Loading...
HomeMy WebLinkAbout20111422.tiff RESOLUTION RE: APPROVE AGREEMENT FOR PROFESSIONAL SERVICES AND AUTHORIZE CHAIR TO SIGN - COMMISSION NOW, LLC, DBA THE GREELEY GOPHER WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with an Agreement for Professional Services between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Human Services, Area Agency on Aging, and Commission Now, LLC, dba The Greeley Gopher, commencing July 1, 2011, and ending July 1, 2012, with further terms and conditions being as stated in said agreement, and WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Agreement for Professional Services between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Human Services, Area Agency on Aging, and Commission Now, LLC, dba The Greeley Gopher be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreement. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 6th day of June, A.D., 2011. BOARD OF COUNTY COMMISSIONERS `,` • / ELD COUNTY, COO ADO ATTEST: - 18'� ;iO ara Kirkmeyer, 9thair Weld County Clerk to the BoFri P BY: ��/ S ( ; \ an P Co ay, Pro-Tem y �� \ Deputy Clerk to the Board !/ ,� Will am F. Garcia APP AS TO RM: EXCUSED � David E. Long ounty Attorney = A! glas ademache` Date of signature: .101// dOkj 4 S;., t CC HsD �U �p -LP 1 1 (p Ile -1 / 2011-1422 HR0082 MEMORANDUM 1 8 6 1 - 2 0 1 1 DATE: May 27, 2011 ^1 TO: Barbara Kirkmeyer, Chair, Board of County CommiOsionars T EL DC UN T Y 1 y� FROM: Judy A. Griego, Director, Department of nman ervice RE: Contract between Weld County Board of County Commissioners, Weld County Department of Human Service's Area Agency on Aging and The Greeley Gopher Enclosed for Board approval is the proposed contract for the Senior Nutrition Program Meal Delivery Services between Weld County Department of Human Services' Area Agency on Aging and The Greeley Gopher. The Board approved the bid (Bid No. B 1100071) for these services on June 6, 2011. The Greeley Gopher will deliver Senior Nutrition meals, administrative items, meal site supplies, locked moneybags and cash to various senior centers, community centers and senior housing complexes under the Older American's Act Program. The amount of this contract for services is Six Thousand Four Hundred and Eighty ($6,480.00) Dollars per month. Charges will be based on the time actually spent performing the services, but may include additional compensation of$1.80 per mile if a change in service is required. A surcharge may be charged as a percent added to the base rate with an estimated "worst case" surcharge of approximately $500 per month. The term of this Agreement is for one (1) year beginning July 1, 2011, with an option to extend for up to three additional years with all terms and conditions remaining the same. If you have any questions, please give me a call at extension 6510. AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made by and between the County of Weld, State of Colorado,whose address is 915 10th Street, Greeley, Colorado, 80631 ("County"), and Commission Now, LLC, dba The Greeley Gopher whose address is 1011 37`h Avenue Court, Suite 101-B, Greeley, CO 80634, ("Contractor"). WHEREAS, County desires to retain Contractor as an independent contractor to perform services as more particularly set forth below; and WHEREAS, Contractor has the time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises and covenants contained herein,the parties hereto agree as follows: 1. Engagement of Contractor. County hereby retains Contractor, and Contractor hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Term. The term of this Agreement shall start on July 1, 2011 for one(1)year with an option to extend for up to three additional years with all terms and conditions remaining the same. Renewal shall be by mutual consent in writing. 3. Services to Be Performed. Contractor agrees to perform the Services listed or referred to in Bid No. B1100071, dated April 21, 2011, and Contractor's submitted bid dated May 16, 2011 (Exhibit A), attached hereto and incorporated herein. 4. Compensation. a. County agrees to pay Contractor for services performed as set forth on Exhibit A at the base rate of Six Thousand Four Hundred and Eighty($6,480.00) Dollars per month. Charges shall be based on the time actually spent performing the services, but may include additional compensation as detailed below in paragraph b. b. A fuel surcharge may be charged as a percent added to the base rate per Alternate No. 3 Contractor's Appendix D, Fuel Surcharge Allowance Schedule. Alternate No. la and lb are authorized by the County if a change in service is required. Contractor shall not be paid any other expenses unless set forth in this Agreement. c. Payment to Contractor will be made only upon presentation of a proper claim by Contractor as stated in Bid No. B1100071, "Invoicing Requirements",page 14. d. Payment for services and all related expenses under this Agreement shall not exceed the parameters as stated in Exhibit A, Appendix B, including Alternates No. la, lb and 3 (Appendix D). 1 5. Additional Work. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement. 6. Independent Contractor. Contractor agrees that Contractor is an independent contractor and that neither Contractor nor Contractor's agents or employees are, or shall be deemed to be, agents or employees of the County for any purpose. Contractor shall have no authorization, express or implied, to bind the County to any agreement, liability, or understanding. The parties agree that Contractor will not become an employee of County,nor is Contractor entitled to any employee benefits from County as a result of the execution of this Agreement. 7. Warranty. Contractor warrants that services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. 8. Reports County Property. All reports,test results and all other tangible materials produced in connection with the performance of this Agreement,whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 9. Acceptance of Product not a Waiver. Upon completion of the work, Contractor shall submit to County originals of all test results,reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the work. Acceptance by the County of,or payment for, any services performed 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. 10. Insurance and Indemnification. Contractor shall defend and indemnify County, its officers and agents, from and against loss or liability arising from Contractor's acts, errors or omissions in seeking to perform its obligations under this Agreement. Contractor shall provide necessary workers' compensation insurance at Contractor's own cost and expense. 11. Termination. Either party may terminate this Agreement at any time by providing the other party with a 10 day written notice thereof Furthermore,this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. In the event of an early termination, Contractor shall be paid for work performed up to the time of notice and County shall be entitled the use of all material generated pursuant to this Agreement. 12. Non-Assignment. Contractor may not assign or transfer this Agreement, any interest therein or claim there under, without the prior written approval of County. 2 13. Access to Records. County shall have access to Contractor's financial records as they relate to this Agreement for purposes of audit. Such records shall be complete and available for audit 90 days after final payment hereunder and shall be retained and available for audit purposes for at least five years after final payment hereunder. 14. Time of Essence. Time is of the essence in each and all of the provisions of this Agreement. 15. Interruptions.Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that party's address as stated above. 17. Compliance. This Agreement and the provision of services hereunder shall be subject to the laws of Colorado and be in accordance with the policies,procedures, and practices of County. 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. Certification. Contractor certifies that Contractor is not an illegal immigrant, and further, Contractor represents,warrants, and agrees that it has verified that Contractor does not employ any illegal aliens. If it is discovered that Contractor is an illegal immigrant, employs illegal aliens or subcontracts with illegal aliens, County can terminate this Agreement and Contractor may be held liable for damages. 20. Entire Agreement/Modifications. This Agreement contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation, representation, and understanding 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. 21. Funding Contingency. No portion of this Agreement shall be deemed to create an obligation on the part of County to expend funds not otherwise appropriated or budgeted for. 22. No Conflict. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable, 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. 