Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20260127
Corth,aDa. awl SERVICE AGREEMENT BETWEEN WELD COUNTY AND WASTE MANAGEMENT OF COLORADO THIS AGREEMENT is made and entered into this 1 o day of FP.b4 2026, by and between the Board of Weld County Commissioners, on behalf of Falilities, hereinafter referred to as "County," and Waste Management of Colorado, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. B2500153 Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from Form Revision 5-2025 C.uhYn+- c c : ()Haase (50 ZO2C0-Ur/ Z/1Tc/Z 2AS/2c, 136002g entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon ninety (90) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $63,819.88 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in 2 accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action 3 by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional 4 insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All 5 certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in 6 coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 16. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 17. Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or 7 subcontractors. The contractor shall not be liable for any Claims resulting solely from negligence or willful misconduct of the County. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 18. Force Majeure. Except for the failure to make payment when due, neither Party shall be in default for its failure to perform or delay in performance caused by an Uncontrollable Circumstance, and the affected Party shall be excused from performance during the occurrence of such events. For purposes of this Agreement, "Uncontrollable Circumstances" means any act of terrorism, act of God, landslides, lightning, forest fires, storms, floods, typhoons, hurricanes, severe weather, freezing, earthquakes, volcanic eruptions, other natural disasters or the imminent threat of such natural disasters, pandemics or epidemics, industry-wide labor or equipment shortages, quarantines, civil disturbances, acts of the public enemy, wars, blockades, public riots, labor unrest (e.g., strikes, lockouts, or other labor disturbances), acts of domestic or foreign governments or governmental restraint or other causes, whether of the kind enumerated or otherwise, and whether foreseeable or unforeseeable, that are not reasonably within the control of a Party. 19. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 20. Examination of Records. To the extent required by law, the Contractor agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers, and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 21. 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, 8 including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 22. Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Curtis Gardner Position: PSS Manager Address: 40950 Weld County Rd. 25 Ault, CO 80610 E-mail: cgardne7@wm.com Phone: 720-413-5511 TO COUNTY: Name: Patrick O'Neill Position: Director of Facilities Address: 1105 H Street Greeley, CO 80631 E-mail: poneill©weld.gov Phone: 970-400-2023 23. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 24. 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. 25. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This 9 Agreement may be changed or supplemented only by a written instrument signed by both parties. 26. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 27. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 28. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 29. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 30. Non-Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as applicable now or hereafter amended. 31. 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. 32. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 33. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement 10 of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 33. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 34. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONT TOR: By: Name: Curtis Gardner Date of Signature: 2/5/2026 Title: PSS Manager 11 WELD COUNTY: ATTEST: ;e1 BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Weld County Clerk to the Board BY: 45-juicuA6U,/l /KY Deputy Clerk to the Board Scott K James, Chair e0dopoliew _ � FEB 1 8 2026 1861 -``' 1. ter' "-; 11*0 12 2 b-Z to-U121 Weld County Finance Department ,2861 Purchasing Division ITF�I i = 1301 North 17th Avenue Greeley, Colorado 80631 EXn1Dit A General Services - Invitation for Bid (IFB) Cover Sheet Bid Number: B2500153 Title: Trash Services Weld County Advertisement Date: December 12, 2025 Questions Due: December 29, 2025, by 4:00 pm Questions Posted: December 31, 2025, by 4:00 pm Questions email: bidsweld.gov Bid Due Date: January 8, 2026, by 10:00 am, Purchasing's Clock Bid Delivery: Preferred email to bids(a�weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bidsweld.gov Documents Included in this Bid Package IFB Schedules IFB Attachments Schedule A: Bid Instructions Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: Bid Form Schedule E: Insurance Schedule F: Weld County Contract Form Revision 6-2025 Table of Contents General Services - Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 IFB Attachments 1 Table of Contents 2 Schedule A - Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B - Scope of Work 5 Project Overview 5 Method of Procurement 5 Pricing Method 5 Specific Requirements and Responsibilities 5 3. Schedule C - Procurement Schedule 6 Schedule D - Bid Response Form 7 Bid Submittal Instructions 7 Fees 7 Attestation 9 Schedule E — Insurance 11 Insurance 11 Insurance Mailing Information 13 Schedule F - Weld County Contract 15 Contractual Obligations 15 Weld County Standard Contract 15 Solicitation #B2500153 Page 2 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Weld County Trash Services Bids will be received until: January 8, 2026 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on January 8, 2026 at 10:30 am. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Join the meeting now +1 720-439-5261„439627385# Meeting ID: 246 840 314 207 8 United States, Denver Passcode: bn36SD3W Phone conference ID: 439 627 385# Bid Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Submission 1. PREFERRED: email bids to bids(o�weld.gov If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. 2. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by authorized person. 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 Solicitation # B2500153 Page 3 "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 Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. 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. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 2. 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 Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation # B2500153 Page 4 Schedule B - Scope of Work Project Overview Weld County is seeking bids for a vendor to provide Weld County Trash Services Method of Procurement Invitation for Bid (IFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non-responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an IFB contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not-to-exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Specific Requirements and Responsibilities Trash Services: Weld County is seeking bids to perform trash/refuse removal services for its buildings. The start date for services will be March 1, 2026. Specifications: Weld County Facilities Department is seeking bids for removal of trash at its buildings using the following Criteria. List of specific addresses can be seen in Table 1 located in schedule D. 1. Start date of service will be March 1, 2026. 2. Weld County is to be billed once a month. Bill is to be sent to the Weld County Facilities Department, PO Box 758, Greeley, Colorado, 80632. 3. Billing invoice is to show name of department or building; location and amount charged for the department or building. 4. The contract will be for a one-year period and can be renewed annually thereafter. 5. For subsequent years, identify escalation percentage. 6. The Jail has a roll-off compactor. As such it may require maintenance. Provide with your bid response how maintenance will be accomplished along with hourly rate. 7. Submit three references. Weld County reserves the right to act as a reference. Please submit for each. a. Reference Name, Title, Organization b. Phone c. Email Solicitation# B2500153 Page 5 3. Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date December 12, 2025 Technical Questions Due December 29, 2025, by 4:00 pm Technical Questions email bids©weld.gov Questions Answered via Addendum December 31, 2025 Proposals Are Due January 8, 2026, by 10:00 am Purchasing's Clock Solicitation Notice of Award (Anticipated) January 21, 2026 Contract Execution (Anticipated) February 4, 2026 Solicitation # B2500153 Page 6 Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non-responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Table 1: Pricing Sheet Building Address Quantity Dumpster Service Cost Name Size Frequency 1150 1150 0 ST, 1 6YD TRASH 3X per week $ GREELEY, CO 80632 1301 1301 N 17TH 1 6YD TRASH 2XW $ AVE, GREELEY, CO 80631 1401 1401 N 17TH 1 6YD TRASH 1XW $ AVE, GREELEY, CO 80632 1402 1402 N 17TH 1 4YD TRASH 2XW $ AVE, GREELEY, CO 80631 1551 1551 N 17TH 1 6YD TRASH 1XW $ AVE, GREELEY, CO 80631 8th Avenue 300 8TH AVE, 1 3YD TRASH 1XW $ Storage GREELEY, CO W/ LOCKING 80631 DEVICE Alternative 1390 N 17TH 1 6YD TRASH 3XW $ Programs AVE, GREELEY, CO 80631 Buildings & 1105 H ST, 1 20YD TRASH 1XW $ Grounds GREELEY, CO 80631 New 1105 H ST, 1 20YD TRASH 1XW $ Grounds GREELEY, CO 80631 CHAN 934 9TH AVE, 2 4YD TRASH 2XW $ GREELEY, CO 80631 Solicitation # B2500153 Page 7 Ft Lupton 7625 WELD 1 2YD TRASH EVERY $ Fuel Site COUNTY RD 31, OTHER FORT WEEK LUPTON, CO (EOW) 80621 Greeley 1113 HST, 1 6YD TRASH 1XW $ Fuel Site GREELEY, CO 80631 Household 1311 N 17TH 1 6YD TRASH 2XW $ Hazardous AVE, GREELEY, Waste - CO 80632 North Household 5510 US 1 6YD TRASH 1XW $ Hazardous HIGHWAY 52, Waste - ERIE, CO 80516 South Human 315 N 11TH 2 6YD TRASH 3XW $ Services AVE, GREELEY, CO 80631 Law 1950 0 ST, 1 6YD TRASH 1XW $ Enforcement GREELEY, CO 80631 Clerk and 1250 H Street, 1 6YD TRASH 1XW $ Recorder Greeley CO 80631 Motor Pool 1399 N 17TH 3 6YD TRASH 1XW $ AVE, GREELEY, CO 80632 Jail 2110 O ST I 1 30YD TRASH 2XW $ GREELEY, CO COMPACTOR 80631 Jail 2110 O ST I 3 3YD TRASH 1XW $ GREELEY, CO 80631 Public 1555 N 17TH 1 6YD TRASH 2XW $ Health AVE GREELEY, CO 80631 Print Shop 1500 2ND ST, 1 6YD TRASH 1XW $ GREELEY, CO 80631 Public 1111 HST 2 6YD TRASH 1XW $ Works GREELEY, CO 80631 Southeast 2950 9TH ST, 2 6YD TRASH 1XW $ Service FORT LUPTON, Center