Pueblo, CO 81006, hereinafter referred to as "Contractor". WHEREAS, the Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: Signal poles, mast arms and luminaire arms for CR 47 and Hwy 392 Signalization Project (Materials Only) 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: 1. 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. B2100054". The RFB 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. 2. 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 Exhibits A and B. Contractor shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing 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 Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. The material and/or equipment shall be delivered to the location(s) specified herein. 3. Term. 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. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or 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. 4. 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. 5. 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. 6. Definitions. "Standard:" When the word "standard" is used in the specification to describe an item of equipment or its assembly, it shall be construed to mean that item or assembly so described shall be the latest regular product of the manufacturer thereof, identified by a model or other designation, without the modification or omission of any of its usual parts or the substitution of others therefore, except as hereafter specified, details, capacities and ratings, conforming in every respect to the said manufacturer's catalog or other printed matter describing the item or assembly. Standard subassemblies, accessories, fittings, and finishes shall be construed to be those which are regularly furnished as part of the principle unit or assembly and included in the selling price thereof. "Reputable Manufacturer:" A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior to the date set for opening of bids and who can demonstrate to the satisfaction of Weld County that said manufacturer has successfully installed equipment of the type proposed to be furnished in at least three (3) instances and the performance of such equipment has been satisfactory. Manufacturers having been engaged in the business of manufacturing said equipment for a period of one (1) year prior to the date affixed for opening bids shall, prima facie, be deemed to have been engaged in such business a reasonable length of time. "Or Equal:" The specific equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's equipment of comparable quality, design, and efficiency. 7. General Specifications, conditions, and information. Design: Unless otherwise specified, any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shall be of superior quality and suitable to the use for which it is intended. The technical design shall be in line with the best practice in the industry and the materials and workmanship entering into the construction shall be of the kinds and qualities which will ensure long life, dependability, and low cost of maintaining and repairing. 8. Compensation/Contract Amount. Upon Contractor's successful completion of the delivery or installation of the material or equipment and County's acceptance of the same, County agrees to pay an amount no greater than $66,742.00, 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 or materials or equipment it supplies 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 or 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) 9. 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 provide proof thereof when requested to do so by County. 10 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. 11. 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 files 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. 12. 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. 13. Warranty. The Contractor warrants that materials, equipment, and services covered under this Agreement will meet the standards governing such materials, equipment, and services and the provisions of this Agreement. The Contractor further represents and warrants that all materials, equipment, and services shall be performed and delivered by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all materials, equipment, and services will conform to applicable specifications. In addition to the foregoing warranties, The Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which the Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the materials or equipment. The Contractor warrants that the goods to be supplied pursuant to this bid are fit and sufficient for the purpose intended; and the goods are merchantable, of good quality, and free from defects, whether patent or latent, in material or workmanship; and the goods sold to Weld County, pursuant to this bid, conform to the minimum Weld County specifications as established herein The Contractor shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. All warranties made by the Contractor, together with service warranties' and guarantees shall run to Weld County and its successors and assigns. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: detailed equipment specifications to include the warranty and descriptive literature. Service Calls in the First One Year Period: The Contractor shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. 14. Acceptance of Services Not a 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 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 materials, equipment, or service 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. 15. 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. 16. Insurance and Indemnification. General Requirements: Contractors 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 shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating that the County will be notified of any reduction, loss, or modification to coverage. Such notice shall be sent 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. Contractor shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor 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. 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 shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. 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. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The 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 materials and 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 errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the 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 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 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. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 products and completed operations aggregate; Automobile Liability: Contractor 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. Contractors shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor 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's insurer shall name "Weld County, Colorado, its elected officials, and its employees" as an additional insured. Waiver of Subrogation: For all coverages, Contractor's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contractor. Contractor 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 agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. 17. 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. 18. 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. 19. 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. 20. 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 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 contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Aftermath Highway Products, LLC Attn.: Michael Bowman Address: 1476 32nd Lane Address: Pueblo, CO 81006 E-mail: aftermathhighwavproducts(a�gmail.com Phone: 719-320-9083 County: Name: Clay Kimmi, P.E. Position: Project Manager Address: PO Box 758 Address: Greeley, CO 80631 E-mail: ckimmi(a�weldoov.com Phone: 970-400-3741 21. 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. 22. 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. 23. Entire Agreement/Modifications. 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. 24. 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. 25. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver 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. Failure 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. 26. 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. 27. 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 et seq., as applicable now or hereafter amended. 28. 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. 29. 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. 30. Choice 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. 31. Compliance with Davis -Bacon Wage Rates. N/A for this project 32. Attorney'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. 33. 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. 34. Official Engineering Publications: Contract Professional acknowledges and agrees that the Weld County Project Special Provisions to the CDOT Standard Specifications, 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 Contract Professional under this Agreement, and that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Compensation. 35. Compliance with Colorado Department of Transportation Regulations and Standards_ Contract Professional acknowledges and agrees that the Weld County Project Special Provisions, 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 Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications. Contract Professional further acknowledges 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. 37. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. Acknowledgment. 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of //74 -eat\-- , 2021. CONTRACTOR: 41-/E172-thik-i-L ,J R2u4 c 15 c,t e_ By: Name: Title: , /2 • i• 0 w .ffs.c�-- Date 3/ 0 I ZO z/ WELD COUNTY: G� ATTEST. r'. ,,a4s4,1 v• "ti BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Weld . u y Clerk to th - : • and / ►. ,/ Deputy Cle o t - co.ir BY: Steve Moreno, Chair MAR 1 7 2021 REQUEST FOR BID WELD COUNTY, COLORAD 11150 • STREET GREELEY, CO 80631 DATE: 01/27/2021 BID NULIBER: B2100054 DESC" aIPTION: CR 47 & HIGHWAY 392 SIGNALIZATION PROJECT (MATERIALS ONLY) DEPARTMENT: PUBLIC WORKS DEPARTMENT MANDATORY PRE -BID CONFERENCE CALL: 02/04/2021, 10:00 AM BID OPENING DATE: 02/18/2021, 10:30 AM oTE: DuE r o THE CORONAV vIA A CORN c,_R r:NCE C, US PAN 1O11 C T H L Rf11 a N D `i ORY ,D) PHONE H JIM R: (720) 439-5261 CONI=ERENCL ID: 6315159 hEt oll11D G� ET11NG WILL aIzif HELD 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: Signal poles, mast arms and luminaire mast arms for CR 47 and Hwy 392 Signalization Project (Materials Only) Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley, CO 80631, until: (10:30 AM) on February 18, 2021 (Weld County Pu_rchasinq Time Clock). The bile► openlliq VIM be helld vll a conference ca. PHONIE NUMBER: (720) x39=5261 CONFERENC - IL/: 9.is968595a: 2. INVITATION TO BID: Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services. Bids shall include any and all charges for delivery, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay, if awarded the bid. Bid information can be found on the BidNet Direct website at wvvw.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: Emailed bids are required. Bids may be emailed to: bids(a�weldgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Bids shall be in PDF format and shall be less than 25MB in size. Please call Purchasing at 970-336-7225 if there are any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by them with their usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. ids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1., entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Terms Defined: Terms used in these instructions to Kidders and elsewhere throughout the Contract Documents are defined in the General Provisions, CDOT, Standard Specification for Road and Bridge Construction (Specifications), Section 101 and the Weld County Revisions to Section 101 of the Specifications. The term "Contract Documents" shall mean the documents included but not limited to: ® Request for Bid ® Contractor's Response to the Bid All Addendums All Appendices All Exhibits Specifications including Weld County Special Provisions, CDOT Project Special Provisions, CDOT Standard Special Provisions, CDOT Standard Provisions, CDOT Field Materials Manual, CDOT Construction Manual, CDOT Survey Manual, and other referenced sources. ® Plans including detailed plans and standard plans ® Except as otherwise specified in the Contract Documents, or otherwise directed by the County, references to standards, codes, or criteria shall mean the latest version in effect on the Proposal Due Date. Reference to "days" or "Days" contained in the Contract Documents shall mean "Calendar Days" unless otherwise specified. Familiarization with the Work: Unless otherwise specified, lists contained in the Contract Documents shall not be deemed all-inclusive. Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. The Bidder shall carefully correlate their observations with requirements of the Contract Documents and Drawings and otherwise satisfy themselves of the expense and difficulties attending performance of the Work. Accordingly, in the event of an ambiguity in or • BID REQUEST #B2100054 Page 2 dispute regarding the interpretation of the Contract Documents, the Contract Documents shall not be construed against the Person that prepared them. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each F.ddendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the Controller/Purchasing Director, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. In the Contract Documents, where appropriate: ® The singular includes the plural and vice versa; ® References to statutes or regulations include all statutory or regulatory provisions consolidating, amending, or replacing the statute or regulation referred to; ® Words such as "herein," "hereof," and "hereunder" refer to the entire document in which they are contained and not to any particular provision or section; ® Words not otherwise defined that have well-known technical or construction industry meanings are used in accordance with such recognized meanings; ® References to Persons include their respective permitted successors and assigns and, in the case of Governmental Persons, Persons succeeding to their respective functions and capacities; and ® Words of any gender used herein include each other gender where appropriate. Preparation of the Bid: Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Bids by partnerships must be executed in the partnership name and signed by a partner. Their title must appear under their signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Dames of all persons signing must be printed below their signatures. power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids arc to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The Controller/Purchasing Director may at their sole discretion, release any Bid at any time. 4. AWARD AND EXECUTION OF COK`JRAC T asis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids. Weld County intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid. The use of Subcontractors listed by the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the Work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: In submitting the bid, he bidder agrees that the signed bind submitted, ai0 the documents of the Request Tory Bid contained herein (including, but not Dimited to, prduct sped icatci * ns BID REQUEST ##B2100054 Page 3 and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Bidder shall deliver the Bonds to the Owner within ten (10) calendar days of the Notice of Award. 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by the County, shall be included in the Bid price. Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. Utilities: Unless otherwise specified, the Bidder shall include in their Bid the cost of all electrical, water, sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Bidder shall include in their Bid such sums as they deems proper for overhead costs and profits on account of cash allowances named in the Bid Documents. 7. SITE CONDITIONS Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy themselves of the following: • Nature and location of the site where the Work is to be performed. • Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered. • Character of construction equipment and facilities needed for performance of the Work. • General local conditions. • Availability of lands as set forth in the General Conditions. Access to the Site: The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed. The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8- 17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or BID REQUEST #B2100054 Page 4 contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5- 103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 9. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County, payable after the current fiscal year, are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' BID REQUEST #82100054 Page 5 compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations, established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall 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. The successful bidder shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause, on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time, without notice, upon a material breach of the terms of the Agreement. BID REQUEST #B2100054 Page 6 M. Extension or 1191Iotofoc atoL• n: Any amendments or modifications to this agreement shall be in writing, signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. 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, the successful bidder's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment f such additional services or work performed. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shy.II have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this , greement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. a 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, rind that all construction services will conform to applicable specifications. Po Non -Assignment: The successful bidder may not assign or transfer this Agreement, or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of C, unty. Q. interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this greement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. R. S Non -Exclusive Avreernent: his Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. Employee Enancoal srestiCo f t of Meres The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear BID REQUEST #B2100054 Page 7 to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. 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. V. Insurance: Insurance coverage must be maintained as required by law and as specified in the specifications and/or scope of work. W. Compensation Amount: Upon the successful bidder'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 the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the 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. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. BID REQUEST #82100054 Page 8 SPECIFICATIONS AND SCOPE OF WORK The Colorado Department of Transportation 2019 Standard Specifications for Road and Bridge Construction (as amended), the latest edition of the CDOT Field Materials Manual (as amended), and the latest edition of the CDOT Construction Manual (as amended) provide the standards and specifications for the construction of this project. The latest revisions to formerly issued Standard Special Provisions (SSP) that modify the CDOT 2019 Standard Specifications for Road and Bridge Construction are hereby incorporated by reference. Weld County is requesting bids for new signal light poles, mast arms, and luminaire mast arms for the CR 47 and Hwy 392 Intersection Signalization Project which is to be bid at a later date. Installation of the signal light poles and mast arms are not part of this bid. Prior to manufacture, the successful bidder shall provide shop drawings to Weld County's project manager for approval and wait for written approval before proceeding with the fabrication. Shop drawings shall be provided by the successful bidder no later than 30 days after the Notice to Proceed is issued. The successful bidder shall deliver the equipment to the Weld County Public Works LNG Fueling Facility located near the intersection of the Weld County Parkway and Holly Ave. The delivery address is 1755 Holly Ave, Greeley, CO 80631. The successful bidder shall provide a minimum of 48 hours notice prior to delivery of the equipment so Weld County can arrange for equipment to unload the delivery truck(s). Notice of the delivery shall be made to the County's project manager, Clay Kimmi at 970-400-3741. Leave a detailed message on the voicemail if there is no direct answer. Deliverys made by the means selected by the successful bidder shall be between the hours of 9 a.m and 2 p.m., Monday through Thursday. Deliveries will not be accepted on County holidays. Delivery of the materials shall be no later than July 1, 2021. Delivery shall be made in an "open type" truck for facility unloading with a forklift or front end loader. The materials shall come "top loaded" on the delivery truck. Weld County personnel will not handle material on the delivery truck that are intended for others. Upon delivery, the materials will be inspected for damage and compared to the approved shop drawings. If the materials differ from the approved shop drawings, as determined by the Engineer, they will be immediately rejected. The delivery truck will be reloaded and the defective materials will be returned to their origination point at no cost to Weld County. Hardware may be delivered separately from the poles and mast arms. If the successful bidder wishes to deliver the hardware separately, they shall contact Clay Kimmi at 970-400-3741 to arrange for delivery. All steel products must conform to CDOT's Buy America specifications found in Section 106.11 of the 2019 CDOT Standard Specifications for Road and Bridge Construction. An excerpt of the Buy America specifications is shown below. Buy America certification shall be provided with the shop drawings. An example of the Buy America certification is included in Attachment D for reference purposes. "106.11 Buy ,America Requirements (a) Steel and Iron. All manufacturing processes, including the application of a coating, for all steel and iron products permanently incorporated in the work shall have occurred in the United States of America. All manufacturing processes are defined as "processes required to change the raw ore or scrap metal into the finished, in -place steel or iron product". This requirement will not prevent a minimal use of foreign steel or iron provided the total project delivered cost of all such steel and iron which includes the cost of delivering the steel and iron to the project, does not exceed one -tenth of one percent of the total contract cost or $2,500, whichever is greater. If there is any foreign steel or iron permanently incorporated into the project the Contractor shall provide documentation of the project delivered cost of that foreign steel or iron. BID REQUEST #B2100054 Page 9 The Contractor shall maintain on file certifications that every process, including the application of a coating, performed on steel or iron products either has or has not been carried out in the United States of America. This certification applies to every iron or steel product that requires pre -inspection, pretesting, certified test results, or a certificate of compliance. The Contractor shall obtain such a certification from each supplier, distributor, fabricator, and manufacturer that has handled each steel or iron product. These certifications shall create a chain of custody trail that includes every supplier, distributor, fabricator, and manufacturer that handles the steel or iron product. The lack of these certifications will be justification for rejection of the steel or iron product. The Contractor shall maintain a document summarizing the date and quantity of all steel and iron material delivered to the project. The document shall show the pay item, quantity of material delivered to the project, along with the quantity of material installed by the cutoff date for the monthly progress payment. The summary shall also reconcile the pay item quantities to the submitted Buy America certifications. The Contractor shall also maintain documentation of the project delivered cost of all foreign steel or iron permanently incorporated into the project. Both documents shall be submitted to the Engineer within five days of the cutoff date for the monthly progress payment. A monthly summary shall be submitted even if no steel or iron products are incorporated into the project during the month. The summary document does not relieve the Contractor of providing the necessary Buy America certifications of steel and or iron prior to permanent incorporation into the project. The State, FHWA, and their representatives shall be allowed access to this documentation upon request. Prior to the permanent incorporation into the project of steel or iron products the Contractor shall certify in writing that the documentation is on file and the steel or iron products are in compliance with this requirement." GENERAL NOTES 1- Rt t( TD ROADWAY PLANS FOR TIC ACTUAL CONFIGURATION AND LOCATINUV OF TRAFFIC SIGNAL KADS AID SIGNS MARKED WITH A it . 