24. Governmental Immunity. No portion of this Agreement shall be deemed to constitute a waiver of any immunity the parties or their officers or employees may possess. 3 25. 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. IN WITNESS WHEREOF,the parties have executed this Agreement as of the date and year written below. BOARD OF COUNTY COMMISSIONERS 3wCONTRACTOR: D COUNTY,CO RADO ( Commission Now, LLC, dba The Greeley Gopher l/ /� 1011 37th Avenue Court, Suite 101-B j� ��r� Greeley, CO 634 y- Barbara Kirkmeyer Chair JUN 0 6 2011 By: Mark Laux Title: /t{E,tit*trR Mbh'1ere-7-- ATTEST:_ Date: a���I ;OW Weld County Clerk to the Board �, 1; f /,�` / //. Deputy Clerk /the Board � �io101 `n.ttst ?;`!c 00I WELD COUNTY DEPARTMENT OF HUMAN SERV CES dy A. Gri o, Direc WELD COUNTY AREA AGENCY ON AGING ���d Eva M.Je I, vision Head 4 Sri/—/Y41 Department of Purchasing 915 10th Street P.O. Box 758 Greeley, Colorado 80632 Bidder must notify the Department of Purchasing of any irregularities or inability to meet the suggested minimum specifications no later than five days before bid opening. Any bids received without blanks being completed in detail will not be considered. I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes. I further certify that the products offered for intended use by Weld County will meet all specifications it has so indicated on this bid form. DOES YOUR BID MEET SPECIFICATIONS? YES X NO ALL OR NOTHING BID? X PARTIAL BID? FIRM: Commission Now, LLC, dba The Greeley Gopher BY: Mark Laux BUSINESS ADDRESS: 1011 37th Avenue Court, Suite 101-B DATE: 05/16/11 CITY, STATE, ZIP CODE: Greeley, CO 80634 EMAIL: markanthegreeleygopher.com TELEPHONE NO: 970-339-5699 FAX: 970-797-6370 TAX ID#: 65-1213029 Proposal for Senior Nutrition Program Meal Delivery Services 1. Program Name Senior Nutrition Program Meal Delivery Services 2. Applicant or Firm Name Commission Now, LLC, dba The Greeley Gopher 3. Firm Qualifications a. Type of organization, size, professional registration and affiliations. Structured as a limited liability company in December of 2003, Commission Now, LLC, through its trade name, The Greeley Gopher, has sought to establish itself as Northern Colorado's Premier Courier. To that end, the company has serviced some 400+ customers. As of May 2011, many of our initial customers are still with us. We are currently staffed at 4 to 5 drivers, as well as 1 to 2 office personnel. We are members of MCAA (Messenger Courier Association of America). MCAA is the same day courier industry's trade organization. Commission Now, LLC is registered under the laws of the State of Colorado as a limited liability company and is in good standing as of 05/17/2011. Included with this proposal is a copy of our Certificate of Good Standing (Appendix C). Commission Now, LLC drivers are employees, not independent contractors. This is important for Weld County in that it reduces its liability exposure. We maintain workers compensation, unemployment insurance and payroll taxes for all employees. b. Names and qualifications of personnel to be assigned as management to this project. Project management will be conducted by Mark Laux, a founding partner of Commission Now, LLC. Mr. Laux received his Bachelor's Degree in Accounting from Regis University in 1985. For the past 17 years, he has been involved in the courier industry in many different capacities. He has been an employee driver, as well as an independent contractor for both small and large courier companies. Additionally, he oversaw the deployment and management of 35-40 drivers for a start-up, same day parts delivery company in Denver. His efforts, under the direction of the general manager, resulted in the company being successfully sold to a national competitor. c. Outline of recent project(s) completed that are related to this type of project. Commission Now, LLC currently serves CDI Head Start serving Weld County. We are responsible for the timely delivery of freshly prepared meals to Head Start facilities throughout Weld County. Our contract has been renewed each successive year after beginning in 2008. The current bid project for the Weld County Area Agency on Aging, Senior Nutrition Program Meal Delivery Services, closely resembles the Head Start Program that we have been servicing for several years. One different aspect between the projects is the handling of money via locked donation money bags. We do not handle money for the Head Start Program. However, we do have experience with locked money bags on a daily basis with other customers. Over the course of several years handling money on a daily basis, we have never had one incident or claim concerning the handling of money entrusted to us by our customers. d. Qualifications of Contractors, subcontractors, or joint venture firm, if appropriate. N/A e. Client reference from recent related project. Ms. Amber Arens, Health and Nutrition Specialist CDI Head Start Serving Weld County 710 11th Avenue, Suite L90 PO Box 939 Greeley, CO 80632 970-515-6664, Ext. 106 aarens@weldcohs.org 4. Understanding of and Approach to the Project a. Summary of approach to be taken. Overall, our approach involves communicating with our customer at all times. For this project, we will be working closely with kitchen personnel. Currently, for the Head Start Project, we have an excellent rapport with kitchen personnel. The lines of communication are open both ways. We are very flexible and responsive. Our attitude has always been "to get the work done first and worry about the details later." An example of this would be if the kitchen were to need an additional delivery outside of the scope of work. Time is of the essence concerning food meal deliveries. Our first reaction is to always attempt to complete what is being asked of us in the most timely and efficient fashion possible under the circumstances. Conversely, if we are experiencing vehicle problems, we keep everyone updated as soon as we know of the situation. We also have back-up vehicles and personnel to be utilized when the need arises. We will offer our ideas to solve the problem and are always open to the suggestions of our customers as well. To summarize, our overall approach is one of collaboration. b. Description of the organization and staffing to be used for the project. Investment on the part of Commission Now, LLC, in terms of both personnel and equipment will be required in order to satisfactorily meet the requirements of this project. Our bid reflects any and all capital expenditures on our part and is all inclusive. c. Indication of information and participation the proposer will require from County staff. Our experience with food delivery over the past several years has shown us how critical it is to have schedule changes, time adjustments, route re- alignments, etc. brought to our attention as soon as possible. County and kitchen staff are vital to us in this regard. We have the experience and resources to handle any situation, when it is brought to our attention. d. Indication of time frame necessary to complete the plan review once a Notice to Proceed is issued. We believe that 20 to 25 days would be sufficient time for us to get started. 5. Insurance and Supplemental Requirements Enclosed with this bid are the following: • A copy of our general liability insurance. We are in the process of naming Weld County, its elected and appointed officials, and employee's as additionally insured. (Appendix A) • A copy of our automobile liability insurance. (Appendix B) • A copy of our Certificate of Good Standing from the State of Colorado. (Appendix C) COUNTY OF WELD, STATE OF COLORADO, BY AND THROUGH ITS DIRECTOR OF FINANCE &ADMINISTRATION SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES The undersigned bidder hereby declares and represents that she/he; a) has carefully examined and understands the Bidding Documents, b) has not received, relied on, or based his bid on any verbal instructions contrary to the Bidding Documents or any addenda, c) has personally investigated and is familiar with the program requirements, and hereby proposes to provide all drivers, vehicles, and items as required to perform, in a professional manner, all work and services for the successful completion of all requirements as referenced in the scope of work, all in strict accordance with the Bidding Documents prepared by Weld County Area Agency on Aging for the Senior Nutrition Program and dated: April 21, 2011. TOTAL BASE BID: For all work required by the Bidding Documents to complete APPENDIX B for the monthly base rate sum of: Six thousand four hundred and eighty dollars ($ 6,480.00) ALTERNATE BID ITEMS - ADD/DEDUCT ALTERNATES: Bidders are requested to provide alternate bid pricing in accordance with the Contract Documents. Submit add, deduct or no change adjustments to the Base Bid Price. Alternate No. 1a: Per mile charge to ADD deliveries or additional meal sites to contract resulting in additional miles to established route for the per mile sum of: $ 1.80 per each additional mile added. Alternate No. 1b: Per mile charge to deliveries or meal sites resulting in a deduction of miles to established route for the per mile credit of: $ 1.80 per each deducted mile. Alternate No. 2: Provide monthly rate for Contractor suggested cost saving alternative route for meal delivery if applicable. Please attach details. Alternate No. 3: Contractor will be submitting a request for fuel surcharge allowances. YES X NO NAME OF BIDDER: Commission Now, LLC, dba The Greeley Gopher ADDRESS OF BIDDER: 1011 37th Avenue Court, Suite 101-B Greeley, CO 80634 NAME OF AUTHORIZED SIGNATORY OF BIDDER: Mark Laux TITLE OF AUTHORIZED SIGNATORY OF BIDDER: President-Member Manager SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER DATE: 05/16/2010 APPENDIX A General Liability Insurance APPENDIX B Automobile Liability Insurance APPENDIX C Certificate of Good Standing APPENDIX D Fuel Surcharge Allowance Schedule Appendix A �,,,N OP ID:JM ,4tcoRv' CERTIFICATE OF LIABILITY INSURANCE DATE(MM10 05105!