HomeMy WebLinkAbout20112209.tiff r
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
Garda Cash Logistics whose address is 5010 Paris Street, Denver,CO 80239,
("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 be from October I,2011,through
and until September 30, 2013, with option of renewal of up to three additional years at
the discretion of Weld County Board of Commissioners.
3. Services to be Performed. Contractor agrees to perform the Services listed
or referred to in Exhibit A and B, County's Request for Bid#B1100118, Contractor's
Bid,both of which are attached hereto and incorporated herein.
4. Compensation.
a. County agrees to pay Contractor for services performed as set forth on
Exhibit A at the rate of$15.65 per pickup plus fuel surcharge as stated.
b. Mileage-may not be charged to and from any required job site. 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, itemizing services performed and mileage expense incurred.
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
1
.2e.o i t_ �t �J o 1 12 Z c
iD -- d�1 Z'// c c , ()Oh VIA eac,,1-ki�. C�s1� 2 9
to i‘ F= IT 00G13
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. 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 30 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.
2
12. Non-Assignment. Contractor may not assign or transfer this Agreement,any
interest therein or claim thereunder,without the prior written approval of County.
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
3
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 immunities the parties or their officers or employees may
possess.
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.
CONTRACTOR
By:
Title:
ATTEST: OARD OF COUNTY
CLERK TO"1 E BOARD COMMISSIONERSOF WELD COUNTY
i
BY: A //.t j . `f�� �'1i;1� BYu_ 4 ie( zz.(
Deputy Cler to T :o `. 4y� oat Barbara Kirkm er airman
F
361 tk 43113 OCT 2 4 2011
I riiv "sal
VO'
4 , � r ,,
BID REQUEST NO#81100118 LEx:h l bit P
Page 6
Monica Mika
Director of Finance&Administration
1150"O'Street
P.O.Box 758
Greeley, CO 80632
Dear Monica:
The undersigned, having become familiar with the specifications for an ARMORED CAR SERVICES FOR
THE SOUTHEAST&SOUTHWEST COUNTY BLDGS, hereby proposes to sell and deliver to Weld County
as set forth in the following schedule:
QTY&#OF COST PER YEARLY
LOCATION&ADDRESS PICKUPS PER MONTH PICKUP COST SURCHARGE
/off
Motor Vehicle Pickup everyday $ /J— p
$x/30 $ /3 7� ync,
Southeast Weld (2950 9th Street,Ft Lupton—80621) d//i 5 &/,
5
Motor Vehicle Pickup everyday $/5T $ {/30 $ /.3
Southwest Weld (4209 WCR#24'/,, Longmont—80504—I-25 and Hwy#119/Del Camino) 65a ,,v
TOTAL FOR SOUTHEAST&SOUTHWEST WELD COUNTY OFFICES 6%U 4e$ 2 $,330
(THIS BID IS FOR BOTH LOCATIONS TOGETHER-NO PARTIAL BIDS WILL BE ACCEPTED)
PICKUP LOCATION AVERAGE DEPOSIT HOW MANY BAGS?
Motor Vehicle—Southeast Weld $500-10,000/week/Motor Vehicle 1 bag/day
$300-500/week/Sheriffs 1 bag/week
Motor Vehicle—Southwest Weld $500-10,000/week/Motor vehicle 1 bag/day
$300-500/week/sheriffs 1 bag/week
$10-$500/week/Clerk&Recorder 1 bag/week
$10-$500/week/Health 1 bag/week
REQUIREMENTS FOR BIDDERS:
1. Bidding Company must have Five(5)years of proven experience.
2. Bonded—
Comprehensive General Liability- $1,000,000.00 per person/$3,000,000.00 per occurrence
Medical/Professional Liability-$1,000,000.00 per person/$3,000,000.00 per occurrence
Miscellaneous Errors and Omissions-$1,000,000.00 per person/$3,000,000.00 per occurrence
Product Liability-$1,000,000.00 per person/$3,000,000.00 per occurrence
Automotive Liability insurance covering all automotive units used in the accident as to bodily injury
and $25,000.00 as to property damage to others—work with limits of not less than$100,000.00
each person/$300,000.00 each.