2. ALL PILES. AI) ARMS SHALL BE FABRICATED WITH ASTM A572 GRADE 65 STEEL LUMINAT E TUBAS MAY BE FABRICATED WITH MN A ns GRADE A STEEL WITH A MINIMUA1 YIELD POINT OF 55 HSI. 3. AIL POLES MD ARMS SHALL CINPLY WITH TIE DIMENSIONAL TOLERANCES SPECIFIED 1N a A-500, A501, OR A595. 4. ALL PILES MO ARMS SHALL BE KAM OR OOiDECAGENPL (12 SIDED) TIMES WITH A 0.14 INITT TAPER 5. HARDENED WASHERS SHALL COMM TO MTN F436. 6. ALL PEALS Am latS SHALL BE GALVANIZED INSIDE AIM OUTSIDE AFTER FABRICATION IN ACSMDANCE WITH 4114 Al2 'UNLESS PAINIIII3 IS CALLED FOUR DN THE PLANS.PAINTIAE SHALL CLPIFORM TO SECTTaN 522_COMMUPLEX CQSYSTEM. 7. FED_E AND MAST ARN SPLIC£5 SHALL BE MECHANICALLY £O.RCED TOGETHER FAR A SNUG FIT. 8. BLIND BOLTS SNAIL BE P307 GRADE A STELA ACID ARE NOT REQUIRED FEAT IALTISIDED POLES. MECHMICAl ALTERNATIVES TO BLOC BOLTS UTILIZING FRICTION KETS INTERLOCKING TEETH OR A COMBINATION TIML1F TO PREVENT THE WILT -UP MX FRO) TWISTING EUI THE PEKE MAY BE USED AS APPROVED BY COOT STAFF BRIDGE. 9, ALL MAST ARMS MORE THAN 40 FT IN LENGTH SHALL BE TWO PIECE CRISTRUCTION TO LIMIT MN WEIGHTS. 10. GALVANIZED ASTM A325 HS.N31ET5 SHALL 8E USED FOR. ATTACHING LUMINAIRE µEH MAST ARMS. A tLA3RICATED TTGHIFNRaG TORQUE L�r 178 FT—LBS FOR " DIMETER BOLT 345 FT—LBS FOR 1° DIAMETER PALM AID 1300 FT•LBS FM lt�t" DIAMETER DOLLS SHALL. DE OSED TO TIO-ITEI H,5. EMUS MAST ARMS ST L BEN TEMPORARILY SUPPCRTED TO TANEJO Er OF FIELD TIOkNS WHILE TS AM TIGHTECD IN t?R�pLER TO FIRMLY ZAT DE FLANGE PLACE.(MIS SHALL BE SSE FNTIALLY TIG-ITEID7,ASSUMING 12 BOLTS AND A !MIL NO lleSE TIGHTENING RIA SEQUENCE M Rw�EUL.TBE S HAVE7KEN ETC.TS PROCESS TIGHTENED. L BE CONTINUED t1 CAST POLE END op r0 BE SECURED DI Rua WITH 3 SET SCREWS. IL ALL SIGNAL HEADS, SIGNS, AND HARDWARE SHN.L BE nap POSITIONED. 13_ ACCESSORIES TO M FAIT DIP GALVANIZED IN ACCORDANCE WITH ASTM AL53. 14. ALL PLATES PRO STIFFENERS SHALL BE F,L9RICATED WITH AASE0 M270 `ASTM A7031 GRADE 36 STEEL AND SHALL COMPLY WITH Of; DWEACIONAL TOLERANCES SPECIFIED IN ASTIA A6- ALL HA47N CLFS SHALL BE FABRICATED WITH ASTM A572 GRADE 42 STEEL_ 15_ [Eva= CONCRETE SHILL BE .TORO PSI AIR ENTRAINED CONCRETE VIBRATED IN PLACE BELOW THE POLE BASE PLATE. �iNN ppMt1�� ICS T DESIGNS H �n PASSIPALTRSAT SIGNALS ARE INSTALLED WITHIN THE ROADWAY EARTHWORK PRISM WITH SOIL DENSITY Y • 110 19./CUfT. SOIL COHESION! = 756 L.B_ISO.FT FOR NEDNM STIFF COHESIVE SOIL SOIL a ANCLE = 30' MEDIUM DENSE CON-'ESIMIESS SOIL SF =15 FOR TORSIONAL N> sisiAN, AND 30 FOR FLEXURAL RESISTANCE I7_ CONTACT TAE ENGIRCR IF ANY OF TIC FOLLOWING SOLI. CONOITIO% ARE ENCOUNTERED DURING IRRI NG: A) SIGNALS WILL NOT BE INSTALLED WITHIN OE ROADWAY EARTHWORK PRISM. B TILE SOIL HAS A HIGH ORGANIC CONTENT DR CONSISTS OF SATURATE) ) SILT AIM CLAY. THE SITE WOW SUPPORT THE WEIGHT OF THE DRILLIAt RIG. 0 THE FC4ltCO N SOILS ARE NOT NJMCGEMILIS. Et FI RM BEDROCH IS ENCOJNTERED. 16. CAISSONS SHALL BE PLACED AGAINST UNDISTURBED FI.RTHL WET FIR CAVING HOLES SHALL BE BACKFILLED WITH FLOW -FELL MELT RETAILED AUDI A TIME DAY CURING PERIOD WITHOUT THE USE ¢F A CAVNG. 19. CAISSONS SMALL BE CONSTRUCTED WITH AIR ENTRAINED Ty ASR HZ CONCRETE IN ACCORDANCE WITH SECTION 503 OF THE STAIZARD SPECIFICATIONS. REINFORCING STEEL SMALL BE GRADE 60. 20. CAISSON CONCRETE MIST HAVE A MINIMLUA COAPRESSIYE STRENGTH OF 2700 PSI BEFORE INSTALLING THE SIGNAL STROCTURE;VERTFY CONCRETE sTRagcTH WITH MATURITY PETER.A 21. U-BOLIS AHO MICR BOUTS SHALL E FABRICATED WITH mslito 14314-90 CRAM 55 STEEL. 22. ARCHO1R BEL ALL EC FAMICATED WITH HEAVY HEX NUTS AND FLAT WASTER AND CREWED A UICARAA g ° DOVE THE ANT AFTER COMPLETING TM TIGHTENDIG PROCESS. UPPER 12 INCHES AND GALVANIZE 13 INCHES OF THE ANCHOR STS. FIELD WELDING OF ANCSER EtTS TO REBAR INURING ERECTION WILL NOT BE ALLOWED, ANCNrr7t BOUTS 541/41 5E SET WITH A STEEL TEMPLATE Unit. THE CONCRETE HAS CURED AT LEAST TWO DAYS. TIC ANCHOR BOLTS SHALL BE TIGHTENED MING TIE TURN -CI -NUT METHCO, THE BOLTS Et FIRST BE TIGHTENED TO E I6 TIGHT WHICH IS DEFINED AS THE TIGHTNESS THAT EXISTS YTHEN TIE UPPER AND LOWER NITS ARE R! FIF31 CONTACT WITH TILE BASE PLATE WITH MAST ARMS FREE TO DEFLECT, TIE UPPER AND LOWER NUTS SHALL TEEN ESOI BE ROTATED AI ADDITION& ii2 TURN (30°f •5) WITH A SLUGGING, HYDRAULIC CiE AIR IMPALE WRENCH 23. WELDING OF STEEL. SHALL CORM TO THE REOUIRENDITS OF Al4WAWS DLL ALL AREAS TO BE WELDED MATERIAALL L IS GALVANIZRD 7D ED_ All CCIRMETC 1LIFEERDITAU IA AlAND STIFFTTDE DR WELDS SHAL BE 140,4 TRLCi MIIPLETE BEFORE ANY TES ENS. ISM THE EINRANCED AUGLIETIC PIRTICEE V.EDIC IN ACCORDANCE WITH SUBSECTION 503.18 (d) OF THE STAomo SPECTECATIME. TIE ACCEPTANCE CRITERIA IS STATED 1N TABLE 6.10F ANSI/AWS DLL NI LENGITUO N1AL WEEDS YIITFON 6 1NCIES EF FULL PENETRATION CIRGUAFERENTLIL GROOVE WELDS AND FLAG. PENETRATED: GROOVE WELDS SHALL BE INSPECTED AS SPECIFIED ABOVE. MAXIMA WELD U'NOERCUT ENIU. BE 0.01 IN01E5. 24. ALL ELECTRICAL CCNItiECTION5 T8 THE SIGNALS SHILL BE GROOMED IN A^-.C,RDANCE WITH APPLICABLE ELECTRICAL CODES. 25. TRAFFIC SIGNAL STRUCTURES HAVE BEEN DE:TGID IN ACJOgluAtCE WITH TrE PASHTO STANDARD SPECIFICATIONS FQR STRUCTURAL SUPPORTS FOR HIGHWAY SIGNS, LLSILMAIRES, Ne TRAFFIC SEMIS, MATH EOITI N, 2OOL 26. A DESIGN WIND VELOCITY OF 106 MPH AND CIE LT tilt WITH A 55 MRH TRLCIO U8)USEl GUST LOOM HAVE BEEN USED FOR THE DESIGNS FE{YIN. 27. GERTIFTm MILL TEST REPORTS INCLZING CHARD( l'-36ITCH T6T RESULT WE1D E INSPECTION REPORTS AND N:I CED MAGNETIC PARTICLE TEST REPORTS SHALL EC SL4: ETTED TO COOT STAFF � 4201 E. AP msAS AVE. DERKR, COLORADO 80222 AS SOON AS THEY BECOME AVAILAB!E. CVN TEST RESULTS FaR ASTM A572 GRADS42 AND 65 STEEL SHALL HAVE A MINIM VALUE OF 15 FT-LBS AT 4-EF AS PER THE H FEW:ENCT TEST REQUIREMENTS ON AASHTO T243 (ASTM AMR 28. SHOP DRAWINGS SHALL BE SUBMITTED TO DE: ENGIt€ER FM REVIEW IN ACCORDS:GE WITH SUBSECTION 105.02 IF Elf STANARD SPECIFICATIONS. 29. DEFINITIONS: U.O.N. • MUSS O'OERWISE MATED W.P.= WORK POINT 30. TRAFFIC SIGNALS MOUNTED ON MAST ARMS SHALL BE FLRNISED wrTH SKYBRACKET MOUNTING BRACKETS 31. Ere SECTION DIAMETEPS MUST BE INCREAED TO WABNODATE OUT-OF-ROLNEMESS, GALVANIZING THIMS5 AND SEAN WELD PROFILES TO PROVIDE DE MINDAUTN REQUIRED ARM SLIP SPLICE LENGTHS Alp POLE MEMBER OVERLAPS. 32 gUSSA�EEEE35' OF I HIGH STRENGTH CHAIN (SAFE WDE9I NQG�L�iO`D OF 5,066 La) L�TVNALoKs to �"ST"HcSHAKO H'��PROPEEtit POLE EtE �RLDYN EMCEE) BASE_SHAPENEGN TRL>LRl0C3 Y_ ATTAALIHINGNG E OGNTHE 0MS O se'ICH IS 4iR G t?JiIu DIE �LT-LP X WITH THE "S"" E. APPLY DOUG" FORCE TO ALIGN THE WIPE ?Err:5 HOLES WI TO SEAT THE SLIP %VIE WTTION 4° OF TrE SPECIFIED LENGTH. 33. SECURE ARM FLANGE PLATE, RILE P.ASE PLATE, AND CffidNECTIM FACEPLATE CURING WELDING TO PREVENT DISTORTION. 34. ONE MILLED MIX WITH A MAXIMUM DINAETtR 6F 3'i' IS ALOE D AT =ATMS MARKOI LATIN A • TO AD•MMIEDATE ELECTRICAL WLRING. J5. SEE 5-614-42 AND S -6I4-43 FUR "CABINET FOI,NDATIIIN DETAILS" AV rTRAFFIC L113. P HC MISC, SIGNAL DETAILS• RESPECTIVELY. =f= Move the camera to the mast arm with the traffic signals_ P.10 LB. A=1.125 SQ. FT "—Cad =1.2 (CAMERA) P=75 A=.3.1 TWIN MAST ARM CONNECT MN SHIN N! SINGLE MAST ARM canTNECTION SPAN BELOW -\ } _ Ps50 L8 A-=5 SO.FT. w53 LB A-14 S0.9 - �irTRAFfiC STENiSa P -4S 1 B. A-657 SQ FT L Pr28 LB A=7 SO. FT. P-46 3. A -U.57 SOFT_ DESIGN DATA L DRAWING SHOWN HAS 5 SIGNAL HEADS. EATER Ail LENGTHS MAY HAVE FEVER HEADS. THIS CONFIGURATION 1S INTEIIDW TO P.FM:TO T A WORST CA_ LOADING CONDITION. 7 ' I7 ' ( 5' 45' �50') 3 SIB'}NFL LAN% -539AN k1S 4 Slti"L�,. Zus P-45 B. A-8 67 SC. ST. J SI�alt HtAC.IS 2 SIvFA HEFUS THE IX,SIGN LENGTH °L" FOR EACH SERIES IS SHOWN UI Ple RTHESIS. 2. FDR DC TWIN MAST ARM ceotEcrip7, THE Watt MI IS ASS/1ED TO BE wITFON b0" TO 120° THE PR ARM NO IS AiEM) TO BE LOADED WITH THE SAAC LOADS AS mo ABOVE, TM SECONDARY AREA UAY M DE SAKE LE2Cal AS OR SHORTER THAN TF£ PRIMAP-Y ARM. P-46 LB. ASS 67 FT SINGLE MAST ARM CONNECTION P-100 LB. A-17.34- SO FT L I 2-G2 MIN. , a FACE OF CURB Q EDGE OF PAVEMENT W m 0 W a. 2 3 co SECTION L TER 02 DETAIL AMER WEITIFICATIEN / CROSS 32,18EERR(IF EI MIiX}�,, DRAWING S TD SAME SHEET) ARROW HEAD FOR SECTION CUT AICI LEANR LINE FOR DETAIL Computer File Information Creation Hate: 67/04/12 Created By: LAW Last Modification O4te: 07/04/12 Last Modified By: LAW CAD Ver.: L6cflStalien Ve Sca' Not lo Scale Units: Engraft O a Sheet Revisions fie le: Cammen a Colorado Deportment of Tronsportotion 2629 W. Howard PI. Denver, CO 80264 Phone 303-757-9435 FAX: 303-757-9219 Traffic & Safety Engineering iuKB TYPICAL TRAFFIC SIGNAL 34' - 75' DOUBLE MAST ARMS 65' - 75' S1NG-LE MAST ARMS STANDARD PLAN NO. S-514-44 Standard Sheet No_ 1 of 5 Tssred By: Traffic & Safely Engineering Branch July 31, 2019 Project Sheet Number: The equipment shall conform to CDOT Standard Plan Number S-614-40 and the 2019 CDOT Standard Specifications for Road and Bridge Construction. The manufacturer shall provide all hardware shown in Drawing BID REQUEST #B2100054 Page 10 _ILA T. � � _H.2 PLAT ICAO) S-614-40 of the CDOT 2019 M & S Standards including but not limited to anchor bolts, connection bolts, washers, end caps, u -bolts, nuts, gaskets, plates, clamps, etc. Note: A pedestrian bush button assembly and sign is not required for the poles. Copies of S-614-40 have been included in this bid package for the bidder's reference. Also included in this bid package is the Traffic Signal Plan from the construction drawings. The poles and mast arms shall not be painted. Only galvanized poles and mast arms will be accepted. BID REQUEST #B2100064 Page 11 POSA To: Weld County Purchasing Department Attention: Controller/Purchasing Director P.O. Box 758, 1150 "O" Street Greeley, Colorado 80632 Bid Proposal for: CR 47 & HIGHWAY 392 SIGNALIZATION PROJECT (MATERIALS ONLY) 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 himself 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. METHOD OF AWARD The Owner reserves the right to reject any Bid from any Bidder 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 exceeded 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 SCHEDULE ITEM ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE TOTAL PRICE 614-81011 614-81011 Traffic Signal Light Pole (Steel)(1-30 Ft Mast Arm)(1- 15 Ft Luminaire Arm) Traffic Signal Light Pole (Steel)(1-45 Ft Mast Arm)(1- 15 Ft Luminaire Arm) EA EA 2 2 Total Bid (Doll4 rs 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: PiEEMMEEMIEgOF _ BID REQUEST #B2100054 Page 12 BID OPENiNG VOL L BE HELD VlA A CONFERENCE CA11 L ?ill NE NUMBER: (720) 439-5261 1. No hard copies of bids will be accepted. 2. Only one electronic copy of your bid is needed. PDF format is required. 3. Email bids to b����:�ild ®yarn. If your bid exceeds 25MB please upload your bid to https w.bidnetdirect.etnns. The maximum file size to upload to BidNet is 500 MB. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #82100054. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE E-MAIL FAX TAX ID # DATE **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR. BID** MELD COU `kTY MS EXEMPT FROM COLORADO SALES TAXES, THE CERTIFICr ATE OF EXEMPTION NU [BER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 10 OR PAGES 13 — 35. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Steve Moreno, Chair BID REQUEST #B2100054 Page 13 ATTACHMENT A M&S STANDARDS S-614-40 BID REQUEST #B2100054 Page 14 GENERAL NQTES 1. REFER TO ROADWAY PLANS FOR THE ACTUAL CONFIGURATION AND LOCATION OF TRAFFIC SIGNAL HEADS AND SIGNS MARKED WITH A ® . 2. ALL POLES AND ARMS SHALL BE FABRICATED WITH ASTM A572 GRADE 65 STEEL. LUMINAIRE ARMS MAY BE FABRICATED WITH ASTM A595 GRADE A STEEL WITH A MINIMUM YIELD POINT OF 55 KSI. 3. ALL POLES AND ARMS SHALL COMPLY WITH THE DIMENSIONAL TOLERANCES SPECIFIED IN ASTM A500, A.501, OR A595. 4. ALL POLES AND ARMS SHALL BE ROUND OR DODECAGONAL (12 SIDED) TUBES WITH A 0.14 IN/FT TAPER. 5. HARDENED WASHERS SHALL CONFORM TO ASTM F436. 6. ALL POLES AND ARMS SHALL BE GALVANIZED INSIDE AND OUTSIDE AFTER FABRICATION IN ACCORDANCE WITH ASTM A123 UNLESS PAINTING IS CALLED FOR ON THE PLANS. PAINTING SHALL CONFORM TO SECTION 522, DUPLEX COATING SYSTEM. 7. POLE AND MAST ARM SPLICES SHALL BE MECHANICALLY FORCED TOGETHER FOR A SNUG FIT. 8. BLIND BOLTS SHALL BE A307 GRADE A STEEL AND ARE NOT REQUIRED FOR MULTISIDED POLES. MECHANICAL ALTERNATIVES TO BLIND BOLTS UTILIZING FRICTION KEYS INTERLOCKING TEETH OR A COMBINATION THEREOF TO PREVENT THE BUILT-UP BOX FROM TWISTING ON THE POLE MAY BE USED AS APPROVED BY CDOT STAFF BRIDGE. 9. ALL MAST ARMS MORE THAN 40 FT IN LENGTH SHALL BE TWO PIECE CONSTRUCTION TO LIMIT ARM WEIGHTS. 10. GALVANIZED ASTM A325 H.S. BOLTS SHALL BE USED F ATTACHING LUMINAIRE AND MAST ARMS. A LUBRICATED TIGHTENING TORQUE OF 178 FT-LBS FOR g" DIAMETER BOLTS, 395 FT-LBS FOR I" DIAMETER BOLTS AND 1300 FT-LBS FOR 1{2" DIAMETER BOLTS SHALL. BE USED TO TIGHTEN ALL H.S. BOLTS. MAST ARMS SHALL BE TEMPORARILY SUPPORTE TO TAKE LOAD OFF OF FIELD CONNECTIONS WHILE BOLTS ARE TIGHTENED IN ORDER TO FIRMLY SEAT THE FLANGE PLATE, BOLTS SHALL BE SEQUENTIALLY TIGHTENED. ASSUMING 12 BOLTS AND A UNTIIL NO LOOSEOCK FACE, BOLTSTIGHTENING FOUNSEQUENCE AFTERWOULD BOLTS ,HAVE7BEEN INITIALLY T TIGHTPROCESS ENED. BE CONTINUED 11, CAST POLE END CAP TO BE SECURED IN PLACE WITH 3 SET SCREWS, 12. ALL SIGNAL HEADS, SIGNS, AND HARDWARE SHALL BE FIELD POSITIONED. 