/1111 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 pollcy(ies)must 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 877-862.4755 C0NTACTNAH Jean McNamara Courier Division E' Brightstone Insurance Services llI� NooE.,IN 440-280-1012 ;Net.440-260-0218 _._.. 146 Huguenot St 1 EbR New Rochelle,NY 10801 ADD Ess: mcnamara�brlghestonelns.com Bryan Ice cueTg RlortCOMMi_2 — ...__. INSURER(S)AFFORDING COVERAGE _ INSURED Commission Now,LLC NAIC0 �'1 INSURER A;AIterra S�ecialt�rinitlrinee CO j33 3189 1011 37th Avenue Court,Suite INSURER a: Greeley,CO 80634 ._. INSURER C' ' ._._. INSURER D: INSURER E: INSURER F F. COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY 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. -"'-- TYPE OF INSURANCE -....�-_F- '₹DE1EYEFF RATCY-EXIT UMrr5 �. CM iINSR IWYD POLICY NUMBER !(MM/DONYYY)I(MMIDOfl'YYY1! j GENERAL LWEIUTY I I j I EACH OCCURRENCE ;$ 1,000,000 orsau A L (00MAFINCIAL GENERAL LIABILITY } MAX013302000748 12101/10 12!01111 b To � 's 100,000 1 I E i_PREMiSESigaoccumnoe)._t CLAIMS-MADE ;X`:OCCUR I I I iMEDEXP(Any one person) S - 6,000 ~" I X:51,000 Bl/PD Dad _ ; ; PERSONAL a ADv INJURY S 1.00,000 Lj 'I t GENERAL AGGREGATE IS 2,000,000 GENT AGGREGATE LIMB APPUES PER I I I ! i ;PRODUCTS•COMP/CP AGO;S 2,000,000 X .POLICY JET ,LOC i S.. ^j AUTOMOBILE LIABILITY COMBINED SINGLE UNIT I ANY AUTO I(F2=Sent) .S- _--- ...-.,........ i • i i BODILY INJURY(Per wan) I S 'ALL CAMEO AUTOS I--, I BODILY INJURY(Par=dial)I S � SCHEDULED AUTOS I I i IPROPERTY DAMAGE IS -�- / HIRED AUTOS I I I 1 I(Per accwrra) __._.... • 'L.a NOI'LfJNNEO AUTOS I )+ I �_._..._ $ i ' i i f :5 i_j UMURELLA UM :_.i OCCUR 1 i EACH OCCURRENCE 5 r... FJlCE5S UAa ;CLAIMS.MADEi ! I AGGREGATE _ ;I ._. `1 DEDUCTIBLE 1 S ; RETENTION S ' I S I WORKERS COMPENSATION ' ' ) i 'AC STAT - µ I AND EMPLOYERS'LIABILITY YIN I I y_,)TORYLIM!T _ - ANY PROPRIETORIPARTNERJEXECUTIVE iA I I E.L.EACH ACCIDENT IS _.... .._-.__._..._.._......_. .OFF'CER/MEMBER EXCLUDED? N/ I I I (Mandatory In NH) I E.L DISEASE-EA EMPL S Hyes.oexnbe urger ! ___..• __.....__. i DESCRIPTION OF OPERATIONS below i !E.L.Dino-''IF•POLICY LIMIT S A Employee Dishonest ifMAX013302000748 12/01/10 12/01/11 •Crlms 50,000 i . j ;Deduct. 1.000 101137th Avenue C urt,LOCATIONS U to 101 VEHICLES eeeley,AGGRO kbr al Remark,Schedule,if more apace In required) CERTIFICATE HOLDER CANCELLATION 0000000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE FOR INFORMATION PURPOSES THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ONLY ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 01988-2009 ACORD CORPORATION. All rights reserved. ACORD 26(2009/09) The ACORD name and logo are registered marks of ACORD Appendix B OP ID:JM A`C'4(7), CERTIFICATE OF LIABILITY INSURANCE °A'02/24/11 ' 02!24111 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 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 877-862-4755 N CT Jean McNamara Brlghtstone Insurance Services Administrative Office PHONNE,E5)440-260.1012 11,)_440-260-0218 145 Huguenot St ADDRL mcnamara@brightstonelns.com htstonelns.com New Rochelle,NY 10801 ADDRESS: g Bryan Ice CUSTQMER COMMI-2 cUsroaaR ID f. .�. _ INSURER(S)AFFORDING COVERAGE MAC I INSURED Commission Now,LLC INSURERA:Nova Casualty Company 42552 Mark Laux INSURER 1011 37th Avenue Court,Suite Greeley,CO 80634 INSURER C: - INSURERO: -._ . _ , INSURER E: INSURER F: I 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. IwsR 1 R0DT16UmR I POLJCY EFF POUCY 1W LTR TYPE OF INSURANCE IINSR BNB, POUCY NUMBER IMBUDDIYYYY) II14J)PWYYYYI LIMITS GENERAL LIABILITY EACH OCCURRENCE 1111 If ICOMMERCIAL GENERAL LIABILITY 1 PAMAGE 10 RtN fED � PREMISES(Ea occurrence) ($ ( I CLAIMS-MADE 1 I OCCUR MED EXP(Any one person) $ ....___ _... __...__ I PERSONAL 8 ADV INJURY I$ I _ GENERAL AGGREGATE _ GENII.AGGREGATE LIBEL APPLIES PER'. f PRODUCTS-COMP(OP AGO 3 1 POLICY I 1 raC:1(' I LOC $ AUTOMOBILE LIABILITY • COMBINED SINGLE LNST A I ANY AUTO ILGCCA00102600 08106/10 08/06/11 (Ea acdden+) S 1,000,000 BODILY INJURY(Per pawn) $ ALL OWNED AUTOS I BODILY INJURY(Per mcldeB) $ SCHEDULED AUTOS `—. I PROPERTY DAMAGE $ HIRED AUTOS (Per sodded) I • NON-OWNED AUTOS UMIUIM 8 100,000 I S UMBRELLA UAB I OCCUR ' EACH OCCURRENCE $ EXCESS LIAR i amms_MADE I AGGREGATE $ DEDUCTIBLE 8 RETENTION S 3 3I WORKERS COMPENSATION WC STATU- 1 0T - I AND EMPLOYERS UAEIUTY YIN r IT T LMIIs.. ..._..:F.B_, I ANY PROPRIETOR,PARTNER,EXECUT1VE EL.EACH ACCIDENT f OFFICER/MEMBER EXCAUDED? [ I N IA (Mandatory In NH) I I E.L.DISEASE-EA EMPLOYEE S lfyea desvlbe under I I DESCRIPTION OF OPERATIONS below I I E.L.DISEASE-POLICY LIMIT S A Auto Li i 06/05/10 08/05111 Comp Ded See Below A Auto l I ILGCCA00102600 08/05/10 • 08/05/11 Collie De See Below DESCRIPTION Of OPERATIONS!LOCATIONS i VEHICLES(Anach ACORD 101,Addition.!Remarks Schedule,If more spat is sequin's!) Comprehensive&Collision deductibles-$,,000 vehicles up to 10,000 GVW $2,000 vehicles 10,001 to 20,000 GVW $3,000 vehicles 20,001 to 45,000 GV , $5,000 vehicles 45,001 and higher GV{M t1T . i CERTIFICATE HOLDER CANCELLATION PROOF01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Proof Only THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORI2BD REPRESENTATTIIVEE2,. I d 1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009109) The ACORD name and logo are registered marks of ACORD Appendix C OFFICE OF THE SECRETARY OF STATE OF THE STATE OF COLORADO CERTIFICATE T,Scott Gessler,as the Secretary of State of the State of Colorado,hereby certify that,according to the records of this office, COMMISSION NOW,LLC is a Limited Liability Company formed or registered on 12/02/2003 under the law of Colorado,has complied with all applicable requirements of this office,and is in good standing with this office. This entity has been assigned entity identification number 20031380133. This certificate reflects facts established or disclosed by documents delivered to this office on paper through 05/11/2011 that have been posted,and by documents delivered to this office electronically through 05/15/2011 @ 15:10:49. I have affixed hereto the Great Seal of the State of Colorado and duly generated,executed,authenticated, issued,delivered and communicated this official certificate at Denver,Colorado on 05/15/2011 @ 15:10:49 pursuant to and in accordance with applicable law. This certificate is assigned Confirmation Number 7946176. i�,' . • A.co: • (-4. .err,.• rr..e.86 %—fle;4A4L- Secretary of State of the State of Colorado End of Certificat Notice:A certificate issued electronically from the Calarodo Secretary of State's Web site isfdh and immedjglgly valid and effective. However us an 0010,,.the issuance and validity of a ce nifcate obtained electronically may be established by visiting the Certificate Confirmation Page of the Secretary of State's Web site. him/Mnvw,rta hateSg.li ltjz/_GertificateSearchi:riteria.da entering the certificate's confirmation number displayed on the certificate.and following the instrectionr displayed. Confirming the issuance of a certificate is merely optional and is ilia necessary to the valid and effective issuance ofa certificate. For more information,visit our Web site, hrgr/fwww.sas.siate.co.ur/click Business Center and select Fequendy Asked Questions' CERT-GS.L)Reined 0812012005 Appendix D Fuel Surcharge Allowance Schedule Lowest Fuel Variance Highest Fuel Variance Percent added to base rate 3.01 3.06 3.5% 3.07 3.11 3.68% 3.12 3.16 3.86% 3.17 3.21 4.04% 3.22 3.26 4.22% 3.27 3.31 4.40% 3.32 3.36 4.58% 3.37 3.41 4.76% 3.42 3.46 4.94% 3.47 3.51 5.12% 3.52 3.56 5.30% 3.57 3.61 5.48% 3.62 3.66 5.66% 3.67 3.71 5.84% 3.72 3.76 6.02% 3.77 3.81 6.20% 3.82 3.86 6.38% 3.87 3.91 6.56% 3.92 3.96 6.74% 3.97 4.01 6.92% 4.02 4.06 7.10% 4.07 4.11 7.28% 4.12 4.16 7.46% 4.17 4.21 7.64% 4.22 4.26* 7.82% Fuel surcharge allowance begins at$3.01 and is capped at$4.26*a gallon. At this price level, temporary or permanent route changes may have to be implemented to maintain a budget. The Weld County Area