Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20181808.tiff
BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW RE: 2020 GUARDRAIL, BRIDGE RAIL, AND CABLE RAIL REPAIR SERVICES DEPARTMENT: WELD COUNTY PUBLI WORKS DATE: 4/10/20 PERSON REQUESTING: Duane R. Naibauer, Weld County Public Works Brief description of the problem/issue: The Ideal Fencing Corp. LLC Agreement may be extended from June 25. 2020 to June 24, 2021, as permitted by the contract. This extension would be in the third (3rd) year of a possible three-year term limit. The contract also allows for yearly rate adjustments based upon the Denver -Aurora, Lakewood CIP index. The index allows for an increase of 1.92%. Ideal Fencing Corp. LLC is not asking for a cost increase this year and submitted a bid schedule with the same price per line item as last year. The budget amount for Guard Rail, Bridge Rail and Cable Rail Repair services for 2020 is $170,000.00 (Road and Bridge $70,000.00 and Other Public Works $100,000.00 for County Hwy). Public Works does not anticipate going over the approved budget amount. Ideal Fencing Corp. LLC was awarded this contract in 2018 as the low and sole bid vendor, the department has been satisfied with their services. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) The Board may either approve or deny the contract renewal/extension. Recommendation: Public Works recommends the approval of the Contract extension/renewal to Ideal Fencing Corp. LLC for Guard Rail, Bridge Rail and Cable Rail Repair services. Approve Mike Freeman, Chair Scott K. James Barbara Kirkmeyer Steve Moreno, Pro -Tern Kevin D. Ross aii7O21/.2,D Schedule Recommendation Work Session Other/Comments: 62434t44u)) t x 75 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND IDEAL FENCING CORP. LLC This Agreement Extension/Renewal ("Renewal"), made and entered into 25th day of June, 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and Ideal Fenang Corp. LLC, 5795 Ideal Drive Erie, CO 80516, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement on June 25, 2018 (the "Original Agreement"), identified as document No. 2018-1808. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The extension of the original Agreement will end on June 24 , 2020. • The parties agree to extend the Original Agreement for an additional 1 year, which will begin June 25, 2020, and will end on June 24, 2021. • The Renewal, together with the Original Agreement, and the 2020 Fee Schedule constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. The 2019 Fee Schedule of the original contract shall be replaced beginning on June 25, 2020 by the attached 2020 Fee Schedule, which is attached and as exhibit A and incorporated by reference. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: 7; I ' Printed Name Signature � ATTEST: Weld : un • lerk BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair APR 2 7 2020 GUARDRAIL, BRIDGE RAIL. AND CABLE RAIL REPAIR SERVICES IDEAL FENCING CORP. LLC 2020 BID SCHEDULE ITEM ITEM DESCRIPTION UNIT EST QTY UNIT PRICE (S) TOTAL PRICE (S) 808.01 Removal and Replacement of End Anchorage (Type 3D) EA 3 (5 Z7 , 50 `lyt3t. sO 606.02 Removal and Replacement of TermInal Section (Flared) EA 7 155. 03 ► 0s �' co 606.03 Removal and Replacement of Terminal Section (Connector) EA 1 3'�' Sooc0 6 '04 Removal and Replacement of Thrie Beam Terminal Section (Connector) EA 1 3g5•GO 39>•' co 608.04 Removal and Replacement of Thrie Beam Transition EA 1 1030 430. m 606 05 Removal and Replacement of Low Speed Terminal (Type 3K) EA 1 Zl4ry . r.O 2240.E 606.06 Removal and Replacement of MSKT Terminal End Anchorage EA 5 3► 05. oo I'1 ocG .OO 608.07 Removal and Replacement of SKT Terminal End Anchorage EA 2 3StoS.co G'i'30. c0 606.08 Removal and Replacement of Median Terminal EA 1 b 035,0 4035.00 606.09 Removal and Replacement of Guardrail MGS Type 3 W -Beam (31 inches) (Wood)(6'-3" Post Spacing) LF 150 150 37.55 40 , CO sliNz SD 42015. Co 606.10 Removal and Replacement of Guardrail MGS Type 3 W -Beam (31 inches) (Steel)(6'-3" Post Spacing) LF 606.11 Transition from 28 -inch Guardrail (Type 3) to 31- inch MGS LF 50 M,40 IS `iS.� 606.12 Removal and Replacement of Bridge Rail Tubing LF 40 11.2. 10 49o'6. co 606.13 Removal and Replacement of Bridge Rail Posts EA 4 SZ Z. m t2..co 606.14 Removal and Replacement of Cable Rail Posts EA 3 12.C. jo '(75. (a 0 (�Z?0.Cv 608.15 Removal and Replacement of Cable Rail End Anchorages EA 3 Z°�o.m 626.01 Mobilization (Guardrail) (south of Hwy 34) EA 6 8 70. co Sys . co 626.02 Mobilization (Guardrail) (north of Hwy 34) EA 1 13ua. CO 13v0 . co 626.03 Mobilization (Bridge Rail) (south of Hwy 34) EA 1 (Q,ao (p5"5, CO 628.04 Mobilization (Bridge Rail) (north of Hwy 34) EA 1 gs0.GO gi<D, CO 628.05 Mobilization (Cable Rail) EA 3 (a&s, cD J4S,cO 630.01 Traffic Control - Lane Closure DAY 11 ISM.. CO 24? Bo , co 630.02 Traffic Control - No Lane Closure - Signs Only Day 11 Sup, Cp 49ap, co TOTAL COST .. I©(a q1t, (Q0 TOTAL COST WRITTEN WORDS:Q,Jt. KwvA(LV S(�c iti4vSAAA Nwc NuNrd20 F0A-11 -o-JC Jew? + Sl)(N 4N3 J4WRO" USFENC0001 CERTIFICATE OF LIABILITY INSURANCE OHO DATE (MMIDDIYYYY) 3/20/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License * 0C36861 New York-Alliant Ins Svc Inc 101 Park Ave 18th Fl New York, NY 10178 INSURED Ideal Fencing Corp, LLC 5795 Ideal Drive Erie, CO 80516 TACT Danny Ho PHONE INC, No, Est X212) 603-0316 mss; Danny.Ho@alliant.com INSURERS) AFFORDING COVERAGE (*10 Nat: NAIC a INSURER A:General Casualty Company of Wisconsin 24414_____ 41297 INSURER Scottsdale Insurance Company INSURER C: INSURER D INSURER E : INSURER F : ION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ..... . r TYPE OF INSURANCE 'AINSD s1MYD POUCY NUMBER I POr, yYFfYI IMPOUCjWpp I LIMITS iNSR A X COMMERCIAL GENERAL UABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCURCGA1355896 3131/2020 3/31/2021 DAMAGE TO RENTED 300,000 x xP_REh11SES.(Eaoccurience) $ X Contractual Liab 5,000 MED EXP (Any one person) X X,C,U Included PERSONAL daovINJURY $ 1,000,000 2 GENLAGGREGATE LIMIT APPUESPER' , GENERAL AGGREGATE $ ,000000 POLICY X JECT X LOC PRODUCTS • C0MPOP AGG S 2,000,000 OTHER= EBL AGGREGATE $ 3,000,000 A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 tEa_decipenU...... - _- X ANY AUTO X X CBA1355896 3/31/2020 3/31/2021 BODILY INJURY (per person} $ OWNED SCHEDULED AUTOS ONLY AUTOS pp BODILY INJURY (Per accident) . $ X., AUTEOS ONLY X a AU'S�Y (PR,OP'ERjY,DAMAGF_ . S. _. .. {PPkeuraocaenr $ B UMBRELLA LIAB X OCCUR EACH OCCURRENCE I $ 5,000,000 ' X ' EXCESS UAB CLAIMS -MADE X x XLS0113394 3/31/2020 3/31/2021 AGGREGATE $ 5,000,000 CEO RETENTION $ $ OTHA ';ANDEMPLOYYEERS�'L COMPENSATION X PER STATUTE.__... ER -.