13. ACCESSORIES TO BE HOT DIP GALVANIZED IN ACCORDANCE WITH ASTM A153. 14. ALL PLATES AND STIFFENERS SHALL BE FABRICATED WITH AASHTO M270 (ASTM A709) GRADE 36 STEEL AND SHALL COMPLY WITH THE DIMENSIONAL TOLERANCES SPECIFIED IN ASTM A6. ALL HANDHOLES SHALL BE FABRICATED WITH ASTM A572 GRADE 42 STEEL. 15. LEVELING CONCRETE SHALL BE 3000 PSI AIR ENTRAINED CONCRETE VIBRATED IN PLACE BELOW THE POLE BASE PLATE. 16. THE DESIGNS HEREIN ASSUME THAT SIGNALS ARE INSTALLED WITHIN THE ROADWAY EARTHWORK PRISM WITH THE FOLLOWING SOIL PARAMETERS: SOIL_ DENSITY r = 110 LB./CU.FT. SOIL COHESION = 750 LB./SQ.FT.FOR MEDIUM STIFF COHESIVE SOIL SOIL 0 ANGLE = 30° FOR MEDIUM DENSE COHESIONLESS SOIL SF = 1.5 FOR TORSIONAL RESISTANCE AND 3.0 FOR FLEXURAL RESISTANCE 17. CONTACT THE ENGINEER IF ANY OF THE FOLLOWING SOIL CONDITIONS ARE ENCOUNTERED DURING DRILLING: 'A SIGNALS WILL NOT BE INSTALLED WITHIN THE ROADWAY EARTHWORK PRISM. ;B THE SOIL HAS A HIGH ORGANIC CONTENT OR CONSISTS OF SATURATED SILT AND CLAY. C THE SITE WON'T SUPPORT THE WEIGHT OF THE DRILLING RIG. ;D THE FOUNDATION SOILS ARE NOT HOMOGENOUS. E FIRM BEDROCK IS ENCOUNTERED. 18, CAISSONS SHALL BE PLACED AGAINST UNDISTURBED EARTH, WET OR CAVING HOLES SHALL BE BACKFILLED WITH FLOW -FILL AND REDRILLED AFTER A THREE DAY CURING PERIOD WITHOUT THE USE OF A CASING. 19. CAISSONS SHALL BE CONSTRUCTED WITH AIR ENTRAINED CLASS BZ CONCRETE IN ACCORDANCE WITH SECTION 503 OF THE STANDARD SPECIFICATIONS. REINFORCING STEEL SHALT_ BE GRADE 60. 20. CAISSON CONCRETE MUST HAVE A MINIMUM COMPRESSIVE STRENGTH OF 2,700 PSI BEFORE INSTALLING THE SIGNAL STRUCTURE; VERIFY CONCRETE STRENGTH WITH MATURITY METER. 21. U -BOLTS AND ANCHOR BOLTS SHALL BE FABRICATED WITH AASHTO M314-90 GRADE 55 STEEL. 22. ANCHOR BOLT, SHALL BE FABRICATED WITH HEAVY HEX NUTS AND FLAT WASHERS AND EXTENDED A MINIMUM OF " ABOVE THE NUT AFTER COMPLETING THE TIGHTENING PROCESS. THREAD UPPER 12 INCHES AND GALVANIZE U PER 13 INCHES OF THE ANCHOR BOLTS. FIELD WELDING OF ANCHOR BOLTS TO REBAR DURING ERECTION WILL NOT BE ALLOWED. ANCHOR BOLTS SHALL BE SET WITH A STEEL TEMPLATE UNTIL. THE CONCRETE HAS CURED AT LEAST TWO DAYS, THE ANCHOR BOLTS SHALL BE TIGHTENED USING THE TURN -OF -NUT METHOD. THE BOLTS SHALL FIRST BE TIGHTENED TO SNUG TIGFIT, WHICH IS DEFINED AS THE TIGHTNESS THAT EXISTS WHEN THE UPPER AND LOWER NUTS ARE IN FIRM CONTACT WITH THE BASE PLATE. WITFI MAST ARMS FREE TO DEFLECT, THE UPPER AND LOWER NUTS SHALL THEN EACH BE ROTATED AN ADDITIONAL %2 TURN (30°t °5) WITH A SLUGGING, HYDRAULIC OR AIR IMPACT WRENCH. 23. WELDING OF STEEL SHALL CONFORM TO THE REQUIREMENTS OF ANSI/AWS D1.1. ALL AREAS TO BE WELDED SHALL BE GROUND TO BRIGHT METAL. ALL WELDING AND REQUIRED TESTING SHALL BE COMPLETE BEFORE ANY MATERIAL IS GALVANIZED. ALL CIRCUMFERENTIAL AND STIFFENER WELDS SHALL BE NON-DESTRUCTIVELY TESTED USING THE ENHANCED MAGNETIC PARTICLE METHOD IN ACCORDANCE WITH SUBSECTION 509.18 (d)OF THE STANDARD SPECIFICATIONS. THE ACCEPTANCE CRITERIA IS STATED IN TABLE 6.1 OF ANSI/AWS D1.l. ALL LONGITUDINAL WELDS WITHIN 6 INCHES OF FULL PENETRATION CIRCUMFERENTIAL GROOVE WELDS AND FULL PENETRATION GROOVE WELDS SHALL BE INSPECTED AS SPECIFIED ABOVE. MAXIMUM WELD UNDERCUT SHALL BE 0.01 INCHES. 24. ALL ELECTRICAL CONNECTIONS TO THE SIGNALS SHALL BE GROUNDED IN ACORDANCE WITH APPLICABLE ELECTRICAL CODES. 25. TRAFFIC SIGNAL STRUCTURES HAVE BEEN DESIGNED IN ACCORDANCE WITH THE AASHTO STANDARD SPECIFICATIONS FOR STRUCTURAL SUPPORTS FOR HIGHWAY SIGNS, LUMINAIRES, AND TRAFFIC SIGNALS, FOURTH EDITION, 2001, 26. A DESIGN WIND VELOCITY OF 100 MPH AND ONE 12' LANE WITH A 65 MPH TRUCK INDUCED GUST LOADING HAVE BEEN USED FOR THE DESIGNS HEREIN. 27. CERTIFIED MILL TEST REPORTS INCLUDING CHARPY V -NOTCH TEST RESULTS WELD INSPECTION REPORTS AND ENHANCED MAGNETIC PARTICLE TEST REPORTS SHALL BE SUBMITTED TO CDOT STAFF LIRIDGE,4201E.ARKANSAS AVE. DENVER, COLORADO 80222 AS SOON AS THEY BECOME AVAILABLE. CVN TEST RESULTS FOR ASTM A572 GRADES 42 AND 65 STEEL SHALL HAVE A MINIMUM VALUE OF 15 FT-LBS AT 40°F AS PER THE El FREQUENCY TEST REQUIREMENTS IN AASHTO T243 (ASTM A673). 28. SHOP DRAWINGS SHALL BE SUBMITTED TO THE ENGINEER FOR REVIEW IN ACCORDANCE WITH SUBSECTION 105.02 OF THE STANDARD SPECIFICATIONS. 29. DEFINITIONS: U.O.N.= UNLESS OTHERWISE NOTED W.P. = WORK POINT 30. TRAFFIC SIGNALS MOUNTED ON MAST ARMS SHALL BE FURNISHED WITH SKYBRACKET MOUNTING BRACKETS 31. END SECTION DIAMETERS MUST BE INCREASED TO ACCOMMODATE OUT -OF -ROUNDNESS, GALVANIZING THICKNESS AND SEAM WELD PROFILES TO PROVIDE THE MINIMUM REQUIRED ARM SLIP SPLICE LENGTHS AND POLE MEMBER OVERLAPS. 32. USE 35`OF 3/" HIGH STRENGTH CHAIN (SAFE WORKING LOAD OF 5,000 LB.) TWO "S" SHAPED HOOKS PROPERLY FORGED FROM 1" SQUARE BAR STOCK AND TWO 4,000 LB. CAPACITY COME-ALONGS TO SEAT THE POLE END SECTION ON ITS BASE SECTION BY ATTACHING THE COME'-ALONGS TO OPPOSING ACCESS HOLES IN THE BUILT-UP BOX WITH THE "S" SHAPED HOOKS AND PULLING AGAINST THE CHAIN WHICH IS STRUNG UNDERNEATH THE POLE BASE PLATE. APPLY ENOUGH FORCE TO ALIGN THE WIRE ACCESS HOLES AND TO SEAT THE SLIP SPLICE WITHIN 4" OF THE SPECIFIED LENGTH. 33. SECURE ARM FLANGE PLATE, POLE BASE PLATE, AND CONNECTION FACEPLATE DURING WELDING TO PREVENT DISTORTION. 34. ONE DRILLED HOLE WITH A MAXIMUM DIAMETER OF )4" IS ALLOWED AT LOCATIONS MARKED WITH A A TO ACCOMMODATE ELECTRICAL WIRING. 35. SEE S-614-42 AND S-614-43 FOR "CABINET FOUNDATION DETAILS" AND "TRAFFIC LOOP AND MISC. SIGNAL DETAILS" RESPECTIVELY. o� O r -- DESIGN DATA TRAFFIC SIGNS ■ P=60 LB A=15 SQ. FT. Move the camera to P=10 LB. the mast arm with the A=1.125 SO. FT. Cd=1.2 traffic signals. (CAME RA) IL P=75 ,(J.. A=3.3 Q. FT. d=1.2 'FLAT HEAD) TWIN MAST ARM CONNECTION SHOWN: SINGLE MAST ARM CONNECTION SHOWN BELOW CENTER SIGNAL HEADS ON LANES 61 10'-0" 10`-0" 10'-0" 10'-0" P=46 LB. A-8.67 SQ. FT. P=46 LB. A=8.67 SQ. FT. I. DRAWING SHOWN HAS 5 SIGNAL HEADS SHORTER ARM LENGTHS MAY HAVE FEWER HEADS. THIS CONFIGURATION IS INTENDED TO REPRESENT A WORST CASE LOADING CONDITION. 5 SIGNAL754ADs. 55 BSI P=46 LB. A=8.67 SQ. FT. 4 SIGNALS HEADS 3 SIGNAL11 HEADS 2 S GN'AL HEADS THE DESIGN LENGTH "L" FOR EACH SERIES IS SHOWN IN PARENTHESIS. 2. FOR THE TWIN MAST ARM CONNECTION THE SECOND ARM IS ASSUMED TO BE WITHIN 60° TO 120° OF THE PRIMARY ARM AND IS ASSUMED TO BE LOADED WITH THE SAME LOADS AS SHOWN ABOVE, THE SECONDARY ARM MAY BE THE SAME LENGTFI AS OR SHORTER THAN THE PRIMARY ARM. END SECTION P=46 LB. A=8.67 S0. FT. A, O o— z F - w U w v� BASE SECTION F- 1 - O m Cn o ;s., CD Q } SINGLE MAST ARM CONNECTION CD U w vi Q CO w Q J o_ w Q m w 0 P=100 LB. A=17.34 SQ. FT, 4A,'B l2'-0" MiN. 9 FACE OF CURB OR EDGE OF PAVEMENT P=63 LB A=14 SQ. FT. Cr) CO Fri LUMINAIRE BASE SECTION SECTION LETTER OR DETAIL NUMBER IDENTIFICATION CROSS REFERENCE DRAWING UMBER (IF BLANK, EE1} 'REFERENCE S E SAME SHEET) ARROW HEAD FOR SECTION CUT AND LEADER LINE FOR DETAIL Computer File Information Creation Date: 07/04/12 Created By: LAW Last Modification Date: 07/04/'12 Last Modified By: LAW CAD Ver.: MicroStation VB Scale: Not to Scale Units: English Sheet Revisions Date: Comments Colorado Deportment of Transportation 2829 W. }-toward PI, Denver, CO 80204 Phone: 303-757-9436 FAX: 303-757-9219 Traffic & Safety Engineering MKB TYPICAL TRAFFIC SIGNAL 30' - 75' DOUBLE FAST ARMS 65' - 75' SINGLE MAST ARMS Issued By: Traffic & Safety Engineering Branch July 31, 2019 STANDARD PLAN NO. S-614-40 Standard Sheet No. 1 of 5 Project Sheet Number: MAST ARM DATA MAST ARM CONNECTION DATA MAST ARM LENGTH BASE SECTION * END SECTION • STIFFENER FLANGE BOLT ZI (L) (FT.) LENGTH (FT.) TIP a (IN.) TRUNK a (IN.) THK. (IN.) LENGTH (FT.) TIP 0 ON.) TRUNK 0 (IN.) THK. (IN.) NO. OF THK. (IN:) WIDTH (IN.) HEIGHT (IN.) RADIUS ON.) ANGLE WALL WELD (IN.) PLATE WELD WIND DIA WIND THK. (IN.) SOCKET WELD EL ND. OF DIA (IN.) CIRCLE DIA (IN.) HOLE DIA (IN.) ANGLE 30 29.25 6.50 10.59 0.1793 N.A. N.A. N.A. N.A. 6 0.50 3.5 7 6.89 30.0° 0.179 0.375 20 1.00 0.179 6 1.0 16 1.125 60.0° 40 39.11 6.50 11.98 0.2391 N.A, N.A. N.0. N.A 8 0.50 4.0 8 8.12 22.5° 0.239 0.375 23 1.25 0.239 8 1.5 17 1.625 45.0° Y = DIAMETER OF A ROUND TUBE. 50 25.15 9.47 12.99 0.3125 25 6.50 10.00 0.1793 8 0.75 4.0 8 8.12 22.5° 0.250 0.625 24 1:50 0.250 B 1.5 18 1.625 45.0° Z = PERPENDICULAR DISTANCE BETWEEN FLATS. 65 25.35 12.52 16.07 0.3125 40 7.50 13.10 0.1793 8 0.75 5.0 10 10.60 22.5° 0.250 0.625 29 1.75 0.250 8 1.5 23 1.625 45.0° Y AND Z ARE OUTSIDE DIAMETER DIMENSIONS. 75 35,23 12.52 17.45 0.3125 40 7.50 13,10 0.1793 10 0.75 5.5 11 11,84 18.0° 0.250 0.625 31 1.75 0250 10 1.5 25 1.625 36.0° Z/Y RATIO MUST BE .98 MINIMUM. * BASE SECTION LENGTH INCLUDES THE SPLICE LENGTH AS PER THE "MAST ARM SLIP SPLICE DETAIL" BELOW. 6,AaOPTIONAL MULTI -SIDED POLE ♦ SEE GENERAL NOTE 31 ON SHEET 10F 5. TOP PLATE ''/6" OR MAST ARM is STOP ALL WELDS i/2" SHORT OF PLATE EDGES AND BOLT HOLES END SECTION POLE WALL • 3yq' FOR 30' ARM UPPER HANDHOLE. 8 qARM AND SIMPLEX 10'OR (SEE & ACCESS HOLE PLATE 15' NOMINAL NOTES 1 2 BELOW) HANDHOLE ON r{ ARM, ACCESS (TYp ) AND _ �b rL POLE HOLE, ARM __ - - _ - _ - _ _ _ - - 2'-0" SIMPLEX PLATE. L • /16 ► HORIZONTAL �+ -- GUSSET ii' PIPE 2 STD. X SECTION - - s POLE e �� PLATES -J POINT OF 10" WITH 8^ 7, P-: EQUAL / \ BOTTOM TANGENCY AT PROJECTION DISTANCE m��� `�� PLATE END OF f. • ----- '/s" GUSSET PLATE _--__ /qIl SECTION e 1/," NEOPRENE GASKET CEMENTED 2"m ACCESS (TYPICAL TOP AND BOTTOM PLATES) - ■, - I/i "0 CAP SCREW. TO COVER PLATE _ HOLE SECTION A 0.1793" �■�- ,- TOT.2 Via' THICK COVER PLATE E E F �- Yq"0 H.S. BOLT THROUGH Nu B C e m SECTION 0 HOLE IN ARM SIMPLEX PLATE. - - POLE SIMPLEX 18.2° FOR 1 54 55 TAP HOLES IN POLE SIMPLEX A•A PLATE TIP DIAMETER 10' ARM z SECTION e PLATE AFTER GALVANIZING. 1 OF TAPERED REMOVEADLE END CAP PROVIDED ON ARM SIMPLEX Is SECTION = 2.796" TYPICAL FOR 13.7" R 15i ARM ALL POLES AND PLATE ARMS. = TACK WELD POLE BOTH ARMS - HANDHOLE ON ¢ HEX NUT /q" THICK COVER PLATE BACKGOUGE GUSSET ,L„,� (TYPO PLATE � NOT SHN = - m R = 12' FOR 10' ARM ^ AND 40' FOR 15' ARM PROVIDED "C" HOOK AT POLE FOR CLAROWITY /" I LUMINAIRE ARM NOTE END AND BUILT-UP BBM₹ ( - 1 END SECTION FOR WIRING AND HANDLING '-`' o c J r it I tt m 55 , POLE WALL 1. 10' LUMINAIRE ARM SHAFT: WALL THICKNESS - 0.1793"; LINEAR TAPER = 0.14 IN./FT.; DIAMETER AT ARM SIMPLEX END CAP DETAIL z o a x � '' %2" NUT HOLDER FOR Yi6, PLATE = 4.066" g. 6'_ m o. POLE ��J' GROUNDING; GROUNDED 1 /q" THICK TOP 0 4 `P 1 4 ,;o n m 0 m q,� a 82 WN-L 4' FASTENERS PROVIDDED AT AND BOTTOM 2. 15. LUMINAIRE ARM SHAFT: WALL THICKNESS - 0.1793"i LOWER MANOHOLE ONLY B C PLATES LINEAR TAPER = 0.14 IN./FT.; DIAMETER AT ARM SIMPLEX = 4.679"' ``" • 1 PLATE POLE AND PRIMARY MAST ARM y SECTION F DETAIL_ 3 ED TAIL e FLANGE WELD - BOLT WELD „ 54 S5 INSIDE FACE OF SEE DETAIL l r = STIFFENER i.___ , ANGLE 2 THICKNESS %� / I ENO SECTION WITH%I6"0 %2" NO WELD AREA SHOP ORILLEO HOLES fff (TYP. AT EA ENO 4.375 D 0.3� 75 D� = .-' PIPE WALL ON SHEET 5 OF 5 ANGLE I----.-1 \ ISTIFFENER - SEE •� i OF ALL 4 WELD LEGS) _ �'� - o DETAIL THIS SHEET _ - a STIFFENER WALL WELD STIFFENER DETAIL - _- -_ _ m r � PLATE w1Drl 1 - WELD tin n >/-a-�, x 5/e"0 A325 THRU BOLTS - - - - - - - - - - - (PEEN EXPOSED THREADS I 1.5 D MIN. - - - - BASE SECTION WITH 3/sr BREAK ALLBOLT BOLT HOLE CORNERCIRCLE AND = 3 " AFTER ASSEMBLY) FIELD DRILLED 11/16"0 EDGES IS FLANGE PLATE le D D STIFFENER DETAIL MAST ARM SLIP SPLICE DETAIL HOLES °C" HOOK DETAIL, SECTION 53 54 SHOWN CLARITY) (BOLTS NOT FOR Computer File Information Q Q 11=1 Q Sheet Revisions Colorado DepaPiartment of Transportation 2829 W, Howard PI, Denver, CO 80204 Phone: 303-757-9436 FA%: 303-757-9219 Traffic 8e Safety Engineering MKB TYPICAL TRAFFIC SIGNAL 30' - 75' DOUBLE MAST ARMS C� _ 1 65 75 SINGLE MAST ARMS STANDARD PLAN NO. Creation Date: 04/07/12 Date: Comments S-614-40 Created By: LAW' Last Modification Date: Standard Sheet No. 2 of 5 Lost Modified By: Issued By: Traffic & Safety Engineering Branch July 31, 2019 Project Sheet Number: CAD Ver.: Micro5tation VB Scale: Not to Scale Unite: English BLIND BOLT BUILT-UP BOX DATA # POLE DATA MAST DATA THICKNESS OF BOX POLE SIDE PLATE TOP PLATE BOTTDM PLATE BASE SECTION END SECTION s ARM LENGTH BOLTS NO. PLATES WELD H WIDTH FOR WIDTH FOR WITF LUMINAIRE (FT.) NO. OF DIA, (IN.) PER OF O.O.N.