Agency on Aging uses monthly average gas prices as they are found on www.colorado.aaa.com on the 10th of the previous month. "'REQUEST NO B1100071 " 1" SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES EXHIBIT A BOARD OF COUNTY COMMISSIONERS OF THE COUNTY OF WELD, STATE OF COLORADO, BY AND THROUGH ITS DIRECTOR OF FINANCE &ADMINISTRATION DATE: April 21, 2011 THIS DOCUMENT CONTAINS GENERAL INFORMATION FOR THE PURCHASING PROCESS OF WELD COUNTY GOVERNMENT. ALL ITEMS MAY NOT BE APPLICABLE. ACTUAL BID SPECIFICATIONS WILL BE FOUND FOLLOWING PAGE 5. I. NOTICE TO BIDDERS A. The Board of County Commissioners of the County of Weld, State of Colorado, by and through its Director of Finance &Administration, wishes to purchase the following: SENIOR NUTRTITION PROGRAM MEAL DELIVERY SERVICES B. Bids for the above stated merchandise, equipment, and/or services will be received at the office of the Weld County Purchasing Department, third Floor, 915 10th Street, Greeley, Colorado, 80631 until: TUESDAY, MAY 17, 2011 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BE ADVISED THAT THE WELD COUNTY CENTENNIAL CENTER, 91510TH STREET, GREELEY COLORADO IS A SECURE FACILITY. ALL PERSONS ENTERING THE BUILDING MUST PASS THROUGH SECURIY. IF YOU DECIDE TO DELIVER YOUR BID IN PERSON YOU SHOULD ALLOW ENOUGH TIME TO ARRIVE AT THE PURCHASING DEPARTMENT AT OR BEFORE THE ESTABLISHED BID TIME. II. INVITATION TO BID A. The Board of County Commissioners of the County of Weld, State of Colorado, by and through its Director of Finance &Administration, requests bids for the purchase of the above- listed merchandise, equipment, and/or services. B. Said merchandise and/or equipment shall be delivered to: to be specified. C. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Board of County Commissioners of Weld County to pay if awarded the bid. D. Emailed bids are preferred but they may be mailed or faxed. Bids may be emailed to: mwalters@co.weld.co.us or reverett@co.weld.co.us. An email confirmation will be sent when we receive your bid/proposal; also, if more than one copy of the bid is requested you must submit/mail hard copies of your bid Proposal. If mailed, bids should be sent in a sealed envelope with the bid title and bid number on it. Bids may be faxed to 970-336-7226 attention Purchasing. The vendor must include the following statement on the facsimile, "I hereby waive my right to a sealed bid". Please call Purchasing at 970-336- 7225 if you have any questions. Bid information and bid tabulations can be found at www.co.weld.co.us listed under the Purchasing Department. (Please check website for any new information/addenda before submitting your bid.) Page 1 of 22 "*"REQUEST NO B1100071 "*' SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES III. INSTRUCTIONS TO BIDDERS A. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent,"or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Director of Finance &Administration, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. B. Bids may be withdrawn upon written request to the Weld County Director of Finance & Administration received from bidders prior to the time fixed for opening. Negligence on the part of bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. C. Bidders are expected to examine the conditions, specifications, and all instructions contained herein. Failure to do so will be at the bidder's risk. D. Bidders shall not stipulate in their proposals any conditions not contained in the instructions and specifications herein unless specifically requested by the special instructions attached hereto. Any proposal which fails to comply with the letter of the instructions and specifications herein may be rejected. E. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section I., entitled "Notice to Bidders." F. When approximate quantities are stated, Weld County reserves the right to increase or decrease quantity as best fits its needs. G. Whenever requested, samples or descriptive matter shall be filed prior to the opening of bids. H. Any item supplied to Weld County shall be new and of the manufacturer's current model unless otherwise specified. In accordance with Section 14-9(3)of the Weld County Home Rule Charter, the Board of County Commissioners of Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that the Board of County Commissioners of Weld County will give preference to suppliers from the State of Colorado, in accordance with Section 30-11-110, CRS, when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County. J. All discounts shall be figured from the date of delivery and acceptance of the articles, or in the case of an incorrect invoice, from the date of receipt of corrected invoice, if this were subsequent to delivery and acceptance. Page 2 of 22 *****REQUEST NO B1100071 ***** SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES K. Substitutions or modifications to any of the terms, conditions, or specifications of this bid package which are made by Weld County, Colorado, after the bids have been distributed to prospective bidders, and prior to the date and time of bid opening, will be made in writing and signed by Weld County's Director of Finance&Administration. No employee of Weld County, Colorado, is authorized in any way to modify any of the terms, conditions, or specifications of this bid without written approval of said Director of Administrative Services. This is not to imply that bids will not be accepted or considered with specifications which are different from those herein. Any item which does not meet all the terms, conditions, or specifications of this bid, must be clearly indicated on a separate sheet of paper, attached to the bid specification and proposal sheets and returned with the bid. L. The successful bidder shall indemnify and hold harmless Weld County, Colorado, against all claims for royalties, for patents or suit for infringement thereon, which may be involved in the manufacture or use of the material to be furnished. M. Contractor certifies that it shall comply with the provisions of Colorado Revised Statutes (C.R.S.) 8-17.5-101, et seq. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract or enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract. Contractor represents, warrants, and agrees that it (a) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, and (b)otherwise will comply with the requirements of C.R.S. 8-17.5-102(2)(b). Contractor shall comply with all reasonable requests made in the course of an investigation under C.R.S. 8-17.5-102 by the Colorado Department of Labor and Employment. If Contractor fails to comply with any requirement of this provision or C.R.S. 8-17.5-101, et seq., Weld County may terminate this Contract for breach and Contractor shall be liable for actual and consequential damages to Contractor . 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 this 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 this 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 this Contract. N. All goods shall remain the property of the seller until delivered to and accepted by Weld County, Colorado. O. Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Director of Finance &Administration for the premature opening of a bid not properly addressed and identified. P. In submitting the bid, the bidder agrees that the acceptance of any and all bids by the Board of County Commissioners of Weld County within a reasonable time or period constitutes a contract. The Board of County Commissioners of Weld County, Colorado, 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, is to the best interests of the Board and of the County of Weld, State of Colorado. Q. No delivery shall become due or be accepted unless a purchase order shall first have been issued by the Weld County Director of Finance &Administration. It is understood that it is Page 3 of 22 *****REQUEST NO B1100071 ***** SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES necessary for all invoices to be made out to Weld County, Colorado, not to the Department securing the merchandise. All invoices should be sent to: Weld County, Accounting Department, P 0 Box 758, Greeley, Colorado 80632. R. These instructions, the proposal forms, and specifications have been developed with the hope of raising the standard of purchasing negotiations to a level wherein all transactions will be mutually satisfactory. Your cooperation is invited. IV. DEFINITIONS A. "Standard": When the word "standard" is used in the specification to describe an item of equipment or in assembly, it shall be construed to mean that item or assembly so described shall be the latest regular product of the manufacturer thereof, identified by a model or other designation, without the modification or omission of any of its usual parts or the substitution of others therefore, except as hereafter specified, details, capacities and ratings, conforming in every respect to the said manufacturer's catalog or other printed