__.. -.._ ANY PROPRIETOR/PARTNER/EXECUTIVE YrN X CWC1355896 3/31/2020 3/31/2021 EL EACH ACCIDENT $ 1,000,000 Fl RIMEMBER EXCLUDED? N NIA 1 000,000 ory In NH) EL. DISEASE • EA EMPLOYEE $ If yes, describe under 1,000,000 DESCRIPTION OF OPERATIONS below E L DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IACORD 101, Additional Remarks Schedule, may be attached if more *pace Is required) RE: Project Weld County Project 81800101, Guardrail Services, IFC# 18-101. Weld County, its officers, agents and employees are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. General Liability policy evidenced herein is Primary and Non -Contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability, Automobile Liability and Workers' Compensation policies. Umbrella Liability policy is Follow Form to the underlying policies. Should General Liability and Workers' Compensation policies be cancelled before the expiration date thereof, the policy provisions will govern how notice of cancellation may be delivered to Certificate Holder in accordance with the policy provisions of each policy. CANCELLATIO Weld County 1150 O Street, Rm. No. 107 Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ai ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ile Form W (Rev. October 2018) Deportment c4theTreasury Internal Rene +user rf Request for Taxpayer identification Number and Certification I. Go to www.ka.gov/Fo►mW9for Instructions and the latest Information. 1 Name (as shown on your income tax return). Name Is required on this line; do not leave this lere blank. IDEAL FENCING LLC 2 Business name/diaregarded entity name, if different from above IDEAL. FENCING CORP LLC 3 Check appropriate box for federal tax classification of the person whose name is entered on Ilne 1. Check only one of the following seven boxes. ❑ Individual/sole proprietor or ❑ C Corporation 0 S Corporation 0 Partnership 0 Trust/estate single -member LLC ❑I Limited liability company. Enter the tax classification (C=C corporation, S -S corporation, P=Partnership) ► C Net : Check theappropriate box in the Una above for the tax classification of the single -member owner. Do not check LLC If the LLC is da:s�ed as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise. a atingle -member LLC that is disregarded from the owner should check the appropriate box for thetas classification of its owner. ❑ Other (see ► S Address (number, street, and apt. or eel ta no.) See instructions. 6795 IDEAL DR 8 City, state, and ZIP code ERIE, CO 80516 MELD COUNTY) 7 Ust account number(s) here (optional) Give Form to the requester. Do not send to the IRS. 4 Exemptions (codes apply only to certain entities, not Individuals; see instructions on page 3): Exempt payee code (if any) 5 Exemption from FATCA reporting code (if any) (gapes to eccounle maintained outside She U.S.) Requester's name and address (optkslei) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on tine 1 to avoid backup fig. For individuals, this is generally your social security number(SSN). However. for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer Identification number (EiN). if you do not have a number, see How to get a TIN, later. Note: If the account is In more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. security number or Employer tdendlicationnumber 8 2 1 5 8 2 7 3 5 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 lam 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. CertlReadon triable: ione. You must cross out Item 2 above If you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate tranesottotts, item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an inthvIdual 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 for Part II, later. Sign Here Signature of U.S. person ► g General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest Information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An Individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer Identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (1TIN), adoption taxpayer identification number (ATIN), or employer Identification number (EIN), to report on an information return the amount paid to you. or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-I NT (Interest earned or paid) Cat. No. 10231X Date ► 1/4' • Form 1099-DIV (dividends, Including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. if you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Form W-9 (Rev. 10-2018) Contract Form Entity Information Entity Name* IDEAL FENCING LLC New Contract Request Entity ID* @00036964 Contract Name* GUARDRAIL, BRIDGE RAIL AND CABLE RAIL REPAIR SERVICES Contract Status CTB REVIEW ❑ New Entity? Contract ID 3569 Contract Lead* DNAIBAUER Contract Lead Email dnaibauer@co_weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Description * REPAIR GUARD RAIL, BRIDGE RAIL AND CABLE RAIL AT VARIOS LOCATIONS IN WELD COUNTY ON AON CALL BASIS Contract Description 2 Contract Type* AGREEMENT Amount * $170.000.00 Renewable* NO Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.com weldgov.com Department Head Email CM-PublicWorks- DeptHead@weldgov.com County Attorney BOB CHOATE County Attorney Email BCHOATE@CO.WELD.CO US Requested BOCC Agenda Date* 04/22!2020 Due Date 04/18/2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept to be included? YES Bid JRFP # 2018-1808 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On6ase Contract Dates Effective Date Review Date* Renewal Date 04/01/2021 Termination Notice Period Committed Delivery Date Expiration Date* 06/24/2021 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD DH Approved Date 04/20/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 04/27/2020 Originator DNAIBAUER Finance Approver CONSENT Purchasing Approved Date 04/20/2020 Finance Approved Date 04/20/2020 Tyler Ref # AG 042720 Legal Counsel CONSENT Legal Counsel Approved Date 04/20/2020 Submit Con+ra c+ "mO BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW RE: 2019 GUARDRAIL, BRIDGE RAIL, AND CABLE RAIL REPAIR SERVICES DEPARTMENT: WELD COUNTY PUBLI WORKS DATE: 5/21/19 PERSON REQUESTING: Duane R. Naibauer, Weld County Public Works Brief description of the problem/issue: The Ideal Fencing Corp. LLC Agreement may be extended from June 25, 2019 to June 24, 2020, as permitted by the contract. This extension would be in the second (2nd) year of a possible three-year term limit. The contract also allows for yearly rate adjustments based upon the Denver -Boulder, Greeley CIP index the index shows a possible increase of 2.85%. Ideal Fencing Corp. LLC asked for a cost increase this year of 0.71% and submitted a bid schedule requesting price increase due to the cost of a few items that had a cost increase. The budget amount for Guard Rail, Bridge Rail and Cable Rail Repair services for 2019 is $170,000.00 (Road and Bridge $70,000.00 and Other Public Works $100,000.00 for County Hwy). Public Works does not anticipate going over the approved budget amount. Ideal Fencing Corp. LLC was awarded this contract in 2018 as the low and sole bid vendor, the department has been satisfied with their services. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) The Board may either approve or deny the contract renewal/extension. Recommendation: Public Works recommends the approval of the Contract extension/renewal to Ideal Fencing Corp. LLC for Guard Rail, Bridge Rail and Cable Rail Repair services. AITUrove Recommendation Sean P. Conway Scott James Mike Freeman, Pro-Tem Barbara Kirkmeyer, Chair Steve Moreno Schedule Work Session Ober/Comments:. )40 /1'41 020/8- ,Soy EGoo7�' WELD COUNTY AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & IDEAL FENCING CORP. LLC GUARDRAIL, BRIDGE RAIL & CABLE REPAIR SERVICES THIS AGREEMENT is made and entered into this 25th day of June, 2019, 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, who whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Ideal Fencing Corp. LLC, 5795 Ideal Drive Erie, CO 80516, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the 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 Exhibit A which forms an integral part of this Agreement. Exhibit A is specifically incorporated herein by this reference. 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. 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 Exhibits A. This contract may be extended annually upon written agreement of both parties. 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. 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. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $106,184.10, which is the amount set forth in Exhibit A. 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. 7. 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. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular «- v o - 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. 9. 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. 10. Confidentiality. 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. 11. Warranty Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. 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. Acceptance by the County of, or payment for, the services 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. 13. Insurance and Indemnification. Contractor shall procure at least the minimum amount of automobile liability insurance required by the State of Colorado for the use of any personal vehicle. Proof of said automobile liability insurance shall be provided to County prior to the performance of any services under this Agreement. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 14. 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. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. 16. 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. 17. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 18. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 19. 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. 20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 21. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state 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. 22. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 23. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 24. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 25. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 26. 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. 27. Public Employment Retirement Program. Contractor is responsible for notifying Weld County of any previous participation in the Colorado Public Employee Retirement Program. Contractor must notify Weld county of the most recent employment for a PERA contributing employer. 28. 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 or 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 an 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. 29. 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 Weld County advertised bid spec and bid presented by Ideal Fencing, 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 of2018. CONTRACTOR: X4L Fc.•JcwC, coRP. ttL By: Name: bAult,.'t . E4vt Z Title: i iCi PQrStOEd Date (o / o he WELD COUNTY: ATTES Weld BY: Tdrlisnl Gam. •ok. BOARD OF COUNTY COMMISSIONERS ty Clerk to the Bo. rd WE D COUNTY, COL f) RADO Deputy Cl:.' to the Bo arbara Kirkm_ er,Cha;r GUARDRAIL, BRIDGE RAIL, AND CABLE RAIL REPAIR SERVICES IDEAL FENCING CORP. LLC 2019 BID SCHEDULE ITEM ITEM DESCRIPTION UNIT EST QTY UNIT PRICE ($) TOTAL PRICE ($) 606.01 Removal and Replacement of End Anchorage (Type 3D) EA 3 15Z7. 6-0 45tz.50 606.02 Removal and Replacement of Terminal Section (Flared) EA 7 155, u;, I0 bS, 00 i 608.03 Removal and Replacement of Terminal Section 1 3w,Go cc 606.04 Removal and Replacement of Thrie Beam Terminal Section (Connector) EA 1 Mix) 395,c:0 606.04 Removal and Replacement of Thrie Beam Transition EA 1 6,30, GO b 3c.co 606.05 Removal and Replacement of Low Speed Terminal (Type 3K) EA 1 ZZ90.co LLgc.co 606.06 Removal and Replacement of MSKT Terminal End Anchorage EA 5 3400 ,gyp Ili t.)00, co 606.07 Removal and Replacement of SKT Terminal End Anchorage. EA 2 SAS f0 1i0.� ' 606.08 Removal and Replacement of Median Terminal EA 1 (),03s,co 4,o3S,CA 606.09 Removal and Replacement of Guardrail MGS Type 3 W -Beam (31 inches) (Wood)(6'-3" Post Spacing) LF 150 37,55 S,I,L.So 606.10 Removal and Replacement of Guardrail MGS Type 3 W -Beam (31 inches) (Steel)(6'-3" Post Spacing) LF 150 iio.50 b, o1c.C 606.11 Transition from 28 -inch Guardrail (Type 3) to 31- inch MGS LF 50 3l , q0 (i5y5,cq 606.12 Removal and Replacement of Bridge Rail Tubing LF 40 I it, 10 'I,yDeg , t..0 606.13 Removal and Replacement of Bridge Rail Posts EA 4 5Th.co 2zcsg,co 606.14 Removal and Replacement of Cable Rail Posts EA 3 325. 1O 915, 60 606.15 Removal and Replacement of Cable Rail End Anchorages EA 3 Z, 0Q O ,co 6, Zoo .w 626.01 Mobilization (Guardrail) (south of Hwy 34) EA 6 $70 , co 5 C2 -O .CO 626.02 Mobilization (Guardrail) (north of Hwy 34) EA 1 1, 300, co 1, 300.e0 626.03 Mobilization (Bridge Rail) (south of Hwy 34) EA 1 _( S5.c:4 4055,00 626.04 Mobilization (Bridge Rail) (north of Hwy 34) EA 1 g4,Q,CO 9q0 , c 626.05 Mobilization (Cable Rail) EA` DAY 3 (055.00 I L91,S, 00 630.01 Traffic Control — Lane Closure 11 IS 30 , cO ?i.30 =6 630.02 Traffic Control — No Lane Closure — Signs Only Day TOTAL 11 qcO, CO 4,4ix.c.0 COST it 10(0, 9 '1,40. TOTAL COST WRITTEN WORDS: o..1t ty.,mb2411 six iliovSA,.1A !Ns_htiN42ia _ _ _ r -v --`I-0, : Dow%4 6 4/46 illaNt ltNT5 USFENC0001 KSANTAIMR AMR _ DATE (MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 03/28/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(tes) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rlghts to the certificate holder in lieu of such endorsement(s). PRODUCER License 10036861 _Mir* Danny Ho New York-Alllant Ins Svc Inc 320 West 57th St New York, NY 10019 INSURED Ideal Fencing Corp., LLC 5795 Ideal Drive Erie, CO 80516 (A//CC,, No, Eat) (212) 603-0316 r (tuc No):(212) 262-9470 Mass, Danriy.Ho@alliant.com INSIL RER(81 AFFORDINOCOVERAGE-_-_ INSURER A General Casualty Company of Wisconsin _ _ 24414 INSURER u: Scottsdale Insurance Company 41297 itiS Rea C • Ironshore Specialty Insurance Company 25416 INSURER 0 WSURERE._ INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'SUBR POLICY EFF I POLICY EXP UNITS .1•L1�.