(IN.) (IN.) B = 45° B = 45° LENGTH TOP 0 .BOTTOM 0 THK. LENGTH TOP m' BOTTOM 0 THK. TOP = H + 1.75" TOP OR BOTTOM ROW ROWS (IN.) (IN.) (IN.) (FT.) (IN.) (IN.) (IN.) (FT.) (1N.) (1N.) (IN.) BOTTOM = TOP + H STNP(TANe +1/TAN0) PLATE WIDTH rE SECONDARY ARM 30 24 0.75 6 4 1.50 0.1875 22 23.75 26.053 22.29 9.11 12.23 0.3125 20.54 7.25 10.13 0.2391 40 30 0.75 6 5 2.00 0.1875 25 26.75 29.367 22.67 11.81 14,98 0.3125 20.71 10.00 12.90 0.2391 p"0 MAX. ACCESS HOLE IN POLE 50 36 0.75 t2 3 2.50 0.1875 26 27.75 30.471 22.33 14.86 17.98 0.3125 20.79 13.00 15.91 0.2391 THE POLE BASE VERTICALLY 6548 2 4 2.75 0.1875 32.75 35.995 22.77 18.54 21.73 0.3125 21,02 16.75 19.69 0.2391 SLOTTED HOLE IN THE 75 60 0.75 i2 5 3.00 0.1875 33 34,75 38.204 23.08 20.75 23.96 0.3125 19.00 2196 0.2391 POLE END SECTION y # LARGER ARM INaA DOUBLE ARM SIGNAL TO DETERMINE PLATE THICKNESS AND DIMENSIONS. \ � „/' •i� ...,--a-= 30° TO 45° ♦ SEE GENERAL NOTE 31 ON SHEET 10F 5� POLE AND / / = HAN X 6�a�, DHOLE BOX C PRIMARY ARM ----7). j / "yl .COVER PLATE - BOLT TOP PLAFE WIDTH _�✓_— , 's_ POLE END SECTION WITH SHOP DRILLED - STIFFENER ANGLE ANGLEy7 6� , _ , SEE SECTION E \ W.P. AT Q ACCESS , 400 MAX. ACCESS f�J� -y - HOLE ON INSIDE FACE BLIND BOLT HOLES I = �- " ""'-- HOLE IN LOADED .�� OF SIDE PLATE (TYP.) �' -- -x- - —" —� +e- - m / P„,,,,,,.., -s _J N J \ ° o I o ° V : o ° E ° o ° 1 { i ° ° ° ° SIDE PLATE (TYP.) y i y" _ _ c ` ` ` ` ` ` WIDTH AT TOP PLATE _ 9A° X 6Yo'' ACCESS HOLE IN \ THE POLE BASE SECTION; _4' X 15" VERTICALLY BLIND BOLTS EQUALLY POLE b—a~)� + - J d o ° ° ° j o 0 o TYP s SIDE PLATE HEIGHT (H) SLOTTED IN THE - (TYP.4 SIDES) SPACED AROUND w POLE ENO SECTION 4"0 MAX. \- ACCESS �_�. "� .,/ ;, ,� A 1" THICK PLATES ON SECTION UNLOADED FACES i HOLE, I / ,iI "C" HOOK I BOLT CIRCLE �. \ _ _ _ /' ' , / I" m \ el DRAWN WITH e = 30° BOLT /1'I HOLE ` /65 - ®-' gI \ 3�POLE OPENING (WITH ROUNDED CORNERS, R = 1/i') ON I END SECTION / POLE POLE TO MATCH BOX - ( V \ WELD POLE BASE SECTION WITH SHOP OR FIELD C01 1 SIDE PLATE OPENING a o a BOX TOP PLATE DRILLED BLIND BOLT HOLES AS APPROVED I C POLE AND BOX D " o o C (CENTER ON POLE) BY CDOT STAFF BRIDGE �>-__--, S2 STIFFENER i HANDHOLE : CL POLE BOTTOM PLATE WIDTH SECTION E A E ¢ BOX SECTION POLE BASE SECTION 0 POLE END SECTION FOR 8 BOLTS AND e<45°,ROTATE MAST ARM % V SLIP CONNECTION DETAIL FLANGE FOR SECONDARY ARM 22.5° 52 (SEE GENERAL NOTE 8 ON SHEET 1 TO AVOID BOLT INTERFERENCE PROBLEMS. POLE OF 5 REGARDING THE NEED FOR POLE END WELD% V C _ H.S. BOLT, TAP BLIND BOLTS) SECTION BOX SIDE THREADS 1N BOX a I PLATE FLANGE PLATE AFTER GALVANIZING. BOX BOTTOM PLATE (CENTER ON POLE) 1/g" NEOPRENE 44...ek TOSCOVEREPLATED /q°0 CAP SCREW TAP INTO BOX 91/4" X 12�/y" X 1/4"s = 3 T SIDE PLATE yp�) COVER PLATE ( '.rte IP—POLE BASE SECTION —CL POLE AND BOX E (TOTAL 4) SECTION MAST ARM CONNECTION DETAIL Computer File Information ( ) O Sheet Revisions Colorado Department of Transportation zszs W. Howard Pl. Denver, CO 80204 „ aPhone: 303-757- 9436 -`" FA%:303 757 9219 Traffic & Safety Engineering MKB TYPICAL TRAFFIC SIGNAL 30' - 75' DOUBLE MAST ARMS 65' - 75' SINGLE MAST ARMS STANDARD PLAN NO. Creation Date: 07/04/12 Date: Comments S-614-40 Created By: LAW Standard Sheet No. 3 of 5 Last Mad fiaotloa Dote: Last Modified By: Issued By: Traffic & Safety Engineering Branch July 31, 2019 Project Sheet Number: CAD Ver.: MicroStation VB Scale: Not to Scale Units: English MAST ARM FACEPLATE DATA STOP BAR DATA SIDE PLATE DATA WASHER DATA U -BOLT DATA • FACEPLATE HEIGHTS THICKNESS OF WIDTH OF FACEPLATE EDGE THICKNESS LENGTH OF WIDTH OF BOLT DIAMETER OF BEND RADIUS BEND RADIUS DIAMETER OF LENGTH (FT.) TOP (Hr0,0) (IN.) BOTTOM Nom.) (IN.) TOTAL (HrMs )(IN,) FACEPLATE (Tnxs ) (IN.) ENDS (Ws) (IN.) CENTER (We) (IN.) RADIUS UN.) DISTANCE (Sm¢ ) (IN.) BAR LENGTH (Lem) (IN.) OF SIDE PLATE (Ts) (IN,) EAR HEIGHT (Hue) (INJ WASHER (4wnaww) (IN.) WASHER ( nsxw ) (IN.) SPACING (Seal) (IN.) U -BOLT (Uxarr ) (IN.) U -BOLT (A) (IN.) U -BOLT (B) (IN.) OVERSIZED HOLE (IN.) 30 17.72 15.09 32,81 1.500 14.73 20.00 52.40 2.125 18.000 0:875 1.000 7.000 3.00 4.000 0.875 5.09 5.23 1.188 40 18.47 15.72 34.19 1.750 17.74 23.00 56.85 2.125 19.000 1.000 1.125 7,000 3.00 4.000 1.125 6.58 6,73 1.438 50 20.78 17.78 38:56 2.125 20.89 24.00 120.22 2.125 23.000 1.000 1.375 7,000 3.00 4.000 1.250 8.13 8.31 1.563 65 24.91 20.91 45.81 2.375 25.67 29.00 158.58 2.563 28.000 1.125 1.500 8.500 3.50 5.000 1.375 10.05 10.26 1.688 75 26,59 22.59 49.19 2.500 28.07 31.00 207.07 2.563 31.000 1.125 1.625 8.500 3.50 5.000 1.500 11.23 11.46 1.813 MAST POLE DATA SADDLE DATA wwwwe/z www 2 /e' CHAMFER ARM BASE SECTION * END SECTION WITH LUMINAIRE ♦ THICKNESS OF Wwwce/2 W.,xJ2 I� LENGTH (FT.) LENGTH TOP m BOTTOM e THK. LENGTH TOP m BOTTOM a THK SADDLE PLATES 3° + _ 3° 1 (FT.) (IN.) (IN.) (IN.) (FT.) (IN.) (IN.) (IN.) (T,eJ (IN.) Ww 2 III 30 24.55 8.79 12.23 0,3125 15.57 7,25 9.43 0.2391 1.375 Ww"- CHAMFER SIDE 40 24.96 11.49 14.96 0.3125 15.51 10.00 12.17 0.2391 1,375 1 L.,ww. L� 'T �pLATE �S" X 45° 50 25.54 14.40 17.98 0.3125 15.30 13.00 15.14 0.2391 1.375 SeuL 1/4" I WM. TO CLEAR WELD 65 26.30 18.05 21.73 0.3125 14.99 16.75 18.85 0.2391 1.500 -- 1 DETAIL 75 26.74 20.24 23.98 0.3125 14.83 19.00 21.07 0.2391 1.625 Ww/2 ,y<.0 • BEND RADIUS MEASURED TO THE c_ OF EACH U -BOLT. INCREASE RADII AS NEEDED TO ACCOMMODATE OUT-OF-ROUNDNES WwAaws ,GALVANIZING THICKNESS AND SEAM WELD PROFILES. U -BOLTS SHALL BE TIGHTENED h2 TURN (30°t5°) PAST SNUG TIGHT; PEEN THREADS AFTER TIGHTENING. U -BOLTS AND FACEPLATE SHALL BE MOUNTED ON BASE SECTION PRIOR TO SHIPMENT. TAPERED WASHER DETAILS w. POLE END SECTION WAlwJ♦ ° + MATCH FIT STOP BAR TO SIDE PLATE USING TACK WELDS TO ENSURE UNIFORM BEARING. WE POLE BASE • BASE SECTION LENGTHS INCLUDE THE SPLICE LENGTH AS PER THE "MAST ARM SLIP SPLICE DETAIL" A SECTION ON SHEET 2 OF 5. ♦ SEE GENERAL NOTE 31 ON SHEET 1 OF 5. SADDLE TO FACE - �" :--_--.,__, .,_, __:...,.-_ ... -._. _.-� f rE POLE TAPERED WASHER - S2 2 USE /n" SEAL WELDDp TOP p°(Typ ) I i9 I U -BOLTS (q) AVY HNUTS PLATE %"' SADDLE FACEPLATE (TYP.) _— HEX AND ■ END ALL WELDS I/2 IN. SHORT OF BOLT HOLE AND PLATE EDGES. WELD • p OVERSIZED HARDENED S. ♦ BEND STOP OAR TO MATCH POLE CURVATURE. 'a GI�I-1 HOLES FOR U -BOLT (TYP.) �' • .• • � ' THREAD LAST 4" OF U -BOLT LEGS. 3%0 SIDE PLATE (C(d _ Ci° i; E `TOP SADDLE s I x =. UPPER FACEPLATE TI STIFFENER _ FACEPLATE FACE A HANDHOLE SIDE PLATE � ���I %" WELD •DLE .._............._ •�, )°'- ----- 7 �',' 5 DE F CONNECTION (TYP.) ® I� 7t Tv ° PLATE. S2 AND HANDHDLE 5 UPPER F'a- '•� • TYP.)—�. HOOK J HANDHOLE .. ��i ,.("C" B • FACEPLATE T - _ _ — _ — _ i=7000u;a1: S2 I S2 STOP BAR (TYP) q"m MAX. Y I RADIUS CL MAST ARM WORK POINT �Q ARM -......._.._......_--........-.._._..—. _ _ 11 2em MAX. li ii ACCESS _ . _ _ rn THOLE SIDE PLATE X,% ill p��`� SECTION _ SIDE \ / Q- J '(J ' TO FACEPLATE •�=C;CCCUi= ... „ WELD • H.S. BOLT -- /q 1/4 m - _ FACEPLATE FACEPLATE a a PLATE , SIDE PLATE ARM FLANGE i BOTTOM ',r:, SADDLE - I a" ° i •+ • I ;� �.� SIDE PLATE yl— MIN. ' TO SADDLE TO 1" MAX. _� .y. �� #' (TYP.) TOP BOTTOM SADDLE e WELD • e 1" •_ wwwwwwwwwwwwn S F SADDLE POLE SILHOUETTE BOLTS. """"�"'" � BOL�SETPFOR H.S. MAST P THREADS IN ARM w A ` BOTTOM SADDLE FACEPLATE AFTER GALVANIZING 3° -' , i U -BOLT (B) WITH TWO HEAVY HEX NUTS AND SECTION e SIDE (TYP.) ENGAGEMENT LENGTH = 1" FOR 1"m H.S. BOLT AND 1.5" SECTION e SECTION e FOR 1/2"m H.S. BOLTS. POLE }cip °BALe; HARDENED WASHERS a y" X45. ELEVATION CLIP Computer File Information O ® Q O Sheet Revisions Colorado Department of Transportation 2829 W. Howard Pl. �/ Denver, CO 80204 �„ `A,7yi� FAXPho: 3.03-757-9219 Traffic & Sofety Engineering MKB TYPICAL TRAFFIC SIGNAL 30' - 75' DOUBLE MAST ARMS G SINGLEC� �71�,T(� 65' - 75' SINGLE' MAST ARMS STANDARD PLAN NO. Creation Dote: 07/04/12 Date: Comments S-614-40 Created By: LAW Last Modification Date: Standard Sheet No. 4 of 5 Last Modified By: Issued By: Traffic & Safety Engineering Branch July 31, 2019 Project Sheet Number: CAD Ver.: MicraStotlon V8 Scale: Not to Scale Units: English POLE BASE CONNECTION DATA CAISSON DATA MAST ARM STIFFENER BASE PLATE ANCHOR BOLT (FOR SINGLE AND DOUBLE ARM INSTALL AT DNS) LENGTH (FT.) ATE CIRCLE DEPTH V BARS ANCHOR BOLT - SEE GENERAL NOTES 21 AND NO. OF THK. (IN.) WIDTH (IN.) HEIGHT (IN.) RADIUS (IN.) ANGLE WELL (IN) WELD (IN) DIA. (IN.) THK. (IN.) N0. OF DIA. (IN.) LENGTH (IN.) (INJ HOLE (INJ ANGLE PROJECTION (IN.) DIA. (IN.) (F�) LENGGPAY (L) (FT) SIZE TOTAL NUT COVER 22 ON SHEET 1 O 5 30 6 0.75 5.0 10 10.600 30.0° 0.25 0.625 24 2.25 6 2.0 63 17.75 2.25 60.0° 11.25 36 12.5 13 #9 Il LEVELING NUT 40 6 0.75 5.5 11 11.841 30.0° 0.25 0.625 27 2.50 6 2.0 63 21.00 2.25 60.0° 11.50 36 14.5 15 #9 11 - 50 6 0.75 6.5 13 14.327 30.0° 0.25 0.625 32 2.75 6 2.0 63 25.00 2.25 60.0° 11.75 42 16.5 17 #9 14 SIDEWALK OR LEVELING 65 6 0.75 8.0 16 18.063 30.0° 0.25 0.625 39 3.00 6 2.5 63 30.25 2.75 60.0° 12.50 48 20.5 21 #9 18 o CONCRETE - SEE 75 6 0.75 8.5 17 19.309 30.0° 0.25 0.625 42 3.25 6 2.5 63 33.00 2.75 60.0° 12.75 54 20.5 21 #9 23 FINISHED GROUND GENERAL NOTE 15 ON LINE SHEET 1 OF 5 LOWER OF ': \ CTOP CPOLE AND PRIMARY ARM 3 HANDHOLE a• CAISSON S2 PULL BOX.-----'-''. � P�O- q f µEft 0Q, SiIF,E CAISSON AND LEVELING E +, E I ` CONCRETE 52 I I 52 I fL STIFFENER - SEE - 1� I' STIFFENER DETAIL ON / SHEET 2 OF 5 T d'� ANCHOR BOLT CIRCLE I A w m 1 1 I' E ' F, o c !b � -, / _ �� ' STIFFENER PLATE WELD Q PLATE AND POLE L STIFFENER WALL WEIR r STIFFENER PLATE WELD r ANCHOR BOLT L `S I' `, I 1 I 11', x r ONE 2"o RIGID CONDUIT 3 FOR LUMINAIRE AND TWO 3"m RIGID CONDUITS FOR SIGNAL ITEMS. MIN. POLE BASE DEPTH, 2 -6" MIN. DEPTH STIFFENER UNDER ROADWAY) WALL WELD 1 I i + I I I' l 1 I. ₹ _ a 'a 3 z oN o p o ¢ — LL J. j POLE TO BASE PLATE WELD - SEE DETAIL 1 BASE PLATE BASE PLATE DETAIL SIDEWALK DR V LEVELING CONCRETE L l * ---\ ��� � • I. I �� — J SECTION i " MAXIMUM FIT -UP GAP V BARS °r --- �_G +'' �G ' POLE, MAST ARM, DR BETWEEN POLE WALL SPACED AND BACKING RING EQUALLY DIA. r, LUMINAIRE ARM WALL 2" X 1/4" BACKING RING POLE, MAST ARM, OR LUMINAIRE ARM WALL 1 X BASE PLATE OR FLANGE PLATE CJP TIP OF LOADED MAST ARM MUST BE ABOVE BASE OF MAST ARM IN FINAL CJP • • BS 1:40 Max DEFLECTED POSITION. ADJUST B DURING BASE PLATE OR • • DRILLED CONSTRUCTION TO ACHIEVE THIS. X FLANGE PLATE #4 SPIRAL • CAISSON SOCKET WELD BACKING RING WELD �`� ,,,, CONSTRUCTION REQUIREMENTS x = %w° FOR LUMINAIRE ARMS AND q I/4" FOR POLES. SEE TABLE ON 1 SHEET 2 OF 5 FOR MAST ARMS. DETAIL TRAFFIC SIGNAL S2 POLE CAISSON Computer File Information p ® o Q Sheet Revisions Colorado Deportment of Transportation 2829 W. Howard � Denver, GD Bo20PI. 4 40. Phone: 303-757-9436 FAX: 303-757-9219 Traffic & Sofety Engineering MKB TYPICAL TRAFFIC SIGNAL 301 - 75i DOUBLE MAM ST ARMS 1 - 65 75'SINGLE MAST ARMS STANDARD PLAN NO. Creation Date: 07/04/12 Date: Comments S-614-40 Created By: LAW Lost Modification Date: Standard Sheet No. 5 of 5 Last Modified 8y: Issued By:Traffic & Safety Engineering Branch July 31, 2019 Project Sheet Number: CAD Ver.: MicroBtatian Ve Scale: Not to Scale Units: English ATTACHMENT B TRAFFIC SIGNAL PLANS FROM CONSTRUCTION PLAN SET H:X21422-00BLTR\PIans\Sheets\21922-00 SG01.dwg, 12/29/2020 1:46:05 PM PROPOSED SIGNAL FACE DETAILS SIGNAL FACES (R/Y/G) INCLUDING ARROWS SHALL BE LED APPROVED BY CDOT. 12" 12" 12" .* A R 12" Y 12" G 12" B INDICATES REFLECTIVE BACK PLATE 7-YR FLASHING YELLOW ARROW F G PROPOSED PHASING LAYOUT 06 01 �YI�I L0F3 07 04 NC - 0502 PROPOSED PHASING DIAGRAM SEQUENCE REST AND/OR COORDINATED PHASE IPED. PHASING ....... PERMISSIVE LEFT TURN -E SIGNAL ITEM INSTALL (LOCATE) SCHEDULE ITEM TYPE LOCATION COMMENT* MA1-30' SIGNAL POLE W MAST ARM 8+36.85, 48.9' LT 36" CAISSON, 12.5 -FOOT DEEP MA2-45' SIGNAL POLE W/MAST ARM 9+20.09, 48.8' LT 42" CAISSON, 16.5 -FOOT DEEP MA3-30' SIGNAL POLE W/MAST ARM 9+20.32, 11.0' RT 36" CAISSON, 12.5 -FOOT DEEP MA4-45' SIGNAL POLE W/MAST ARM 8+36.89, 10.6' RT 42" CAISSON, 16.5 -FOOT DEEP *EXISTING SOILS ARE SUITABLE FOR PROPOSED CAISSONS. SEE GEOTECHNICAL REPORTS FOR MORE INFORMATION. c PROPOSED DELINEATOR (TYP.) 3 EACH PER ISLAND (12 TOTAL) E E —E or's"' HIGHWAY 392 0 Nes MO?.A E--------• E—• W w 8+L00 D F\ \ N �Oh N� CUs �4 F +04 t,, w a a 1 QUANTITIES LISTED HERE ARE FOR REFERENCE ONLY, REFER TO SAO FOR BIDDING PURPOSES 9+00 I NA i I or' As Constructed E 10' BORE PIT (TYP.) ad SIGNAL EQUIPMENT LEGEND TRAFFIC SIGNAL HEAD -1-® LUMINAIRE COMPOSOLITE PULL BOX (20"x33"x15") COMPOSOLITE PULL BOX (24"X36"X24").,.. O CONDUIT CONTROLLER CABINET SERVICE METER CABINET O OPTICOM DETECTOR DELINEATOR • O -O NOTES: 1. ALL LINES ARE TO BE BORED UNLESS OTHERWISE NOTED. CONCRETE PAVEMENT HAS A NO -CUT POLICY, ANY CUTS, CORES OR POTHOLES BY THE CONTRACTOR WITHOUT THE WRITTEN PERMISSION OF WELD COUNTY SHALL RESULT IN EACH PANEL REPLACED AT THE EXPENSE OF THE CONTRACTOR AND NO COST TO THE PROJECT. SEE SUE PLANS AND NOTES FOR MORE INFORMATION. 2. CONTRACTOR TO VERIFY LOCATION OF ALL UTILITIES. 3. ADDITIONAL SIGNAL HEADS TO BE ADDED IN FUTURE ONCE NORTH/SOUTH STRIPED OUT LANES ARE OPENED TO TRAFFIC. FINAL SPACING OF SIGNAL HEADS WAS VERIFIED VVITH THE CONCEPTUAL PLAN. 15 10 5 0 15 30 SCALE IN FEET CALL UTILITY NOTIFICATION CENTER OF COLORADO ram wan below. Mesa you dig CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Creation Date: 5/20/2020 Initials: KRC Last Modified Date: 8/28/2020 Initials: KRC Full Path: H:121422-006LTRIPLANSISHEETS Drawing File Name: 21422-00 SG01.DWG AuIoCAD Version: 2019 Scale: AS NOTED Units: English Index of Revisions Date: Comments: Initials: DREXEL, BARRELL & CO ENGINEERS -SURVEYORS 1800 38TH STREET BOULDER, CO. 80301-0758 DB Drexel, Sarreli.