matter describing the item or assembly. Standard subassemblies, accessories, fittings, and finishes shall be construed to be those which are regularly furnished as part of the principle unit or assembly and included in the selling price thereof. B. "Reputable Manufacturer": A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior to the date set for opening of bids and who can demonstrate to the satisfaction of Weld County that said manufacturer has successfully installed equipment of the type proposed to be furnished in at least three (3) instances and the performance of such equipment has been satisfactory. Manufacturers having been engaged in the business of manufacturing said equipment for a period of one (1)year prior to the date affixed for opening bids shall, prima facie, be deemed to have been engaged in such business a reasonable length of time. C. "Or Equal": The specific equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's equipment of comparable quality, design, and efficiency. V. GENERAL SPECIFICATIONS, CONDITIONS AND INFORMATION A. Design: Any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shall be of superior quality and suitable to the use for which it is intended. The technical design shall be in line with the best practice in the industry and the materials and workmanship entering into the construction shall be of the kinds and qualities which will ensure long life, dependability, and low cost of maintaining and repairing. B. Pre-delivery Service: Office equipment is to be delivered, as directed, unpacked, assembled, cleaned and adjusted for immediate use at a location designated by the Weld County Director of Finance &Administration. Motor vehicles and other items of equipment shall be ready for immediate use at the time of delivery to a designated location. The equipment shall be clean and all instruments properly adjusted. The inflation of tires must be checked, lubrication completed, the crank case checked for proper oil level, and any other servicing normally provided by dealers shall be performed. Operating and maintenance manuals shall be provided at the time of delivery. Parts and price lists shall be included when special equipment is purchased or when requested by Weld County. C. Acknowledgment and Delivery Schedule of Initial Order: Time is of the essence. A delivery schedule of not more than N/A calendar days after receipt of the order shall be deemed reasonable and serve the best interests of Weld County, Colorado. Proposals exceeding this schedule may be rejected. Delivery will be made on or before N/A , 20 . The successful bidder shall acknowledge the receipt of the order and certify delivery as scheduled. Page 4 of 22 *****REQUEST NO B1100071 ***** SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES D. Warranty: The successful bidder shall warrant that: 1. The goods to be supplied pursuant to this bid are fit and sufficient for the purpose intended; 2. The goods are merchantable, of good quality, and free from defects, whether patent or latent, in material or workmanship; and 3. The goods sold to Weld County, Colorado pursuant to this bid conform to the minimum Weld County specifications as established herein. The successful bidder shall further warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. All warranties made by the successful bidder, together with service warranties' and guarantees shall run to Weld County and its successors and assigns. E. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1)year period after said goods are first supplied to Weld County. F. General Information: Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. Page 5 of 22 *****REQUEST NO B1100071 ***** SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES Department of Purchasing 915 10th Street P.O. Box 758 Greeley, Colorado 80632 Bidder must notify the Department of Purchasing of any irregularities or inability to meet the suggested minimum specifications no later than five days before bid opening. Any bids received without blanks being completed in detail will not be considered. I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes. I further certify that the products offered for intended use by Weld County will meet all specifications it has so indicated on this bid form. DOES YOUR BID MEET SPECIFICATIONS? YES_ NO ALL OR NOTHING BID? PARTIAL BID? FIRM BY BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE EMAIL TELEPHONE NO FAX TAX ID# WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. CERTIFICATE OF EXEMPTION NO IS #98-03551-0000. SEE PAGE 1 #II-INVIATION TO BID UNDER NO#D. FOR MORE BID INFORMATION. PLEASE DO NOT FAX BACK PAGES 1-5. Page 6 of 22 *****REQUEST NO B1100071 ***** SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES RFP #61100071 TABLE OF CONTENTS PROPOSAL FORMAT 8 SPECIAL CONDITIONS 11 SCOPE OF WORK 12 BID FORM 15 APPENDIX APPENDIX A-ROUTE ADDRESSES AND SCHEDULED DELIVERY DAYS 17 APPENDIX B-BASE BID SCOPE 19 APPENDIX C-COUNTY&FOOD VENDOR HOLIDAYS/CLOSURES 20 APPENDIX D-FUEL SURCHARGE ALLOWANCE SCHEDULE 21 APPENDIX E-BIDDING SCHEDULE 22 Page 7 of 22 *****REQUEST NO B1100071 ***** SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES PROPOSAL FORMAT A qualifying proposal must address all of the following points: 1. Program Name — SENIOR NUTRTITION PROGRAM MEAL DELIVERY SERVICES 2. Applicant or Firm Name 3. Firm Qualifications a. Type of organization, size, professional registration and affiliations. b. Names and qualifications of personnel to be assigned as management to this project. c. Outline of recent project(s) completed that are related to this type of project. Contractor is required to demonstrate specific project expertise relating to the requirements of the Scope of Work. d. Qualifications of Contractors, subcontractors, or joint venture firm, if appropriate. e. Client references from recent related project(s), including name, address and phone number of individual to contact for referral. 4. Understanding of and Approach to the Proiect a. Summary of approach to be taken. b. Description of the organization and staffing to be used for the project. c. Indication of information and participation the proposer will require from County staff. d. Indication of time frame necessary to complete the plan review once a Notice to Proceed is issued. 5. Insurance and Supplemental Requirements a. The selected Contractor will be required to provide General Liability insurance coverage with limits of$1,000,000 Each Occurrence; $2,000,000 General Aggregate; $2,000,000 Products/Completed Operations Aggregate; $1,000,000 Personal injury/Advertising injury. This amount of insurance coverage shall be reflected in your estimated professional fee. Contractor shall name Weld County; its elected and appointed officials and employees as an additionally insured including on the products and completed operations coverage. The General Liability coverage shall be maintained in full force and effect for the duration of the contract and must be in an amount and format satisfactory to the County. Page 8 of 22 *****REQUEST NO B1100071 ***** SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES "It is agreed that this policy shall not be canceled, non-renewed or reduced in scope of coverage until after thirty (30) days written notice has been given to Weld County." If Contractor fails to provide insurance certificates within seven (7) days of notification by the County, the contract may be canceled by the County. Option 1: Automobile Liability— Contractor will be required to provide automobile liability insurance coverage in the amount of$1,000,000 Per Accident for Bodily Injury and Property Damage; $10,000 Medical Payments, Each Person. Option 2: Automobile Liability will be required to be maintained by vehicle operators who use their personal vehicles to fulfill the obligations of this contract. Minimum Limits required is $100,000 Per Accident, $10,000 Medical Payments, Each Person. This vehicle operator's coverage shall be primary and the County's insurance shall not contribute with it. b. Vehicles operators are to possess the appropriate license required to furnish delivery services as specified by the Colorado Department of Motor Vehicles and are in good standing with the State of Colorado. c. Vendor drivers must be insured, licensed and bonded. d. Indemnification: To the extent permitted by law, Contractor shall defend, indemnify and hold harmless the County, its officers, employees and volunteers from all claims, demands, damages, costs, expenses, judgments, attorney fees, liabilities or other losses that may be asserted by any person or entity, including Contractor, and that arise out of or are made in connection with the acts or omissions, relating to the performance of any duty, obligation, or work hereunder. The obligation to indemnify shall be effective and shall extend to all such claims and losses, in their entirety, even when such claims or losses arise from the comparative negligence