� POLICY NUMBER rLMY-lDO1YY'(� / IMtEfDDLYY.YYi TYPE OF INSURANCE A ' X f COMMERCIAL GENERAL UABIUTY CLAIMS -MADE X I OCCUR Contractual Llab X GE'rL AGGREGATE. LIMIT APPLIES PER: XI POLICYI X I j°- I X�LOC j OTr4ER A AUTOMOBILE LIABILITY X ANY AUTO I OWNED I AUTOS ONLY X AUTOS ONLY SCHEDUI PD { AUTOS X i NONg.veiED I AUrt S. G,'NLY B ? UMBRELLA LIAR OCCUR X EXCESS LIAR CLAIMS -MADE DEO I X ! RETENTION $ 0 A WORKERS COMPENSATION --i AND EMPLOYERS' LIABILITY YIN ANY PRCPRCIE TTiO�RRIPARTNENY:XC: C U I 'VE OFFICERIM In NN) EXCLUOFD� f l IN ! A X )( CC11355896 X x 6CBA1356896 III yes, dese nxs under DESCRIPTICN OF'OPERAII[NIS be;vry C (Pollution Liability X XLS0109431 ICWC1365896 } 1002756300 EACH OCCURRENCE DAMAGE TO RENTED 03/31/2019103/3112020 ea iSES tEa csF,u ffiYYt,1_ MkU FXP 1Ar:Y one0e/S00l PERSONAL_t ADV INJURY._. ENERAL AGGREGATE PRODUCTS - COMPlOP AGG EBL AGGREGATE COMBINED SINGLE IML _(Ea ecudstnU — 103131/2019 0313112020 ITOOILY INJURY IPerye/son), 03/31/2019 I 03/31/2020 BODILY INJURY (Per acc+rltnl) S pIOORi _ (PeraaccEd r'IRTY pAMAGE S _ 1,000,000 300,000 6,000 1,000,000 2,000,000 2,000,000 3,000,000 1,000,000 EACIICCCURRENCE AGGREGATE 10,000,000 10,000,000 03131/2019 03/31/2020 04/29/2016! 04/2912019 X $i 1 PER r T 4TH. 9T.UCE EL EACH ACCICENI, .S E.+, IY,SEASE EA EMPLOYEE S E L DISEASE POUgY LIMIT S Occurrence/Aggregate 1,000,000 1,000,000 1,000,000 5,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS! VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more apace is required) RE: Project: Weld County Project 81800101, Guardrail Services, IFC# 18.101. Weld County, its officers, agents and employees are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. General Liability policy evidenced herein is Primary and Non•Contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability, Automobile Liability and Workers' Compensation policies. Umbrella Liability policy is Follow Form to the underlying policies. Should General Liability and Workers' Compensation policies be cancelled before the expiration date thereof, the policy provisions will govern how notice of cancellation may be delivered to Certificate Holder In accordance with the policy provisions of each policy. CERTIFICATE HOLDER _._._ , CANCELLATION Weld County 1150 0 Street, Rm. No. 107 Greeley, CO 80631 ACORD 25 (2018/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD WELD COUNTY AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & IDEAL FENCING CORP. LLC GUARDRAIL, BRIDGE RAIL & CABLE REPAIR SERVICES THIS AGREEMENT is made and entered into this 25th day of June, 2018, 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, who whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Ideal Fencing Corp. LLC, 5795 Ideal Drive Erie, CO 80516, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the 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 Exhibit A which forms an integral part of this Agreement. Exhibit A is specifically incorporated herein by this reference. 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. 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 Exhibits A. This contract may be extended annually upon written agreement of both parties. 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. 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. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than S106,184.10, which is the amount set forth in Exhibit A. 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. 7. 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 ail 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. 8. Subcontractors. Contractor acknowledges that County hates entexed into t 's Agreement in reliance upon the particular -17 020/1- /1°Y* 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. 9. 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. 10. Confidentiality. 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. 11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. 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. Acceptance by the County of, or payment for, the services 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. 13. Insurance and Indemnification. Contractor shall procure at least the minimum amount of automobile liability insurance required by the State of Colorado for the use of any personal vehicle. Proof of said automobile liability insurance shall be provided to County prior to the performance of any services under this Agreement. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 14. 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. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. 16. 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, tires, strikes, war, flood, earthquakes or Governmental actions. 17. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 18. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 19. 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. 20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 21. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state 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. 22. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 23. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 24. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 25. Board of County Commissioners of Weld County Approval. This Agreement shalt not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 26. 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. 27. Public Employment Retirement Program. Contractor is responsible for notifying Weld County of any previous participation in the Colorado Public Employee Retirement Program. Contractor must notify Weld county of the most recent employment for a PERA contributing employer. 28. 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 or 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 F - 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 an 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 G.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. § 24-765-103(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. 29. 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 Weld County advertised bid spec and bid presented by Ideal Fencing, 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. 