3. References must be provided.
4. Bags should be to ANY Wells Fargo bank by 3:00 pm each day
5. LENGTH OF CONTRACT: The contract will run from September 61°, 2011 to Aupust 31", 2013
with a renewal for three(3)additional years at the discretion of Weld County Government.
6. Either party may terminate this contract by written notice within 30 days prior to the anticipated date
of termination.
BID REQUEST NO#81100118 EXhlblt B
Page 8
FUEL SURCHARGE:
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 L% °7:,
3.07 3.11 ( `�u _
3.12 3.16 _ U '70
3.17 3.21 O `%u
3.22 3.26 O gyp
3.27 3.31 6
3.32 3.36 O
3.37 3.41 O ° ,
3.42 3.46 C) `7;
3.47 3.51 / ajv
3.52 3.56 _ / 'j°
3.57 3.61 /
3.62 3.66 /70
3.67 3.71 / 4fo
3.72 3.76 s2,i‘7:2
3.77 3.81 "1/4'
3.82 3.86 �Z
3.87 3.91 S
3.92 3.96 2 `7a
3.97 4.01 0`fo .
4.02 4.06 `W
4.07 4.11 , 3
4.12 4.16 3%p
4.17 4.21 3 "o
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.
. 8 6 . - Z o MEMORANDUM
TO: BOCC
DATE: August 26, 2011
W E L'i ' 0 N T Y FROM: Barb Connolly, Controller.
SUBJECT: Bid B1100118 Armored Car Services
The bids for armored services for South County location have been reviewed.
The bid from Dunbar Armored Inc, does not meet specs. Bid specified same day bank deposit
and Dunbar cannot provide that
The recommendation is to accept Garda Cash Logistic
,;7O/- a.09
sya0a�i/ c?�o�3
f
NI @
r(
/ 0 -
W 14-
N
en N 2
N $
\ 0
) , N w
2@ / ) ) ecE 4, /
O oR G \
� oRo = 6
f \7 » � _ � ° + o
U § / \ % \ 1- � N a \
D000 ? R ° m ® co
I- � / � � cn \
oosn
zE - � —E
\ ; { \ § m a. H
° EE0a o w
od � � . . 4 _i ® >- 0
° oC cc W 4 w o o \ (
W r E / x _i w # o r _i
kQE ) & 3 » I N <
/ n x
2 0 o \ \ j \
k4 w
cc 0 / )
= Ili
Lau-
0
j 2 CC a / _ { 0 a
\ a w o 0 = z k §
\ § j § 6 \ \ \ \ co
Co cc 0 2 •$ e ® d \ \ 0 1-
CO CO / LL LL w 0 j
o r _ } ( 0 \ L /
E � \ \ § ° 0 � / \
{ E 0: =gl m / / u e = o
I-
- � \ � � H / 0 ) cl-
w ® kC \
£ S ± ° $ q z22 = - & \ f \ 0 ± z
w 2 / S riq « ? ) R CYO § ) 00 � ) }
� _ o o z w
® \� § _ ~ < � A = \ _ � 3 � e ) \ $ §
Z < ._ :; � Li o mno ± zu 2 < � cc »
3 �� _ / . � ouj . Z < - o < Li = 2 wg eg
nc \. o� 6 ) kOaa � < D— <I-L >cool— S 40 ko 0
\ x12 § 0 = 4 0 >Woz zmz 0 I LiJ � _ 2 zz
W \ 1 # me < < gw = _ _ ° H w I- 0d
\ n OWccbk § 0 0Go = o = $ = r1 R ' mk
� � W Hjig & wa ® i ' co cc
»� < ww ° wia / § ; . i NN
Hello