of the County, its officers, employees and volunteers. However, this indemnity will not extend to any claims or losses arising out of the negligence or willful misconduct of the County, its officers and employees. The preceding paragraph applies to any theory of recovery relating to said act or omission by the Contractor, or its agents, employees, or other independent contractors directly responsible to Contractor, including, but not limited to the following: i. Violation of statute, ordinance, or regulation. ii. Professional malpractice. iii. Willful, intentional or other wrongful acts or failures to act. iv. Negligence or recklessness. v. Premises liability. vi. Strict Liability. vii. Inverse condemnation. viii. Violation of civil rights. Page 9 of 22 "'REQUEST NO B1100071 ""' SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES ix. Violation of any federal or state statute, regulation, or ruling resulting in a determination by the Internal Revenue Service, Colorado Franchise Tax Board or any other Colorado public entity responsible for collecting payroll taxes, when the Contractor is not an independent contractor. It is the intent of the parties to provide the County the fullest indemnification, defense, and "hold harmless" rights allowed under the law. If any word(s) contained herein are deemed by a court to be in contravention of applicable law, said word(s) shall be severed from this contract and the remaining language shall be given full force and effect. Sub-Contractors Vendors shall include all Sub-Contractors as insured under its policies or shall furnish separate certificates and endorsements for each Sub-Contractor. All coverage for Sub-Contractors shall be subject to all the requirements stated herein. Other Insurance Provisions For any claims related to this program, the vendor's insurance coverage shall be primary insurance as respects to Weld County, its officers, officials, employees and volunteers. Any insurance maintained by Weld County, its officers, officials, employees or volunteers shall be excess of the vendor's insurance and shall not contribute with it. Page 10 of 22 *****REQUEST NO B1100071 .""' SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES SPECIAL CONDITIONS 1. TERM OF CONTRACT: This contract shall be for a term of one (1) year with an option to extend for up to three additional years with all terms and conditions remaining the same. Renewal shall be by mutual consent, in writing. 2. NON-EXCLUSIVE: The County reserves the right to award more than one Purchase Order for Senior Nutrition Program Meal Delivery Services. 3. TERMINATION OF CONTRACT: WITH CAUSE: The County may immediately cancel this contract for cause. Due cause for termination shall include, but not be limited to failure to deliver meals according to schedule, failure to respond to requests for information or questions in a satisfactory manner, and/or other reasons of unsatisfactory service. Fluctuations or availability of program funding may also be considered as cause for termination. WITHOUT CAUSE: Both the County and the contractor may, upon giving forty five (45) days written notice, terminate this contract with or without cause. 4. CONFIDENTIALITY OF DATA: All financial, statistical, personal, technical; and other data and information relating to County operations which is designated confidential by the County made available to the contractor in order to carry out this agreement will be protected by the contractor from unauthorized use and disclosure by the observance of the same or more effective procedural requirements as are applicable to the County. However, the contractor shall not be required to keep confidential any data or information that is or becomes publicly available, is already rightfully in the contractors possession, is independently developed by the contractor outside the scope of this agreement, or is rightfully obtained from third parties. 5. INDEPENDENT CONTRACTOR: Selected contractor shall be considered an independent contractor and not an agent of or an employee of Weld County. The contractor does not qualify for tax withholding, worker's compensation as a County employee, or other fringe benefits of any kind. 6. CONFLICT OF INTEREST: Contractor shall exercise reasonable care and diligence to prevent any actions or conditions that could result in a conflict with the best interests of the County. This obligation shall apply to contractor's employees, agents, relatives, subcontractors, and third parties associated with accomplishing the work hereunder. 7. Contractor's efforts shall include, but not be limited to, establishing precautions to prevent its employees or agents from making, receiving, providing or offering gifts, entertainment, payments, loans, or other considerations, which could be deemed to appear to influence individuals to act contrary to the best interest of the County. Page 11 of 22 *****REQUEST NO B1100071 ***** SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES SCOPE OF WORK INTRODUCTION The Weld County Area Agency on Aging (AAA) is implementing a countywide courier network to deliver Senior Nutrition meals, administrative items, meal site supplies, locked moneybags and cash to various Senior Centers, Community Centers and Senior Housing Complexes under the Older American's Act Program. At present, the County Transportation System makes these deliveries. SERVICE REQUIREMENTS The vendor shall provide vehicles, personnel and delivery services for AAA's Senior Nutrition Program, located at 315 N 11th Ave., Bldg. C, Greeley, CO 80631 in accordance with the provisions and requirements as specified herein. Mandatory Minimum Requirements Vendor must have a minimum of one years experience transporting temperature controlled food products. Vendor must comply with the state of Colorado's insurance requirements, as described in proposal format. Vendor drivers must be insured, licensed and bonded as noted in proposal format (page 8). Verification of carriers and policies in effect must be provided upon request. Vendor will base pricing in Base Bid using $3.00 per gallon fuel cost. Requirements for Handling and Transporting Food Carriers and Supplies Administrative items for Weld County or Senior Nutrition Program may include interoffice mail envelopes, letters, consumer records, and cash or check deposits. The Vendor will warrant that their delivery staff will perform their duties professionally, communicating in a proper, courteous and intelligible manner with all Weld County AAA staff and consumers while projecting a professional appearance at all times. Vendor must ensure compliance with all insurance requirements as noted in proposal format. The vendor must transport all hot temperature prepared meals in the provided upright, unopened insulated food pan carriers (such as Cambro). The vendor must transport all prepared foods that require cold storage in the provided coolers packed with ice for refrigerated food items. Vendor must have a contingency plan for delivery failure. The vendor must have a contingency plan in the event of a delay due to an auto accident, severe weather, auto failure, major traffic jams, or road closures. The AAA office shall be notified of any delays that will result in a late Page 12 of 22 *****REQUEST NO B1100071 ***** SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES delivery of fifteen minutes or more. Vendor must maintain process to pick-up locked donation moneybags at meal sites and deliver daily to the Weld County Treasurer's office in a secure and timely manner. The sum of the money carried daily is approximately $3,100.00. The last vendor driver to arrive at the treasurer's office will pick up the empty moneybags for distribution the next day. Vendor must schedule a weekly pick-up of supplies at the AAA warehouse to be distributed over the next five meal days when meal delivery is made. Currently these are picked up on Mondays. Vendor will be required to ensure that all vehicles used for deliveries will maintain a clean and undamaged exterior appearance. Vehicles must be free of significant damage, have no missing parts and be washed on a regular basis. The interior of vendor vehicles should also be free of dirt, debris and trash to maintain a clean area for food transportation. It is the responsibility of the vendor to secure and transport the prepared food containers and supplies in a safe manner to prevent damage to Weld County property and to ensure safety of the vendor's drivers. Vendors shall provide all delivery vehicles with a means for communication with their drivers. It is the responsibility of the vendor to ensure that employees are physically able to lift up to 50 lbs. The vendor will bring deliveries into each meal site facility and place on serving counters for volunteers to serve. Dollies and/or carts will be provided at each delivery site. Delivery Requirements The vendor must be able to provide meal delivery services throughout Weld County