14- IN WITNESS WHEREOF, the parties hereto have signed this Agreement this /7 day o CONTRACTOR: GPAve�. By: Date Date "4.1..e.A" Nme: Qr. ,,, F Title: �iE' Cs WELD COUNTY: Al MST: d'mot� Weld . Clerk to the Bo. rd BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ve Moreno, Chair i 16 2018 2018. MEMORANDUM TO: Board of Commissioners DATE: June 19, 2018 FROM: Jay McDonald, Director of Public Works SUBJECT: Guardrail, Bridge Rail & Cable Repair Services, B1800101 The Public Works Department recommends the sole bid from Ideal Fencing Corp in the amount of $106,184.10 be accepted for Guardrail, Bridge Rail and Cable Repair Services. If you have any questions, please call me at extension 3761. M: mona:wordfiles/bids/mguardrailcablerepairservices.docx WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: rturft weldgov.com E -Mail: reverett weldgov.com E-mail: cmpetersaweldgov.com Phone: (970) 400-4216, 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: JUNE 8, 2018 REQUEST FOR: GUARDRAIL, BRIDGE RAIL & CABLE REPAIR SERVICES WITH OPTIONS FOR 2019 & 2020 DEPARTMENT: PUBLIC WORKS BID NO: #B1800101 PRESENT DATE: JUNE 11, 2018 APPROVAL DATE: JUNE 25, 2018 VENDOR TOTAL IDEAL FENCING CORP, LLC 5795 IDEAL DRIVE ERIE, CO 80516 $106,184.10 The Department of Public Works will review the bids. ry a v c e _cc . , c' ;' � co r p, cc n -t_ D6 v' jeer SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: GUARDRAIL, BRIDGE RAIL, AND CABLE RAIL REPAIR SERVICES FOR 2018 (WITH OPTIONS FOR 2019 AND 2020) PROPOSAL Pursuant to and in full compliance with all Contract Documents the undersigned Bidder hereby proposes to furnish all labor and materials and to perform all Work required for the complete and prompt execution of everything described or shown in or reasonably implied from the Bidding Documents, including the Drawings and Specifications, for the Work above indicated for the monies indicated below which includes all State, County and local taxes normally payable with respect to such Work. The amounts stated include all allowances for profit and overhead, taxes, fees and permits, transportation, services, tools and equipment, labor and materials and other incidental costs. The Bidder and all Sub -Bidders shall include in their bid all Sales and Use Tax if applicable. State of Colorado and Weld County tax shall not be included. Upon application, the State of Colorado Department of Revenue shall issue to a Bidder or Sub -Bidder a Certificate or Certificates of Exemption indicating that the purchase of construction or building materials is for a purpose stated in Section 39-26-114, CRS, and is free from Colorado State Sales Tax. EXAMINATION OF DOCUMENTS AND SITE The Bidder has carefully examined the Bidding Documents, including the Drawings and Specifications, and has examined the site of the Work, so as to fully appraise themselves of the conditions at the site and to gain a clear understanding of the Work to be executed and is thoroughly familiar with all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. PROPOSAL GUARANTEE This Bid Proposal is accompanied by the required Bid Bond of five percent (5%) based upon the Total Cost of all items required to be Bid. Weld County, Colorado is authorized to hold said Bid Bond for a period of not more than sixty (60) days after the opening of the Bids for the Work indicated, unless the undersigned Bidder is awarded the Contract within said period, in which event the Owner may retain said Bid Bond until the undersigned Bidder has executed the required Agreement and furnished the required Performance Bond, Labor & Materials Payment Bond, and Certificates of Insurance. TIME OF COMPLETION The Bidder agrees to make their best effort to complete the entire Project as soon as possible and within the time specified in the Project Special Conditions after the issuance of the Notice to Proceed subject to the CDOT Standard Specifications for Road and Bridge Construction, Section 108. EXECUTION OF DOCUMENTS The Bidder understands that if this Bid Proposal is accepted, they must execute the required Agreement and furnish the required Performance Bond, Labor & Materials Payment Bond and Insurance Certificates within ten (10) days from the date of Notice of Award. BID REQUEST #B1800101 Page 9 METHOD OF AWARD The Owner reserves the right to reject any Bid from any Bidder whom the Owner deems is unfit or unqualified to complete the Work as specified regardless of the amount of the Bid. It is understood by the Bidder how Bids shall be awarded and that should the cost of the Bid exceed budgeted funds, the Owner reserves the right to reject any or all Bids or portions of Work Bid or the use of any of the methods stated in the Instructions to Bidders to obtain the most advantageous Bid price. All bids will be reviewed by the Owner and Engineer. All mathematics will be checked and the correct total used for determining the low bidder. 2018 BID SCHEDULE 3 to fb Lt ITEM ITEM DESCRIPTION UNIT EST QTY UNIT PRICE ($) TOTAL PRICE ($) 606.01 3U) Removal and Replacement of End Anchorage (Type EA 3 1:495, c 4,465, co 606.02 Removal and Replacement of Terminal Section (Flared) EA 7 155 op I, a 6S.0c 606.03 Removal and Replacement of Terminal Section (Connector) EA 1 3uo , on 3ov • c o 606.04 Removal and Replacement of Thrie Beam Terminal Section (Connector) EA 1 3ti�.oG i(15.0O 606.04 Removal and Replacement of Thrie Beam Transition EA 1 ('30 , oo (,3c . c*G 606.05 Removal and Replacement of Low Speed Terminal (Type 3K) EA 1 zz tit . ea , 2.‘10). n C 606.06 Removal and Replacement of MSKT Terminal End Anchorage EA 5 3, 3 75. oo Ib, 75,co 606.07 Removal and Replacement of SKT Terminal EndEA Anchorage 2 ; ZTS op lo,5su.do 606.08 Removal and Replacement of Median Terminal EA 1 5, yoci.c.o 5-„t, co. a O Removal and606.09 3 W -Beam (31 (Wood 6eplacement of u 3 GuardrailGS pe )( Spacing) LF 150 3�, , �I i 5i 542.. So 606.10 Removal and Replacement of Guardrail MGS Type 3 W -Beam (31 inches) (Steel)(6'-3" Post Spacing) LF 150 yn, 7a b,o 15.00 606.11 MGS Transition from 28 -inch Guardrail (Type 3) to 31 -inch LF 50 31. 90 1,5 ic, op 606.12 Removal and Replacement of Bridge Rail Tubing LF 40 I a Z . 7o 4, 9v4 . co 606.13 Removal and Replacement of Bridge Rail Posts EA 4 s l z . eU �, z rss3 .+: 0 606.14 Removal and Replacement of Cable Rail Posts EA 3 325. Lo 575. too 606.15 Removal and Replacement of Cable Rail End Anchorages EA 3 Z cif.). (9, 270. t,G 626.01 Mobilization (Guardrail) (south of Hwy 34) EA 6 i:7u. CC 5, Lzi., 0 626.02 Mobilization (Guardrail) (north of Hwy 34) EA 1 t,3oo, o0 I,3oc,. co 626.03 Mobilization (Bridge Rail) (south of Hwy 34) EA 1 t 5y`, c :# b.5c. cK.) 626.04 Mobilization (Bridge Rail) (north of Hwy 34) EA 1 9 Sso ., c, 9 $1.i. pC 626.05 Mobilization (Cable Rail) EA 3 (aSS,oc, 1,9 LS. uo 630.01 Traffic Control — Lane Closure DAY 11 1, 5$C, o0 2.G, i3a.cc7 630.02 Traffic Control — No Lane Closure — Signs Only Day 11 90,0, uo 9,9 co, (A) TOTAL COST t o , I '4 AO o TOTAL COST WRITTEN WORDS: 0,4E ht„wAA.t.h S, x THIN h,r(1 p,.a E. H, NiNtLib Etc, -a1- t^O' t b 3 t.u42 S 4,)!N rEr4 �tr•,r BID REQUEST #B1800101 Page 10 RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed. BID REQUEST #81800101 Page 11 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. #81800101. 