& Cra_ rwiJ..ice A.('% ::.h:. 1ewO4..: ke: k:6c.:.,laT WELD COUNTY CLAY KIMMI, P.E. SENIOR ENGINEER WELD COUNTY PUBLIC WORKS 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 304-6496 x 3741 FAX: (970) 304-6497 No Revisions: Revised: Void: CR 47 & HIM 392 SIGNALIZATION PROJECT TRAFFIC SIGNAL PLAN Designer: K. CRAWFORD Detailer: K. CRAWFORD Checked: D. SCHULER 100% CD Project No./Code CDOT CODE 23901 WELD CO. GR-59 21422-00 BLTR Sheet Number 19 of 33 H:\21422-008L7R\Plans\SheetA21422 0 SG02.dwg, 12/29/2020 1:46:98 PM _ _ NOTES: � // 'R.- 04 / wO / 4, N. Q 7 O I� i Il ( ( o co r \e� \ 1. ALL WORK PERFORMED SHALL COMPLY WITH STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE '/10 CONSTRUCTION (COLORADO DEPARTMENT OF TRANSPORTATION, 2019), CDOT M&S STANDARDS (JULY 31, . 2019) AND SELECTED REVISIONS ATTACHED TO THESE PLANS, AND WELD COUNTY ENGINEERING \ CRITERIA AND CONSTRUCTION GUIDELINES (APRIL 2012 - UPDATED JULY 2017). 2. ALL TRAFFIC SIGNAL HEADS SHALL BE ALIGNED WITH THE MIDDLE OF THE TRAFFIC LANES THAT ARE 1/4 INTENDED FOR, BUT NOT CLOSER THAN 6 -INCHES FROM THE END OF THE MAST FOR THE LEFT TURN N. SIGNAL. ALL SIGNAL HEAD LOCATIONS SHALL BE APPROVED BY THE ENGINEER. \\ 3. ALL SIGNAL EQUIPMENT, CONDUIT, AND PULL BOXES SHALL BE INSTALLED WITHIN THE PUBLIC -E-----E 1 -E E w r a .�i U E I , i\ 1 `� -- RIGHT-OF-WAY. \N 4. THE CONTRACTOR SHALL SUPPLY SHOP DRAVVINGS OF ALL SIGNAL EQUIPMENT TO THE ENGINEER AND 1`� OBTAIN APPROVAL PRIOR TO ORDERING. \ � 1 \ \� w � �, 5. THE EXACT PLACEMENT OF ALL TRAFFIC SIGNAL EQUIPMENT, SIGNING, AND STRIPING SHALL BE \ w.. x ---- APPROVED BY THE ENGINEER PRIOR TO INSTALLATION. ``N.% �- ww-,..x,. x_ a, --✓ w_.. MA 2-45' _,. �,a,F� ,mm� ',' .; '` 6. THE CAISSONS SHALL BE INSTALLED ACCORDING TO CDOT STANDARDS (S-614-40). "^--� xx .� 7. ALL CONDUIT SHALL BE SCHEDULED 80 PVC UNLESS OTHERWISE NOTED. 1-2" AND 1-3" CONDUIT SHALL �' w,ww W.xww,.--.-Wxx,www,. -•=1 ' °-- " xx..x_ _.._.w....,x. """"-" BE FROM POLE TO THE NEAREST PULL BOX. .-xw,xwxxrnw,,.,�rn.. - .w,w .,............1yY.............mo..-o..�......_, w.�.�,____w- - / a J 1 3 INSTALLED EACH SIGNAL ‘ HIGHWAY 392 1-2", 2-3" CONDUIT (BORED) / I� 2 , 8. ALL LINES ARE TO BE BORED UNLESS OTHERVISE NOTED. CONCRETE HAS A NO -CUT POLICY. ANY CUTS, ._..-...,.xwwx,xx-x•w.•..-wx. CORES OR POTHOLES BY THE CONTRACTOR WITHOUT THE WRITTEN PERMISSION OF WELD COUNTY "-'_ "x�x. ;;:=4r SHALL RESULT IN EACH PANEL REPLACED AT THE EXPENSE OF THE CONTRACTOR AND NO COST TO THE „Wx.x_xw g 1 ` s:.. La / PROJECT. CD __.._ :. 1 9. THE CONTRACTOR SHALL COORDINATE WITH XCEL ENERGY TO PROVIDE POWER TO THE SIGNAL AND -.,_.,,.x,xx.,"� ,_.w.,.w_."."_ v,�,.,w, WWw•w ^, -- ' _.-, w `- _ "'w W POWER SOURCE 8+00 if 3 2 1 9+00 = �I I 1-2", 2-3" CONDUIT (BORED) LUMINAIRES. POWER TO THE SIGNAL VVILL BE METERED AND SEPARATE FROM THE LUMINAIRE POWER. 10+00 , w,», w.......,.w.x,xx x,��.� x�_,�,,,,_--kw,. 10. THE CONTRACTOR SHALL PROVIDE CONSTRUCTION SURVEYING TO CONFIRM THE RIGHT-OF-WAY AND " ""'"- "��""""w' __... ,_,_.� _► ^ -"--(---- "-I ESTABLISH SIGNAL POLE LOCATIONS. THE CONTRACTOR SHALL REPLACE SURVEY MONUMENTS THAT w' -.A-,...„ .,.---""` W/ t �l� �,•,,.-"- ARE DISTURBED DURING CONSTRUCTION. v �i 1-2", 2-3" CONDUIT r„ \. �•- ,- {\ \ _ 2 MA4-45' Y r `r"- 11. THE INTERSECTION DETECTION SYSTEM SHALL BE ITERIS VANTAGE NEXT OR APPROVED EQUAL. (TRENCHED) """�,, ,, ..-- 4 \\ ' 1-2", 2-3" (BORED) 1 .�- " a / E . i E ---E 12. SEE SHEET 33 FOR FULL LIST OF SIGNAL DEVICES. n{, �EE s: , ;, f • E E E E E- j, 0 Oats O,0 F \ F ©y;.•`'4RANK �'4 cp� ; /MTh \ F L41. Clip °4 F '''N. ` ONLY CR 4.T ` ( l HVIIY`392 l - `�S/pNAL 1 'Q°� 'D I) c:. / R3 -5L D3-1 D3-1X� 30"x36"SI- 18"x36" 18"x48" O O O 15 10 5 0 15 30 TABULATION OF TRAFFIC SIGNAL QUANTITIES iiii ii�� LOCATION POTHOLING DRILLED CAISSON (36 INCH) DRILLED CAISSON (42 INCH) 2 INCH ELECTRICAL CONDUIT 2 INCH ELECTRICAL CONDUIT (BORED) 3 INCH ELECTRICAL CONDUIT 31NCH ELECTRICAL CONDUIT (BORED) TYPE THREE PULL BOX TYPE FOUR PULL BOX WIRING WMINAIRE (LED) LUMINAIRE ARM (INSTALL ONLY) SERVICE METER CABINET SIGN PANEL (CLASS II) SIGNAL HEAD BACKPLATES (REFLECTIVE) TRAFFIC SIGNAL FACE (12-12-12) TRAFFIC SIGNAL FACE (12-12-12) (FLASHING YELLOW ARROW) TRAFFIC SIGNAL CONTROLLER, CABINET, & FOUNDATION (SPECIAL) FIRE PREEMPTION UNIT AND TIMER (INSTALL ONLY) INTERSECTION DETECTION SYSTEM (CAMERA) (SPECIAL) TRAFFIC SIGNAL -LIGHT POLE STEEL (130 FOOT MAST ARM) (INSTALL ONLY) TRAFFIC SIGNAL -LIGHT POLE STEEL (1-45 FOOTNASTARM) (INSTALL ONLY) SCALE IN FEET HR LF LF LF IF LF LF EA EA IS EA EA EA SF FA EA FA EA EA EA EA EA CALL UTILITY NOTIFICATION 203-01597 503-00036 503.00042 613-00200 613-00206 613-00300 613-00306 613-07003 613-07004 613-10000 613-13000 613-20235 613-80130 614-00012 614-10160 614-70336 614.70336 614 614-72866 614 614-81011 614-81011 CENTER OF COLORADO MA1(NW) 4 12.5 92 184 1 1 1 12 3 I. 2 1 1 1 to' MA2 (NE) 4 16.5 94 188 1 1 1 13.5 3 1 2 1 I 1 Je El • MA3 (SE) 4 12.5 194 388 1 1 1 1 12 3 1 2 1 1 1 MA4 (SW) 4 16.5 50 52 100 104 3 1 1 1 1 13.5 3 1 2 1 1 1 1 Knawf,+lr mos ALL 1 CALL 2 -BUSINESS DAYS IN ADVANCE TOTAL 16 25 33 50 432 100 864 6 2 ' 1 4 4 I 51 12 4 8 1 4 4 1 �- 2 2 BEFORE YOU DIG, GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Index of Revisions ENGINEERS -SURVEYORS LL&COWELD 1800 38TH STREET BOULDER, CO. 80301-0758 DB bra�xei> r r�rre�t rA Co. COUNTY As Constructed CR 47 & HWY 392 SIGNALIZATION TRAFFIC SIGNAL PLAN PROJECT Project No./Code Creation Date: 5/20/2020 Initials: KRC Date: Comments: Initials: CDOT CODE 23901 No Revisions: Last Modified Date: 8/28/2020 Initials: KRC i `� ." l` P! �'i�l'/�G�I ! �'"`"''WELD ntili` t� � qd ...... -- (� I/,'f 111`. I`'�vised: ENGINEER SENIOR ENGINEER COUNTY PUBLIC WORKS 1111 H. STREET P.O.P,O, BOX 758 CO. 80632-0758 _ _ WELD CO. GR-59 FUII Path: H.121422-00BLTRIPLANSISHEETS _ _ - Designer: K. CRAWFORD 100% CD 21422-00 BLTR Drawing File Name: 21422-00 SG02.DWG _ _ Detaller: K. CRAWFORD eV GREELEY, x�u' >.x' PHONE: (970) 304-6496 x 3741 �"s- FAX: (97D) 3046497 Void: Sheet Number 20 of 33 AUtoCAD Version: 2019 Scale: AS NOTED Unils: English .. _ Checked: D. SCHULER ATTACHMENT C SAMPLE CONTRACT FOR MATERIALS OR EQUIPMENT PURCHASES WELD` COUNTY AGREEMENT FOR IVIATERIALS OR EQUIPMENT BETWEEN WELD COUNTY & THIS AGREEMENT is made and entered into this day of , 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 60631 hereinafter referred to as "County," and [an individual], [a limited liability partnership] [a limited liability company] [a corporation], who whose address is , hereinafter referrer to as "Contractor". WHERE Sy the Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: Signal poles, mast arms and luminaire arms for CR 47 and Hwy 392 Signalization Project (Materials Only) WHE, EA S, 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; NOVV.; TH := n EFORE9 in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduthon. 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. B2100054". The RFB 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. 2. S(‘ry ce ®r Wank. 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 Exhibits A and B. Contractor shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing 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 Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. The material and/or equipment shall be delivered to the location(s) specified herein. 3. T rm. 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 uncerstand 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. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or 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. BID REQUEST #B2100054 Page 24 4. Terrifin toon. 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. 5. Ext nsi • n or p,adificatint 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. 6. Def lln rations. "Standard:" When the word "standard" is used in the specification to describe an item of equipment or its assembly, it shall be construed to mean that item or assembly so described shall be the latest regular product of the manufacturer thereof, identified by a model or other designation, without the modification or omission of any of its usual parts or the substitution of others therefore, except as hereafter specified, details, capacities and ratings, conforming in every respect to the said manufacturer's catalog or other printed matter describing the item or assembly. Standard subassemblies, accessories, fittings, and finishes shall be construed to be those which are regularly furnished as part of the principle unit or assembly and included in the selling price thereof. "Reputable Manufacturer:" A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior to the date set for opening of bids and who can demonstrate to the satisfaction of Weld County that said manufacturer has successfully installed equipment of the type proposed to be furnished in at least three (3) instances and the performance of such equipment has been satisfactory. Manufacturers having been engaged in the business of manufacturing said equipment for a period of one (1) year prior to the date affixed for opening bids shall, prima facie, be deemed to have been engaged in such business a reasonable length of time. "Or Equal:" The specific equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's equipment of comparable quality, design, and efficiency. 7. General Specufl'ications, condituons, and ontornna oon. Design: Unless otherwise specified, any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shall be of SID REQUEST #52100054 Page 25 superior quality and suitable to the use for which it is intended. The technical design shall be in line with the best practice in the industry and the materials and workmanship entering into the construction shall be of the kinds and qualities which will ensure long life, dependability, and low cost of maintaining and repairing. 8. Compensatoon/Contract Amount. Upon Contractor's successful completion of the delivery or installation of the material or equipment and County's acceptance of the same, County agrees to pay an amount no greater than $ , 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 irector 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 sure of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs or materials or equipment it supplies 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 or 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 udget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) independent Con ractor. 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 u nemployment 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 he:d 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 u nemployment compensation insurance matters: (a) provide and keep in force workers' compensation and u nemployment compensation insurance in the amounts required by law (and as set forth in Exhibit A provide proof thereof when requested to do so by County. 10 Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance u pon 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 BID REQUEST #B2100054 Page 26 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. 11. 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 files 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. 12. 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. 13. Warranty. The Contractor warrants that materials, equipment, and services covered under this Agreement will meet the standards governing such materials, equipment, and services and the provisions of this Agreement. The Contractor further represents and warrants that all materials, equipment, and services shall be performed and delivered by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all materials, equipment, and services will conform to applicable specifications. In addition to the foregoing warranties, The Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which the Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the materials or equipment. The Contractor warrants that the goods to be supplied pursuant to this bid are fit and sufficient for the purpose intended; and the goods are merchantable, of good quality, and free from defects, whether patent or latent, in material or workmanship; and the goods sold to Weld County, pursuant to this bid, conform to the minimum Weld County specifications as established herein The Contractor shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. All warranties made by the Contractor, together with service warranties' and guarantees shall run to Weld County and its successors and assigns. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: detailed equipment specifications to include the warranty and descriptive literature. Service Calls in the First One Year Period: The Contractor shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. 