on regularly scheduled routes. Route schedule changes are at the AAA discretion and will be provided to the vendor in writing (via e-mail) 30 days in advance. Excluding emergencies beyond the control of the Weld County Senior Nutrition Program. (See Appendix C — List of scheduled county holidays and food vendor closures) If the County must cancel deliveries without notice due to circumstances beyond their control the contractor will still receive payment as reflected in the Base Contract. If the Contractor fails to provide any scheduled services as agreed, for any reason, and this results in any loss of services then there will be no payment for those affected deliveries/services. On scheduled routes, the following standards apply: Meals must be picked up by agreement with AAA at scheduled times, Monday through Friday, excluding holidays or county/food vendor closures as detailed in Appendix C, unless other arrangements are made (See Appendix A and B). Meals will be picked up at the food vendor location and (once a week) supplies will be picked up at the program storage unit and delivered to each meal site. At the end of the delivery route, the transportation vendor will return to the meal sites to pick-up empty meal containers and locked moneybags. Vendor will complete route by returning cambros/coolers to the food vendor and then drop off the moneybags at the Weld County treasurer's office. Page 13 of 22 *****REQUEST NO B1100071 ***** SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES Invoicing Requirements The vendor must issue an invoice by the 10th calendar day for the previous months' services. If the 10th falls on a Saturday, Sunday, or holiday then the vendor shall issue the invoice by the next business day. Invoices will be submitted in an electronic format with line item detail for each delivery. The vendor shall include the following details to assist with safe meal tracking: 1. Date, time and location of each pick-up and delivery of meals to the various congregate meal sites. 2. The number of drivers and vans used each day. 3. Record of monthly mileage. 4. Average monthly gas price based on the 10th of each month using the current state average as listed on www.colorado.aaa.com for the month before the month invoiced. Example: May 10 invoice will be calculated using April 10 average. 5. If you offer any prompt payment discounts, please indicate this in your proposal. Performance Delivery for the Senior Nutrition Meal Program must adhere to the following: • Pick up prepared food at the food vendor Monday through Friday between 10:45 am and 11:15 am. • Food shall be delivered to the meal sites Monday through Friday no later than 12:15 pm on the same day the food is picked up based on the agreed upon schedule. • The AAA office shall be notified of any delays due to traffic or other unforeseen interference that results in a fifteen-minute or more late pick-up or delivery. • The vendor shall be available to provide emergency food or supply delivery services during regular business hours for an additional fee based on Alternate #1 a. • Any names or contact information of Senior Nutrition Program participants shall be kept confidential based on current regulations as stated in Special Conditions#4, page 11. • The transportation vendor must agree to meet with Weld County AAA administrators as needed to review performance. If, at any time, Weld County AAA administrators find that the vendor is not performing within specifications, the Department will issue a letter detailing the Department's concerns. The vendor will have ten (10) days to respond in writing indicating the steps the vendor intends to take to resolve the matter. If there is a second occurrence within one month of the warning, the Department will issue a second letter and perform daily audits for two weeks. The vendor will provide a response letter and submit electronic, daily reports of deliveries for that period. There will be no charge for those affected deliveries. Tracking and Record Requirements The vendor must have one point of contact for customer support, to aid in the tracking of meals and supplies, informing vendor of cancellations, will-call orders, or any non-scheduled changes to be available during regular business hours, 8:00 am to 5:00 pm, Monday through Friday, except holidays and county/food vendor closures. Contact information must be provided outside of normal business that may be utilized in the event of emergencies, such as inclement weather, which may result in meal site closures. Page 14 of 22 *****REQUEST NO B1100071 ***** SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES BOARD OF COUNTY COMMISSIONERS OF THE COUNTY OF WELD, STATE OF COLORADO, BY AND THROUGH ITS DIRECTOR OF FINANCE & ADMINISTRATION SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES The undersigned bidder hereby declares and represents that she/he; a) has carefully examined and understands the Bidding Documents, b) has not received, relied on, or based his bid on any verbal instructions contrary to the Bidding Documents or any addenda, c) has personally investigated and is familiar with the program requirements, and hereby proposes to provide all drivers, vehicles, and items as required to perform, in a professional manner, all work and services for the successful completion of all requirements as referenced in the scope of work, all in strict accordance with the Bidding Documents prepared by Weld County Area Agency on Aging for the Senior Nutrition Program and dated: April 21,2011. TOTAL BASE BID: For all work required by the Bidding Documents to complete APPENDIX B for the monthly base rate sum of: Dollars ($ ALTERNATE BID ITEMS -ADD/DEDUCT ALTERNATES: Bidders are requested to provide alternate bid pricing in accordance with the Contract Documents. Submit add, deduct or no change adjustments to the Base Bid Price. Alternate No. 1a Per mile charge to ADD deliveries or additional meal sites to contract resulting in additional miles to established route for the per mile sum of: $ per each additional mile added. Alternate No. 1 b Per mile charge to DELETE deliveries or meal sites resulting in a deduct of miles to established route for the per mile credit of: $ per each deducted mile. Alternate No. 2 Provide monthly rate for Contractor suggested cost saving alternative route for meal delivery if applicable. Please attach details. Dollars ($ Alternate No. 3 Contractor will be submitting a request for fuel surcharge allowances (such as detailed in the sample in Appendix D). YES NO If yes, please attach your completed proposed fuel surcharge allowance table. Included in this bid packet is a sample format that can be used for this purpose. Page 15 of 22 *****REQUEST NO B1100071 ***** SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES NAME OF BIDDER: ADDRESS OF BIDDER: NAME OF AUTHORIZED SIGNATORY OF BIDDER: TITLE OF AUTHORIZED SIGNATORY OF BIDDER: SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER **: DATE: ** If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid. Page 16 o£ 22 "'REQUEST NO 81100071 *""' SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES APPENDIX A - ROUTE ADDRESSES AND SCHEDULED DELIVERY DAYS MEAL SITES MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY Birchwood X X X 2830 West 27th Street Lane Greeley, CO 80634 Broadview X X 2915 West 8`h Street Greeley, CO 80631 Greeley Manor X X X 1000 13th Street Greeley, CO 80631 Greeley Senior Housing X X 1717 30th Street Greeley, CO 80631 Rodarte Center X 920 A Street Greeley, CO 80631 Greeley Senior Activity Center X X 1010 6th Street Greeley, CO 80631 Erie Community Center X 450 Powers Street Erie, CO 80516 Evans Community Complex X X** 1100 37th Street Evans, CO 80620 Ft. Lupton Community Complex X 203 Harrison Avenue Ft. Lupton, CO 80621 Hill N Park Senior Center X 4205 Yosemite Drive Greeley, CO 80634 Johnstown Community Center X 101 W. Charlotte Johnstown, CO 80534 Kersey Senior Center X X 415 1 t Street Kersey, CO 80644 LaSalle Community Center X 101 Todd Avenue LaSalle, CO 80645 Lochbuie Afterglows Senior X Center 501 Willow Drive Lochbuie, CO 80603 Page 17 of 22 *****REQUEST NO B1100071 ***** SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES Mead Community Center X 441 3r° Street Mead, CO 80542 Milliken Community Center X X 1101 Broad Street Milliken, CO 80543 Nunn Senior Center X 775 3rd Street Nunn, CO 80648 Pierce Community Center X 221 Main Avenue Pierce, CO 80650 Plattville Community Center X 508 Reynolds Platteville, CO 80651 Wattenberg Community Building X 1917 Grace Avenue Ft. Lupton, CO 80621 Windsor Community Center X X 250 N. 11th Street Windsor, CO 80550 FOOD VENDOR University of Northern Colorado X X X X X (UNC) Toby-Kendall Dining Services 1901 9m Avenue Greeley, CO TREASURER'S OFFICE Weld County Treasurer Office X X X X X 1400 North 17th Avenue Greeley, CO 80632 PROGRAM STORAGE UNIT 300 8th Avenue, Unit B X Greeley, CO 80631 ** Evans meal on Friday is temporarily