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, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM I€AL Co,tr?. LLL BUSINESS ADDRESS S '7 C ZI)E4L DP -Ave - CITY, STATE, ZIP CODE tiz-�C + CO S`► to TELEPHONE NO - i - Ss i t%e FAX 3e, 3 i to L - PRINTED NAME O TITLE LC,EA TAX ID # VkLE tR Strj€. T 6z- IS -to 2 -73; - SIGNATURE -� E-MAIL DAv c i �! +4 4 ry ..e t ► ••► (, C o tom. Co DATE **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 - 8, ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Steve Moreno, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B1800101 Page 12 41AIA Document A3IOTM — 2010 Bid Bond CONTRACTOR: (Name, legal status and address) IDEAL FENCING CORP, LLC 5795 Ideal Drive Erie, CO 80516 OWNER: (Name, legal status and address) WELD COUNTY, COLORADO 1111 H Street, Greeley, CO 80632 BOND AMOUNT: Five percent of amount bid. (5% of Amount Bid) SURETY: (Name, legal status and principal place of business) XL SPECIALTY INSURANCE COMPANY Seaview House, 70 Seaview Avenue Stamford, CT 06902-6040 PROJECT: (Name, location or address, and Project number, if any) Guardrail, Bridge Rail & Cable Repair This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Project Number, if any: The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and reme„„r provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so (had c t N G C rti. furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. see4,77. •"' e� 1.1g r • O,7 ys Signed and sealed this 7th day of June, 2018 = v . � (s:•. 3 O IDEAL FENC ,�y CORP LLC -IC ; O, - ,(Sear) 2017 (Witness) illdrkfess),gt- Lori Shelton Lt. Pft. 'r ANCE COMP FiAWPQ C,, .��� aS ,. or ty4•-... ••o (Title) Patric : A, Rambo, Attorney In Fact AIA Document 4310"' — 2010. Copyright O 1963, 1910 and 2010 by The American Institute of Arohteots. All rights reserved. Power of Attorney XL Specialty Insurance Company XL Reinsurance America Inc. ---402W ME PlatESE PRESENTS: Tbati(LBOiCialtylnsurentm t8lmparhy, a Oellfilialrelnstga tr with offices located at :emu auk P f$34 t,rsnd XL iteinsuranaAffibiOiln&&atican Ycrkhisurence corifibnflatMffiettS, at 10 Seaview Avenut: cry .11690Z, ssiriffeW nominate, constitute, tr oil Patricia A. Rambo, Kimberly A. Sher oty Sam Owens, Joanne C. Wring, Jagwnda S. Aladin, Elizabeth Mane % Mayne G. M eVaueb, Maureen McNeill THIS IS NOT A Be3h10 N lAkft LIMITED POWER OF ATTORNEY XL1 526332 aidsM trhal iltd leviful Attorney(s)-in-fact to make, execute, attestseal and delver for and on Its , as ._ , and as its act and deed, where _ -- oeq'hod dAy7 �d. yjk�nds and undertakktgs:kstha lstt$ the penal seremenione Wit, y event to exceed , - 3ildt bondihand undertakings, when duly 2rtfaslitedbtcthe aforesaid Attorney (s) - shad be-bin�iq upon each said Company asrEiilfy aoc same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed well is corporate seal. The Power of Attorney Is granted and Is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of each of the Companies on the 26th day of July 2017. _111600 90,, that Gay Kaplan, Daniel Rlordan,.tMI'Du6ar , Gregory $oat and Kevin Mch harebLrappolfted'bythe Board as authodl i&f ttfFc pi►h iiiGiir *and on behalf oftMP ny any and.iibends undertallesaaritactiror of ns:tn surety or co -soil* sifi th ih� oorimy Aaistant Secretary iWthiKolfl tan% be.end'lhat ends of them lietellyikkithritiaitriTcreesi i re execution of JAVAN unde,tald gs, contracts or obligations in surety or -CS -surety and attach thereto the corporate 3eal of the Company. RESOLVED, FURTHER, that Gary Kaplan, Daniel Riordan, Maria Duhart, Gregory Boal and Kevin Mlrsch each Is hereby authorized to execute powers of attorney qualifying the attorney named In the given power of attorney to execute, on behalf of the Company, bonds and undertakings in surety or co - surety with ath an hthat the Secretary or any Assistant Seaeryr ottw Company be, and that each of them Whereby authorized to attest the e o t ofr sy suidt power of attorney, and licte cittfieretoiiihhee t notate seal of the C�ItI{td0 RESOLLEA FUB.1f�:thatthe *Mature of suds affkeee:na ned'ki tFe preceding resahI mefththeEWpSrataseaTof the Company mpy aMsttd Sucispdaffirs of attorney or to any certificate relatinlg"the elto by facsimile, and any such power cif 'attorney or certificate bearing suds faWtilialigtaTures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any band, undertaking, contract or obligation In surety or ca - surety with others to which it Is attached. IN WITNESS WHEREOF, the XL SPECIALTY INSURANCE COMPANY las causu_d Is corporate seal to be hereunto affixed and these resents to he __signed by its duly aorized officers this November-8th,.201fi." ii SP- ECIALTY INSURANCE COMPANY (7, �> By: X7}-9 Cr^_OTr, gas '/ICE'%RES:D€NT Attest: j�Lati_, STATE OF PENNSYLVANIA Kevin M. Mlrsch, ASSISTANT SECRETARY COUNTY OF-ttESTER - On this 8th dayteF ber, 2017, before lino Pe Sarrla_fr {ory-loar to meluloviii, who, bektg.duly:sevdrfb did depose and•say: tl�atF talcs , prelN entoEXC-SPECIALTY INSURANCE COMPANY, d a:111 and which executed` Icabove instrument -that he knows the seals aSaitt:Conbame that the seats affixed to the aforesaid instrument are such corporate seals and were affixed thereto by order and authority of the Boards ofDirectors of said Companies; and that he executed the said instrument by like order. COMMONW2AIr►c OR PENNSYLVANIA NOTARIAL:VIAl r. y Raba -ail C 8haslubcNotary Public 11h�ItM1i 31aP atibRIF-County MyCemrmlu tAkciidifiiAMU ta, 2020 ec .r C Shalhoub, NOTARY -PUBLIC= tUIER eilklUYVMe* AISOCArroa Or M0T+IE _ - SB0042 COUNTY OF CHESTER St TeoF PESINSYI VANIA COUNTY OF CHESTER I, Kevin M. Mirsch, Assistant Secretary of XL SPECIALTY INSURANCE COMPANY, a corporation of the State of Delaware, do hereby certify that the above and fggeing is a MN, true and correct copy of a Power of Attorney Issued by said Companies, and that I have compared same wail the a CorrKt transcript tttttRlteas ae whole of the eddelei and-thatle4:thettlifkatild Folmar of Attorney is st I In Extort, vt . I"l Kevin M. MI IN WITNESS WHEREOF, XL REINSURANCE AMERICA INC. has caused Its corporate seal to be hereunto affixed, and these presents to be signed by Its duly authorized officers this Bth day of November, 2017. INSURANCE AMERICA -NC Gregory Boat, VICE PRESIDENT On this 8th day of November, 2017, before me person. *y came Gregory Beal to me known, who, being duly morn, did depose and say: that he Is vice President of XL REINSURANCE AMERICA INC., described In and which executed the above instrument; that he knows the seal of said Corporation; that the seal jj eressld yetrurrg.iS B[b corporate said and was affixed thereto by order ancriPaterkg the Board of Ohestasof saldCaporalfpn, and that etrumenCbLtt 81d WEALTH OP PENNIEYL4t1N6 NOTARIAL SEAL Rebecca C. Shalhoub. Notary Public Uwchlan Trap,. Chester Courtly My Commission Expuea April 2j. 2020 tcowl 'uillsev*wa tiuectl'wb CE NOVA STIFTEOF RENN VANIA `COUNTY CAF CHESTER I, Kevin M. Minch, Assistant Secretary of XI. REINSURANCE AMERICA INC. a corporation of the State of New York, do hereby certify that the person who executed this Power d Attorney, with die rights, reepectively of XL REINSURANCE AMERICA INC., do hereby certify that thee and forgoing is a full, true tr _ RebeCca C. `Aa+nu„ , ..