14. Acceptance of Services Not a 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 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 BID REQUEST #B2100054 Page 27 be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the materials, equipment, or service 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. 15. 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. 16. Insurance and Indemnification. General Requirements: Contractors 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 shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating that the County will be notified of any reduction, loss, or modification to coverage. Such notice shall be sent 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. Contractor shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. 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 BID REQUEST #B2100054 Page 28 under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. 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. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The 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 materials and 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 errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the 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 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 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. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 products and completed operations aggregate; Automobile Liability: Contractor 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. Contractors shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. BID REQUEST #B2100054 Page 29 Proof of Insurance: County reserves the right to require the Contractor 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's insurer shall name "Weld County, Colorado, its elected officials, and its employees" as an additional insured. Waiver of Subrogation: For all coverages, Contractor's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor. Contractor 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 agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. 17. 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. 18. 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. 19. 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. 20. 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 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 contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Attn.: Address: Address: E-mail: BID REQUEST #B2100054 Page 30 Phone: County: Name: Clay Kimmi, P.E. Position: Project Manager Address: PO Box 758 Address: Greeley, CO 80631 E-mail: ckimmi@weldgov.com Phone: 970-400-3741 21. 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. 22. 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. 23. Entire Agreement/Modifications. 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. 24. 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. 25. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver 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. Failure 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. 26. 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. 27. 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 et seq., as applicable now or hereafter amended. 28. 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. BID REQUEST #B2100054 Page 31 29. 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. 30. Choice 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. 31. Compliance with Davis -Bacon Wage Rates. N/A for this project 32. Attorneys 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. 33. 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. 34. Official Engineering Publications: Contract Professional acknowledges and agrees that the Weld County Project Special Provisions to the CDOT Standard Specifications, 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 Contract Professional under this Agreement, and that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Compensation. 35. Compliance with Colorado Department of Transportation Regulations and Standards_ Contract Professional acknowledges and agrees that the Weld County Project Special Provisions, 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 Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications. Contract Professional further acknowledges 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. 37. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. Acknowledgment. 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of 2021. BID REQUEST #B2100054 Page 32 CONTRACTOR: By: Date Name: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Steve Moreno, Chair BID REQUEST #B2100054 Page 33 ATTACHMENT D BUY AMERICA CERTIFICATION EXAMPLE BID REQUEST #B2100054 Page 34 r I I'�� III �' Kryptonite Construction Inc. �tg iLi m 13369 W. Rocky Rd. Smallville, Colorado 91130 Phone �m999-123-4567 Attn: Project Engineer Date: August 3, 2018 Re: CDOT Contract ID: 53124 Re: CDOT Project No. CC 00-0000-00 Subject: Buy America Certification & Exception for Foreign Steel Kryptonite Construction hereby certifies that during the month of July 2018 the materials and quantities represented below, to be incorporated into the project, meet the contract Buy America requirements. We also certify that the Buy America paperwork and certifications required by Section 106.11 are on file at the project. 1.) 550 LF of 24" culvert pipe for bid item 603-01180 Minor Exceptions: Yes X No Value less than 1/10 of 1% of the total contract cost or $ 2,500.00 whichever is greater. Documentation is in our Project Files. Respectfully, Clark Kent Construction Manager Kryptonite Construction Inc. EXAMPLE Buy America Reauirements (Per requirements of Subsection 4.1) (Original Signatures Required, No Facsimiles Accepted) Note 1: The Buy America Certification is to always be received by the Project Engineer prior to the steel or iron being incorporated into the project. Note 2: The delivery date and/or the incorporation date may be included in the letter. Note: This example depicts what is to be provided for each delivery. BID REQUEST #B2100054 Page 35 179000Ize# _LS311031:I aim .uopelse;sui pue /uamap 8uppewwns Any;uow pappwid aq o; si;myna saNclap apdwexa smi :a;oN tr,OraKite eopte,tactioa %Ke. Summary of Buy America Certifications Received for Installed Steel / Iron Products CDOT Project No.: CC000-000-00 CDOT Contract ID: 53124 Summary for the Period Ending: July 2018 Item Item Description Delivery Date Quantity Delivered to Project Unit Delivered Cost * BUY AMERICA CERTIFICATION Quantity Installed Quantity Unit Installation Month BUY AMERICA CERTIFICATION Date 603-01180 24" culvert pipe 11-1u1-18 550 LF 550 300 LF July 9 -Jul -18 550 250 LF August 9 -Jul -18 Total 603-01180 24" culvert pipe 550 LF 550 LF Prepared by: Title: Date: * If there is any foreign steel or iron permanently incorporated into the project the Contractor shall provide documentation of the project delivered cost of that foreign steel or iron. EXAMPLE Suggested format for the reconciliation of the Buy America Certification quantities with Installed Quantities. The Contractor shall submit this summary to the Project Engineer. Subsection 4.1.G "The Contractor shall maintain a document summarizing the date and quantity of the material utilizing CDOT Item Number(s) and Item Description(s) delivered to the project, along with the quantity of material installed during the month." CLARIFICATION: This summary example indicates that the Period Ended in October. The Buy America Certification date is from July 9th and the Delivery Date is from July 11th. This example document summarizes the quantity delivered along with the quantity installed. February 5, 2021 Bid Request No. B2100054, CR 47 & HIGHWAY 392 SIGNALIZATION PROJECT(MATERIALS ONLY) Weld County, Colorado ADDENDUM NUMBER ONE The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: Contractor Questions and Responses Mandatory Pre -Proposal Meeting Minutes Mandatory Pre -Bid Meeting Attendance List Amended Bid Schedule and Forms All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being accepted. CONTRACTOR QUESTIONS AND RESPONSES Question 1: The bid documents indicate a performance bond and a labor and materials bond is required for this project. Normally supply contracts do not required such bonds. Is a performance bond and a labor and materials bond required for this project. Answer 1: A performance bond is not required for this project. A labor and materials bond is not required for this project. Question 2: Are the poles and mast arms to be painted or galvanized? Answer 2: CDOT has requested that the poles and mast arms be galvanized. Question 3: What is the expected date for the Notice of Award? Answer 3: The Notice of Award is anticipated to be between March 8 and 15, 2021. Question 4: Do the bid documents contain all of the forms that are required to be submitted with the bid? Answer 4: This addendum contains all of the forms required to be submitted with the bid. Prepared By: Clay Kimmi, P.E., Senior Engineer MANDATORY PRE -BID MEETING MINUTES CR 47 & Hwy 392 Intersection Signalization Project February 4, 2021 1. Sign -in Sheet — Please email ckimmi(a%weldgov.com by 3 p.m. on February 4. 2. Project Description/Location a. The project in general consists of procuring signal poles, mast arms, and luminaire mast arms for the CR 47 and Hwy 392 intersection. b. This project is for procurement of materials only. The construction portion of the project will be bid later in 2021. 3. Bidding Requirements a. All bids must be emailed to bids@weldgov.com b. Last day for questions is 7 a.m. on February 16, 2021. c. Bid closes at 10:30 a.m. on February 18, 2021. Bids will be opened by the Purchasing Office. Bid opening will occur on a Teams conference call in which the bidders and the bid amounts will be read. d. Late bids will not be accepted. e. A sample contract that will be signed has been included as Attachment C in the bid documents. Please review and make sure the contract can be signed with no modifications prior to submitting a bid. f. A W-9 must be submitted with the bid. Failure to include a completed W-9 will result in the bid being rejected. g. Bid must include the bid schedule, W-9, receipt of addendums, and bid acknowledgement. 4. Project Specifications a. Note the project specifications section which starts on page 9 of the bid documents. b. Shop drawings will be required for the materials. c. Delivery will be to a satellite facility owned and operated by Weld County. The address and delivery instructions are included in the bid documents. d. Will take delivery of hardware such as bolts, connectors, etc. early but the successful bidder will have to coordinate with the County's project manager. e. Buy America requirements apply for this project. f. Manufacture of poles, mast arms, and luminaire mast arms shall be in accordance with CDOT M&S Standard, S-614-40. CDOT M&S Standard S -614-40A shall not be allowed to be used on this project. g. Delivery charges shall be incidental to the bid items. 5. Addendums a. Addendum 1 will be released following this meeting. The meeting minutes, attendance list, and answers to questions asked during the conference call will be made part of the Addendum and will become part of the contract that is signed by the successful bidder. b. Changes to Bid Documents i. A new bid schedule and bid acknowledgement will be included with Addendum 1. ii. The length of the luminaire mast arm will be changed from 15 feet to 10 feet at the request of CDOT's traffic engineer. 6. Project Completion Date a. Delivery of the materials shall be no later than July 1, 2021 7. Questions? a. All questions after the Pre -Bid meeting must be submitted in writing to Clay Kimmi at ckimmi@weld.gov. b. Deadline for asking questions is 7 a.m., Tuesday, February 16, 2021 c. Final Addendum will be posted by 5 p.m., Wednesday, February 17, 2021 MANDATORY PRE -BID MEETING ATTENDANCE LIST RFP# B2100054 February 4, 2021 at 10 am Teams Conference Call Name Company Phone Number E-mail Clay Kimmi Weld County Public Works 970-400-3471 ckimmi@weldgov.com Don Dunker Weld County Public Works 970-400-3749 ddunker@weldRov.com Christie Peters Weld County Purchasing 970-400-4223 cpeters@weldgov.com Derek Schuler Drexel BarrelI & Co 303-442-4338 dschuler@drexelbarrell.com Scott Reiner MaiCo Industries Inc 785-472-5390 scott.reiner@maicoind.com John Fehrenbach Belfort Capital 330-705-5120 ifehrenbach@neo.rr.com Mike Bowman Aftermath Highway Products 719-250-6922 mrbowman@gmail.com UPDATED BID SCHEDULE & FORMS BID SCHEDULE ITEM ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE TOTAL PRICE 614-81011 Traffic Signal Light Pole (Steel)(1-30 Ft Mast Arm)(1- 15 Ft Luminaire Arm) EA 2 614-81011 Traffic Signal Light Pole (Steel)(1-45 Ft Mast Arm)(1- 15 Ft Luminaire Arm) EA 2 Total Bid (Dollars) 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: Addendum No. Date: By: By: BID OPENING WILL BE HELD VIA A CONFERENCE CALL PHONE NUMBER: (720) 439-5261 CONFERENCE ID: 95496859# 1. No hard copies of bids will be accepted. 