on hold. Please INCLUDE Friday meal service for Evans in pricing of Base Bid. Page 18 of 22 *****REQUEST NO B1100071 SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES APPENDIX B - BASE BID MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY Greeley Senior Broadview Greeley Senior Rodarte Center Greeley Manor Center Center Greeley Manor Evans Greeley Manor Broadview Birchwood Birchwood Kersey Birchwood Greeley Senior Housing Greeley Senior Kersey Housing Milliken LaSalle Hill N Park Mead Evans* Platteville Wattenberg Johnstown Erie Milliken Ft. Lupton Lochbuie Windsor DRIVER#3 DAR# Windsor Pierce Typical day**: Nunn START FOOD VENDOR (UNC) MEAL SITES FOOD VENDOR (UNC) TREASURER END *Evans meal on Friday is temporarily on hold. Please INCLUDE Friday meal service in pricing in base bid. **Supplies are typically picked up once a week at the 8"'Avenue Storage Unit to be distributed on the regularly scheduled meal route. Page 19 of 22 ***"*REQUEST NO B1100071 '""' SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES Appendix C LIST OF SCHEDULED COUNTY OR FOOD VENDOR HOLIDAYS/CLOSURES 2011 July 4 & 5 (Independence Day); August 18 (UNC Fall Opening); September 5 (Labor Day); November 11 (Veterans Day); November 24 & 25 (Thanksgiving Holiday); December 19 through Jan 2nd (UNC Winter Break); December 23 & 26 (Christmas Holiday); 2012 January 2 (New Years Day); The third Monday in January (Martin Luther King Day); February 12 (Lincoln's Birthday); The third Monday in February (Washington's Birthday); The last Monday in May (Memorial Day); Page 20 of 22 *****REQUEST NO B1100071 ***** SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES Appendix D Fuel Surcharge Allowance Schedule Contract is based on a fuel rate of$3.00 per gallon. Per Mile Adjustment Lowest Fuel Variance Highest Fuel Variance OR percent added to base rate 3.01 3.06 3.07 3.11 3.12 3.16 3.17 3.21 3.22 3.26 3.27 3.31 3.32 3.36 3.37 3.41 3.42 3.46 3.47 3.51 3.52 3.56 3.57 3.61 3.62 3.66 3.67 3.71 3.72 3.76 3.77 3.81 3.82 3.86 3.87 3.91 3.92 3.96 3.97 4.01 4.02 4.06 4.07 4.11 4.12 4.16 4.17 4.21 4.22 4.26* Fuel Surcharge allowance begins at$3.01 and is capped at$4.26*a gallon. At this price level, temporary or permanent route changes may have to be implemented to maintain a budget maximum. The Weld County Area Agency on Aging uses monthly average gas prices as they are found on www.colorado.aaa.com on the 10th of the previous month. Page 21 of 22 *****REQUEST NO B1100071 ***** SENIOR NUTRITION PROGRAM MEAL DELIVERY SERVICES Appendix E BIDDING SCHEDULE 05/02/2011 PRE-BID MEETING. An RFP review session will be held at the Weld County Area Agency's 3rd Floor North conference room at 2:00 p.m. to answer questions regarding the request for proposal. This is an optional meeting. 05/17/2011 BID DUE. Proposals must be received by Weld County Purchasing by or before 10:00 a.m. 05/18/2011 Bids will be presented to the Weld County Board of County Commissioners 06/01/2011 Final approval of vendors by the Weld County Board of Commissioners Page 22 of 22 4 1 861 - 201 1 MEMORANDUM W E L e O U N T Y DATE May 27, 2011 TO: Barbara Kirkmeyer, Chair, Weld County Board of County Commissioners FROM:Judy Griego, Director Department of Human Services SUBJECT: Contract between Weld County Board of County Commissioners, Weld County Department of Human Service's Area Agency on Aging and The Greeley Gopher. Enclosed is the proposed contract for Senior Nutrition Program Meal Delivery Services Bid No. B1100071 between Weld County Department of Human Services' Area Agency on Aging and The Greeley Gopher. The term of this Agreement shall start on July 1, 2011 for one (1) year with an option to extend for up to three additional years with all terms and conditions remaining the same. Renewal shall be by mutual consent in writing. The amount of this contract for services performed as set forth on Exhibit A at the base rate of Six Thousand Four Hundred and Eighty ($6,480.00) Dollars per month. Charges shall be based on the time actually spent performing the services, but may include additional compensation as detailed below. A fuel surcharge may be charged as a percent added to the base rate per Alternate No. 3, Contractor's Appendix D, Fuel Surcharge Allowance Schedule. Estimated "worst case" surcharge may be approximately $500 per month. Alternate No. la and lb are authorized by the County if a change in service is required. A change in routes of an add or deletion of meal sites would be an ADD or DELETE cost of $1.80 per mile. If you need additional information or have questions, please call Eva Jewell at extension 6101. AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made by and between the County of Weld, State of Colorado, whose address is 915 10`" Street, Greeley, Colorado, 80631 ("County"), and Commission Now, LLC, dba The Greeley Gopher whose address is 1011 37th Avenue Court, Suite 101-B, Greeley, CO 80634, ("Contractor"). WHEREAS, County desires to retain Contractor as an independent contractor to perform services as more particularly set forth below; and WHEREAS, Contractor has the time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Engagement of Contractor. County hereby retains Contractor, and Contractor hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Term. The term of this Agreement shall start on July 1, 2011 for one(1) year with an option to extend for up to three additional years with all terms and conditions remaining the same. Renewal shall be by mutual consent in writing. 3. Services to Be Performed. Contractor agrees to perform the Services listed or referred to in Bid No. B1100071, dated April 21, 2011, and Contractor's submitted bid dated May 16, 2011 (Exhibit A), attached hereto and incorporated herein. 4. Compensation. a. County agrees to pay Contractor for services performed as set forth on Exhibit A at the base rate of Six Thousand Four Hundred and Eighty ($6,480.00) Dollars per month. Charges shall be based on the time actually spent performing the services, but may include additional compensation as detailed below in paragraph b. b. A fuel surcharge may be charged as a percent added to the base rate per Alternate No. 3 Contractor's Appendix D, Fuel Surcharge Allowance Schedule. Alternate No. la and lb are authorized by the County if a change in service is required. Contractor shall not be paid any other expenses unless set forth in this Agreement. c. Payment to Contractor will be made only upon presentation of a proper claim by Contractor as stated in Bid No. B1100071, "Invoicing Requirements", page 14. d. Payment for services and all related expenses under this Agreement shall not exceed the parameters as stated in Exhibit A, Appendix B, including Alternates No. la, lb and 3 (Appendix D). 1 Esther Gesick From: Rose Everett Sent: Friday, May 27, 2011 2:41 PM To: Judy Griego; Tracy K. Ramble; CTB; Susan Talmadge Cc: Bruce Barker; Eva Jewell Subject: RE: What will happen the board will approve on Monday,June 6th, the proposal with the memo which was just sent to us from Tracy It will be read into record by Monica or your dept.Then the Clerk to the Board will put the contract on New Business the same day for signing of contract. Rose Everett Purchasing Dept 915 10th Street, 3rd Fl. Greeley CO 80631 PH: (970-356-4000 ext. 4222) FAX: (970-336-7226) Pa -10 W E C'0_':coU N IV u Confidentiality Notice:This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Judy Griego Sent: Friday, May 27, 2011 2:16 PM To: Rose Everett; Tracy K. Ramble; CTB; Susan Talmadge Cc: Bruce Barker; Eva Jewell Subject: RE: So the contract that has been attached to the original email is being reviewed as a draft and for comments. It is not, at this time,to be placed on the Board's agenda for formal approval. Judy A.Griego, Director Weld County Department of Human Services 315 N 11th Avenue BLDG B Greeley, CO 80631-2014 970.352.1551, extension 6510 Fax 970.353.5215 griegoia@co.weld.co.us leas -x011 W El`lLCCP V N iV u 1 2011-1422 Confidentiality Notice:This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Rose Everett Sent: Friday, May 27, 2011 2:09 PM To: Tracy K. Ramble; CTB; Susan Talmadge; Judy Griego Cc: Bruce Barker; Eva Jewell Subject: RE: This proposal will be approved on Monday,June 6th Rose Everett Purchasing Dept 915 10th Street, 3rd Fl. Greeley CO 80631 PH: (970-356-4000 ext. 4222) FAX: (970-336-7226) 1841 2911 W f C(1-'C(ON TY U Confidentiality Notice:This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Tracy K. Ramble Sent: Friday, May 27, 2011 1:44 PM To: CTB; Susan Talmadge; Judy Griego Cc: Bruce Barker; Rose Everett; Eva Jewell Subject: Importance: High Hello Everyone, Here is the Senior Nutrition Program Meal Delivery Services proposed contract with supporting documents attached. Please give Eva a call at extension 6101 if you require additional information. Thank you, Tracy Tracy Ramble Senior Nutrition &Community Services Area Agency on Aging 315 C N. 11th Avenue 2 Hello