€c —IR„ 2I,r8U., and.. W[rect copy of a Power of Attorney tssuetby sald,Carporation, and that t have compared sane wine origins. and . at th. , aft} Q7 the whole orl Lhat fie mid Pima of Attorney Is t ll MIA- force and.M.ct antnas not OP, ' Ira lrenunWie4hiy„ aifbxed Me seal af'pbp rotperstfon,-.at the`City of E This Power of Attorney may not be used to execute any bcnd with an Inception date after November 8, 2023 SB0SJl LrlevM. FIlrsch, ASSISTANT SECRETARY THIS DO VP NT IS PRINTED ON A I$LU BA6KGROUND SB0042 Fenn W-9 (Rev. December 2014) nemImam of Treasury Monet Revenues Sery 1 Name (as shown on your into IDEAL FENCING 2 entity name. if ditiorent from IDEAL FENCING CORP, LLC 3 Check appropriate box for federal tax classification; check only one of the following seven boxes: 0 Individual/We proprietor or 0 C Corporation 0 S Corporation 0 Partnership 0 Trust/estate singte'mernber U.C ❑ Limited tebWty company. Enter the tax classecatlon (C==C corporation, S=8 corporation, Pepartnership) ► For a that is disregarded, do not check LLC; check the appropriate box In the line above for the tax eh:ossification of the single -member owner. 0 Other (see Instructions) ► !! Address (number. street end apt. or suite no.) 5795 IDEAL DR I City. Mate. and ZIP code ERIE, CO 80516 (WELD COUNTY) 7 Lid account number(.) hers Request for Taxpayer identification Number and Certification tax return) Name is requited on this In. do not leave this Give Form to the requester. Do not send to the IRS. Requester's name 4 Exemptions (Fodes�pfy only to certain entitles, rot Ind�ls; see fnat uctione on page 3): Exempt payee code (If any) Exemption from FATCA reporting code Of any) (Aqwo lasoiargsmenlrrwatl ra U.S.I and address (a peril i Eng Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided most match the name given on Ins 1 to avoid backup withholding. For individuals, title Ni generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity. see the Part I instructions on page 3. For other entities, it is your employer idertifIcation number (EINR. It you do not have a number, see How no get a TIN on page 3. Note. If the account is in more than one name. see the instructions for line 1 and the chart on page 4 for guidelines on whose number to enter. Social number or I Employer leereeiketloe number 8 2 1 5 6 2 3 5 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. lam not subject to backup withholding because: (a) lam 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 (q) the IRS has notified me that I em 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 coda(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 ere currently subject to backup withholding because you have felled to report all Interest and dividends an your tax return. 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. Signature of ( ' US.person► 714'*4./&dale Sign Here General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. Information about developments affecting Form W-9 (such as legislation enacted after we Weise It) is at www.iagovMr9. Purpose of Form An individual or entity (Form W-9 requester) who a required to file an information return with the IRS must obtain your Correct taxpayer Identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (RIN), adoption taxpayer Identification number WIN), or employer identification number (EM), to report on en information return the amount paid to you. or other amount reportable on an information return. Examples of information returns include. but are not limited to. the following: • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual hinds) • Faun 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099.8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) Date► Iota loo' 7 • Form 1098 (home mortgage Interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W9 only if you are a U.S. person (including a resident ellen), to provide your correct TIN. if you do not ratan Fenn W-9 to The tequesterwfth a TIN, you might be subject to backup withholding. See Whet is backup *Hhhafdo¢? on page 2. By signing the filled -out form, you: 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 it you area U.S. exempt payee.applicable, you are atso if anycertifying partnership Income from a U.S. trade business a not allocable share of the withholding sex on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on thin form (if any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting? on page 2 for further Information. Cat. No, 10231X Form W-9 (Rev. 12-2014) �1 ..oRa® CERTIFICATE OF LIABILITY INSURANCE CATE,MM/DD/VYYY) 07/03/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed- If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Services Central , Inc. Philadelphia PA Office One Liberty P1 ace 1650 Market Street Suite 1000 Philadelphia PA 19103 USA CONTACT NAME: (NBC. No.EXU: (8h6) 283-7122 �.Nof (3C0) 363-0100 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC 8 INSURED Ideal Fencing Corp.. LLC 5795 Ideal Drive Erie CO 80516 USA INSURER A: Ironshore Specialty Insurance Company 25445 INSURERS: Liberty Mutual Fire Ins Co 23035 INSURER C: The First Liberty Insurance Corporation 33588 INSURERD: The North River Insurance Company 21105 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570072188061 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS Limits shown are as requested INSR L R TYPE OF INSURANCE ADDC WM SUER 4WD POLICY NUMBER POLICY!YEYF)'Fy! (�IAM(Qq -0i (MPO�IL(qICY EXP1 5 X COMMERCIAL GENERAL LIABILITY V Y TB2Z51291959018 03/11/L 016 03733LIMITS /31/201 EACH OCCURRENCE $1,000,000 CLAIMS -MADE Ell OCCUR DAMAGE 76 RENTED PREMISES fEa necu.�ence) 5100,000 MED EXP ;Any one person) 55,000 PERSONAL.1AOV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES °ER . GENERAL AGGREGATE $2,000,000 POLICY X JECT PRO -X 1 LOC PROOLCTS - COMP/OP AGG 52,000,000 OTHER a AUTOMOBILE LIABILITY Y Y AS2-151-291959-028 03%31/2016 03/31/2019 COMBINED SINGLE '_IMIT IEa accident 51,000,000 X ANY AUTO BODILY INJURY, Per person) O OWNED SCHEDULED BODILY INJURY (Per accident A AU'OS ONLY HIRED AUTOS ONLY — AUTOS NON -OWNED AUTOS ONLY PROPERTYDAMAGE jeer accident) D X UMBRELLALIAB X OCCUR 5811103386 03/31/201.8 03/31/2019 EACH OCCURRENCE $5,000,000 EXCESS LIAR CLAIMS -MADE AGGREGATE 55,000,000 DED I IRETENTiON C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY v wc6z51291959048 03/31/2018 03/31/2019 X _ iF PEROTH- T ER YIN ANY PROPRIETOR / PARTNER / EXECUTIVE N N / A E.U. EAO' ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUOEO7 (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE 51, 000, 000 II yes, describe under DESCRIPTION OF OPERATIONS below E L DISEASE -POLICY LIMIT 11,000,000 A Env Site Liab 002756300 Claims -Made 10/01/2017 04/29/2019 Aggregate Deductible $5,000,000 $25,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Project: weld county Project 81800101, Guardrail Services, IFC# 18-101. Weld County, its officers, agents and employees are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. General Liability policy evidenced herein is Primary and Non-contributory to other insurance available to Additional Insured, but only in accordance with the pol icy's provisions. A waiver of subrogation is granted in favor of Certi ficate Holder in accordance with the policy provisions of the General Liability, Automobile Liability and workers' compensation