2. Only one electronic copy of your bid is needed. PDF format is required. 3. Email bids to bidsCcaweldgov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com/. The maximum file size to upload to BidNet is 500 MB. BID ACKNOWLEDGEMENT The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2100054. The signer acknowledges that they have read and understand all of the conditions, specifications, and special provisions set forth in the bid documents. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. 6. The bid(s) may be awarded to more than one vendor. FIRM: BUSINESS ADDRESS: CITY, STATE, ZIP CODE: TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE: SIGNATURE: E-MAIL: DATE: ""ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID"" FAILURE TO INCLUDE A W-9 WILL RESULT IN THE BID NOT BEING ACCEPTED. WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Steve Moreno, Chair Form W-9 (Rev. August 2013) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. N to of td �- c o N a C ii O i .8 w y, u E co O. (!B Name (as shown on your income tax return) Business name/disregarded entity name, if different from above Check appropriate box for federal tax classification: ❑ IndividuaVsole proprietor El Corporation ❑ S Corporation ❑ Partnership ❑ ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ❑ Other (see instructions)► Trust/estate ► Exemptions Exempt payee Exemption code (if any) (see instructions): code (if any) from FATCA reporting Address (number, street, and apt. or suite no.) Requester's name and address (optional) City, state, and ZIP code List account number(s) here (optional) Pali I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" fine to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sde proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see Now to get a TIN on page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter. Social security number Employer identification number Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S. citizen or other U.S. person (defined below), and 4. The FATCA code(s) entered on this form (If any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax retum. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. Sign Here Signature of U.S. person Iv - Date ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. The IRS has created a page on IRS.gov for information about Form W-9, at www.Irs.govlw9. Information about any future developments affecting Form W-9 (such as legislation enacted after we release it) will be posted on that page. Purpose of Form A person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, payments made to you in settlement of payment card and third party network transactions, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. It applicable, you are also certifying that as a U.S. person, your allocable share of any partnership inoome from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. Note. If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States, • An estate (other than a foreign estate), or • A domestic trust (as defined in Regulations section 301.7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners' share of effectively connected taxable income from such business. Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the lJnited States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on you share of partnership income. Cat. No. 10231X Form W-9 (Rev. 8-2013) February 16, 2021 Bid Request No. B2100054, CR 47 8 HIGHWAY 392 SIGNALIZATION PROJECT (MATERIALS ONLY) Weld County, Colorado ADDENDUM NUMBER TWO The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: Contractor Questions and Responses Amended Bid Schedule and Forms All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being accepted. CONTRACTOR QUESTIONS AND RESPONSES Question 1: I don't see where the bid schedule has changed the luminaire mast arm lengths to 10 ft. Can you provide clarification as to the length of the luminaire mast arms? Answer 1: The luminaire mast arms are to be 10 ft long. A revised bid schedule is included in this addendum. Question 2: During the pre -bid conference call, it was stated that a performance bond was not required. I do not see where this was addressed in Addendum 1. Can you provide information regarding whether a performance bond is required? Answer 2: See the answer to Question 1 in Addendum 1. Prepared By: Clay Kimmi, P.E., Senior Engineer BID SCHEDULE ITEM ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE TOTAL PRICE 614-81011 Traffic Signal Light Pole (Steel)(1-30 Ft Mast Arm)(1- 10 Ft Luminaire Arm) EA 2 614-81011 Traffic Signal Light Pole (Steel)(1-45 Ft Mast Arm)(1- 10 Ft Luminaire Arm) EA 2 Total Bid (Dollars) RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications, and other Contract Documents. Addendum No. 1 Date: Addendum No. 2 Date: By: By: BID OPENING WILL BE HELD VIA A CONFERENCE CALL PHONE NUMBER: (720) 439-5261 CONFERENCE ID: 95496859# 1. No hard copies of bids will be accepted. 2. Only one electronic copy of your bid is needed. PDF format is required. 3. Email bids to bidsOweldgov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com/. The maximum file size to upload to BidNet is 500 MB. Exhibit 6 Christie Peters From: Sent: To: Subject: Attachments: �T , errs���Priginat�� foot erartd kndtti t15 conte'ht i"s sa Jason Bowman <aftermathhighwayproducts@gmail.com> Thursday, February 18, 2021 8:37 AM bids Bid Attached - Signal Poles CR 47 & Hwy 392 Aftermath - Weld County Signal Poles.pdf utside of Werd;cpuiltxppveromprit Dp no "Lliel I hereby waive my right to a sealed bid. Thanks, Jason Jason Bowman Aftermath Highway Products, LLC Pueblo, CO 719-320-9083 i BID OPENING WILL BE HELD VIA A CONFERENCE CALL PHONE NUMBER: (720) 439-5261 CONFERENCE ID: 95496859# 1. No hard copies of bids will be accepted. 2. Only one electronic copy of your bid is needed. PDF format is required. 3. Email bids to bidsAweldgov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com/. The maximum file size to upload to BidNet is 500 MB. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #62100054. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. BUSINESS ADDRESS 19 no FIRM N F ad i f!xkhlL ?Rio do f✓ � 1 CITY, STATE, ZIP CODE TELEPHONE NO 32P. WO FAX fr!/9-- 5 `13' 6 TAX ID # q 331 2- 11-fr<z ���la, Cv 8l00(v PRINTED NAME AND TITLE LRv Ow SIGNATURE E-MAIL 4C4trPyttek40R1PIbA,A4 SDATE N� 2// 7/z,/ **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -10 OR PAGES 13 - 35. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Steve Moreno, Chair BID REQUEST #B2100054 Page 13 BID SCHEDULE ITEM ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE TOTAL PRICE 614-81011 Traffic Signal Light Pole (Steel)(1-30 Ft Mast Arm)(1- 10 Ft Luminaire Arm) EA 2 2 Crnq . OO 2. g i$ 6O 614-81011 Traffic Signal Light Pole (Steel)(1-45 Ft Mast Arm)(1- 10 Ft Luminaire Arm) EA 219 Z � v / .� ��� Total Bid (Dollars) G i, 7f Z •"c RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the I Specifications, and other Contract Documents. Addendum No. 1 Date: Addendum No. 2 Date: 2/ 21/G z/ By: By: tion for Bids, Drawings, BID OPENING WILL BE HELD VIA A C+NFERENCE CALL PHONE NUMBER: (720) 439-5261 CONFERENCE ID: 95496859# 1. No hard copies of bids will be accepted. 2. Only one electronic copy of your bid is needed. PDF format is required. 3. Email bids to bidsaweldgov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com/. The maximum file size to upload to BidNet is 500 MB. New Contract Request Entity Information Entity Name* Entity ID* AFTERMATH HIGHWAY PRODUCTS LLC C`00043529 Contract Name* CR 47 AND HWY 392 SIGNALIZAITON PROJEC I (MATERIALS ONLY) Contract Status CTB REVIEW ❑ New Entity? Contract ID 4552 Contract Lead* C"KIMMI Contract Lead Email CKlmmv@co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # GR-59 Contract Description* PURCHASE OF TRAFFIC SIGNAL POLE, MAST ARMS, AND STREET LIGHT ARMS FOR THE CR 47 AND HWY 392 PROJECT Contract Description 2 THE BOCC APPROVED THE AWARD FOR THE MATERIALS IN THEIR 9 AM HEARING ON MARCH 8, 2021. THE CONSTRUCTION OF THE PROJECT WILL BE SID AFTER JULY I, 2021. THIS CONTRACT IS FOR THE PURCHASE OF LONG LEAD TIME ITEMS. Contract Type CONTRACT Amount* * $66,742.00 Renewable* NO Automatic Renewal NO Grant NO Department PUBLIC WORKS Department Email CM- Pubi irWorksgweldgov, co m Department Head Email CM-PublicWorks- DeptHead`Aveldg>ov.c©m County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA I I ORNEYg,W'ELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Date* 03 .' 1712021 Due Date 03113,`2021 Will a work session with BOCC be required?* HAD Does Contract require Purchasing Dept, to be included? NO Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* 03;10/20'21 Renewal Date Termination Notice Period Committed Delivery Daze Expiration Date* 07,31;2021 Contact lnforrnation Contact Info Contact Name PUrchasing Purchasing Approver CONSENT Approval P'roces'. Department Head JAY MCDONALD DH Approved Date 03/11 +2021. Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/1712021 Originator CKIMMI Contact Type Contact Email Finance Approver CONSENT Contact Phone 1 Purchasing Approved Date 03' 12021 Finance Approved Date 03; 1 1,`2021 Tyler Ref # AC 031 721 Legal Counsel CONSENT Contact Phone 2 Legal Counsel Approved Date 03? 1 1 r`2021 MEMORANDUM Date: March 3, 2021 To: Rob Turf, Purchasing From: Clay Kimmi, Project Manager, Public Works RE: B2100054, CR 47 & HWY 392 SIGNALIZATION PROJECT (MATERIALS ONLY) The bids for B2100054 were opened on February 18, 2021 and presented to the BOCC on February 22, 2021. Three bids were received. Bids were reviewed for completeness and compliance with the specifications. Out of the 3 bids, only 1 bid was determined to be a responsive bid. The manufacture of the signal poles and mast arms is a specialized manufacturing process. There are only a handful of manufacturers in the United States that manufacture the traffic signal poles and mast arms. Three vendors were present at the mandatory pre -bid meeting, Two of the three bids came from vendors who were at the pre -bid meeting. Millerbernd Manufacturing Company did not attend the mandatory pre -bid meeting and also failed to submit a bid which met specifications. Belfort Capital did attend the mandatory pre -bid meeting but failed to follow the bidding instructions and did not submit an entire bid packet by the bid opening. The bidder supplied all of the required information only after the bids had been opened. Because the required information was received after the bids had opened, the bid did not meet specifications. Aftermath Highway Products did attend the mandatory pre -bid meeting and submitted a bid which met specifications. Their bid was for a total of $66,742.00. The Engineer's Estimate for the bid was $170,000. The bid tabulation is attached to this memo. Our recommendation is to award B2100054 to the lowest responsible bidder, which is Aftermath Highway Products in an amount not to exceed $66,742.00. 0081-o`'199 a3/o g EGOo-79 WELD COUNTY CR 47 & HWY 392 SIGNALIZATION PROJECT 82900054 BID TABULATION Engineer's Estimate MillerBernd Manufacturing Belfort Capital LLC -rmat`h Highway Products LLC ITEM # ITEM CODE ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST UJIT_ PRICE COST 1 614-81011 TRAFFIC SIGNAL -LIGHT POLE STEEL (1-30 FOOT MAST ARM) (1-10 FOOT LUMINAIRE ARM) EA 2 $ 35,000.00 $ 70,000.00 $ 9,906.00 $ 19,812.00 $ 12,592.00 $ 25,184.00 3 409.00_ S Sal 2 614-81011 TRAFFIC SIGNAL -LIGHT POLE STEEL (1-45 FOOT MAST ARM) (1-10 FOOT LUMINAIRE ARM) EA 2 _ S 50,000.00 $ 100,000.00 $ 11,324.00 $ 22,648.00 $ 16,338.00 $ 32,676.00 :: i9 c=6 00 c: 3,9t 1 SUBTOTAL $ 170,000.00 $ 42,460.00 $ 57,860.00 _ 4; " worm Does not meet specification 'iNas not at mandatory pre -bid meeting 'Provided pricing for a 15 ft luminaire arm not a 10 ft luminaire arm as required by Addendum 2 Does not meet specification A complete bid was not submitted at bid opening. At bid opening the bidder only submitted a total price but no other documentation Eigf e It atzas j WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: cmpeters(a�weldgov.com E-mail: reverett(c�weldgov.com E-mail: rturf(a weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 18, 2021 REQUEST FOR: SIGNAL POLES, MAST ARMS, & LUMINAIRE MAST ARMS FOR COUNTY ROAD 47 & HIGHWAY 392 SIGNALIZATION PROJECT DEPARTMENT: PUBLIC WORKS BID NO: #B2100054 PRESENT DATE: FEBRUARY 22, 2021 APPROVAL DATE: MARCH 8, 2021 VENDOR TOTAL AFTERMATH HIGHWAY PRODUCTS, LLC 1476 32ND LN PUEBLO, CO 81006 REJECTED BIDS BELFORT CAPITAL* 1749 BELFORT LOUISVILLE, OH 44641 MILLERBERND MANUFACTURING CO** 622 6TH ST SOUTH WINSTED, MN 55395 $66,742.00 $57,860.00 $42,460.00 *DID NOT SUBMIT COMPLETED BID PACKET AT TIME OF BID OPENING. **DID NOT ATTEND MANDATORY PRE -BID MEETING. THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE BID. 2021-0494 E(xO019 Hello