policies. Umbrel'a Liability policy is Follow Form to the underlying policies. Should General viability and workers' Compensation policies be cancelled before the expiration date thereof, the policy provisions will govern how notice of CERTIFICATE HOLDER CANCELLATION weld County 1150 0 Street, Rm. No. 107 Greeley CO 80631 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE MALL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE a.)4 . c�.arCLG^ e old l �d�faG ��Fa ACORD 25 (2016/03) ©1968-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Holder Identifier : ACC?RCJI° AGENCY CUSTOMER ID: 570000068481 LOC #: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY Aon Risk Services Central, Inc. NAMED INSURED Ideal Fencing Corp., LLC POLICY NUMBER See Certificate Number: 570072188061 CARRIER See Certificate Number: 570072188061 NAIC CODE EFFECTIVE DATE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Additional Description of Operations I Locations i Vehicles: cancellation may be delivered to certificate Holder in accordance with the policy provisions of each policy. ACORD 101 (2008101) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. POLICY NUMBER:TB2-Z51-291959-018 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: Name Of Additional Insured Person(s) Or Organization(s): 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SCHEDULE Location(s) Of Covered Operations All persons or organizations with whom you have entered into a written contract or agreement, prior to an "occurrence" or offense, to provide additional insured status. All locations as required by a written contract or agreement entered into prior to an "occurrence" or offense. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 10 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: T62 -Z51-291959-018 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. Name Of Additional Insured Person(s) Or Organization(s): B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SCHEDULE All persons or organizations with whom you have entered into a written contract or agreement, prior to an "occurrence" or offense, to provide additional insured status. Location And Description Of Completed Operations All locations as required by a written contract or agreement entered into prior to an "occurrence" or offense. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 37 04 13 ©insurance Services Office, Inc., 2012 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 04 13 (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: TB2-Z51-291959-018 COMMERCIAL GENERAL LIABILITY CG 02 24 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days' Notice 90 (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in paragraph 2. of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. CG 02 24 10 93 Copyright, insurance Services Office, Inc., '992 Page 1 of 1 Policy Number TB2-251-29.1959-018 Issued by Liberty Mutual Fire insurance Company Item 15. Waiver Of Right Of Recovery By Written Contract Or Agreement The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Commercial General Liability Conditions: We waive any right of recovery because of payments we make under this policy for injury or damage arising out of your ongoing operations or "your work" included in the "products -completed operations hazard" that we may have against any person or organization with whom you have agreed in a written contract or agreement to waive your rights of recovery but only if the "bodily injury" or "property damage" occurs, or offense giving rise to "personal and advertising injury" is committed subsequent to the execution of the written contract or agreement. LC 04 57 01 17 © 2016 Liberty Mutual Insurance Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc., with :ts permission. POLICY NUMBER:AS2-Z51-291959-028 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization whom you agreed in writing as an additional insured, but only for the coverage and minimum limits of insurance required by the written agreement, and in no event to exceed either the scope of coverage or the limits of insurance provided in this policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 u Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER AS2-Z51-291959-028 Issued by Liberty Mutual Fire Ins Co WAIVER OF SUBROGATION Paragraph A,5, in SECTION IV - BUSINESS AUTO CONDITIONS does not apply to any person or organization where the Named Insured has agreed, by written contract executed prior to the date of "accident", to waive rights of recovery against such person or organization. XXIII. AC 84 07 11 17 © 2017 Liberty Mutual Insurance Includes copyrights!, material o₹ Insurance Services Office_ Inc . with its permission. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Where required by contract or written agreement prior to loss and allowed by law. In the state of Colorado the premium charge is 2% of the total manual premium, subject to a minimum premium of $100 per policy. Issued by The First Liberty Insurance Corporation 27359 For attachment to Policy No. WC6-Z51-291959-048 Issued to Ideal Fencing Corporation, LLC WC 00 03 13 Ed. 04101/1984 Effective Date Premium $ © 1983 National Council on Compensation Insurance. Page 1 of 1 NOTICE OF CANCELLATION TO THIRD PARTIES A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule below. We will send notice to the email or mailing address listed below at least 10 days, or the number of days listed below, if any, before cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. Name of Other Person(s) / Organization(s): Schedule on File with the Company Schedule Email Address or mailing address: Number Days Notice: 30 All other terms and conditions of this policy remain unchanged. Issued by The First Liberty Insurance Corporation 27359 For attachment to Policy No. WC6-Z51-291959-048 Issued to Ideal Fencing Corporation, LLC WC 99 20 75 Ed. 12/0'1/2016 Effective Date Premium $ 2016 Liberty Mutual Insurance Page 1 of 1 MEMORANDUM TO: Board of Commissioners DATE: June 19, 2018 FROM: Jay McDonald, Director of Public Works SUBJECT: Guardrail, Bridge Rail & Cable Repair Services, B1800101 The Public Works Department recommends the sole bid from Ideal Fencing Corp in the amount of $106,184.10 be accepted for Guardrail, Bridge Rail and Cable Repair Services. If you have any questions, please call me at extension 3761. M: mona:wordfites/bids/mguardrailcablerepairservices.docx Wcts- ac71$-1308 £ t 0075 WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: rturf( weldgov.com E -Mail: reverettweldgov.com E-mail: cmpeters(a�weldgov.com Phone: (970) 400-4216, 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: JUNE 8, 2018 REQUEST FOR: GUARDRAIL, BRIDGE RAIL & CABLE REPAIR SERVICES WITH OPTIONS FOR 2019 & 2020 DEPARTMENT: PUBLIC WORKS BID NO: #B1800101 PRESENT DATE: JUNE 11, 2018 APPROVAL DATE: JUNE 25, 2018 VENDOR TOTAL IDEAL FENCING CORP, LLC 5795 IDEAL DRIVE ERIE, CO 80516 $106,184.10 The Department of Public Works will review the bids. 2018-1808 oo i5"
Hello