CO 80621 Solicitation # B2500153 Page 8 Southwest 4209 WELD 2 3YD TRASH 1XW $ Service COUNTY RD 24 Center 1/2, LONGMONT, CO 80501 Training 1104 H ST, 1 6YD TRASH 1XW $ Center GREELEY, CO 80631 Crime Lab 2329 115TH 1 6YD TRASH 1XW $ AVE, GREELEY, CO 80634 Wash Bay 1399 B, North 2YD TRASH 5XW $ 17th ave 2 GREELEY, CO 80631 Coroner 1121 M Street 1 3YD TRASH 1XW $ Greeley CO, 80632 Dacono 1121 M Street 1 2YD TRASH EOW $ Grader Greeley CO, Shed 80632 As Needed County Wide 20 20YD TRASH As $ Requested Total $ Complete the Following: Trash Services TOTAL for all buildings (Per Month) $ Annual Escalation/Markup Percentage cyo Roll-Off Compactor Maintenance $ Hourly Rate Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request B2500153 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F — Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. Solicitation #B2500153 Page 9 8. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Date of Signature Name: Title: Solicitation # B2500153 Page 10 Schedule E — Insurance Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Solicitation # B2500153 Page 11 Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Solicitation # B2500153 Page 12 Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Michael Baranovic Email: Mbaranovic@weld.gov Telephone: 970-400-2031 Solicitation # B2500153 Page 13 Mail: Weld County: Facilities Department ATTN: Michael Baranovic PO Box 758 Greeley, CO 80632 Solicitation #B2500153 Page 14 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non- appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project-by-project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for General Services: Service Agreement Between Weld County and [Contractor] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [Department], hereinafter referred to as "County," and [Contractor], hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. Solicitation # B2500153 Page 15 NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items; materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement Solicitation # B2500153 Page 16 by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, Solicitation # B2500153 Page 17 assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 Solicitation # B2500153 Page 18 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Solicitation # B2500153 Page 19 Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non- payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Solicitation # B2500153 Page 20 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 16. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 17. Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 18. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 19. Examination of Records. To the extent required by law, the Contractor agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers, and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. Solicitation # B2500153 Page 21 20. 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. 21 . Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Position: Address: E-mail: Phone: TO COUNTY: Name: Position: Address: E-mail: Phone: 22. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 23. 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. 24. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 25. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made Solicitation # B2500153 Page 22 available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 26. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 27. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 28. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 29. Non-Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24- 10-101 et seq., as applicable now or hereafter amended. 30. 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. 31. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 32. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 33. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. Solicitation #B2500153 Page 23 If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 34. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: Date of Signature: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Weld County Clerk to the Board BY: Deputy Clerk to the Board [Insert Name], Chair Solicitation #B2500153 Page 24 ':9 i _ i • _ _ xhtbit B__:__ _00111 L JIW_ . i •6 a • . - i ii V' -• • uen �c7 • S --. • 1:n i ( 2 .1 a • Cloamr Alp For Tomorrao 4 - - i I r, `.. 1 IN ; ie r liv 4 ' s. — —L=_ _p.__., ,.., _ ..m....i.-----f,;-V-:"-..;. • i i ill . .. .. .. ...,-. .-,....•:.:.• . -- GO. • • •S..• rawer�--r.�S sV' �'ri r•y ..•�., wJ.r `�•.+, }Ai Trr"".s � .w ''.. � 'G ', • � •VT-Z.;r ..-r-�• r��_r�� __ w�- +• .Ai Ss i fi 41 3. r...l� ? • is r .- .--,. .i w-"a't'a- w.�.rrr 2L.� _ .- r .. ''�. arl �..ir4 !r +y_at::..-- r �r..-r-r'r+r.rw+-ww+' �fA ,�. � r•a r ?rrt r-� rs.� �S�rw�_�_ . r•« .�i��=aw- rrw a— _ �- wrw.w �.. I Qf 1.'.�iA"M �...�Ii w r. .� •'•�, '•I-i I�..r w•�,���� .ems�_���i��= = =A = _ � ur- r L� +� .- ,...r±rr� .mtiw -. r.. _ 'rS .wrr n3r a-s-. —_ t r-.� a_.rr�w-�w ...a - /j�� _ m I .. •i.,. -r .r- -a-! _ s�.' .— _•-w- •.-t raw ...rw'- i a�- Jfr.�fi../�L� ,.�Trf„ I.r�• GSM r�..S M rCw� w w..« ;.-s-�..w...... w_.w•v�. w�a w- w•w- �• w �.w- Q r !r f S L..�;,.i..�r�,;:._Sr� ~�..w� r +^`-Z�-" � ;,'.'.—,.:.�_s-•w�+����...i� w w�" T- I- .r,w.. «,', ,:,., Aw '�'r�r»w ri�" w.A•.....r -'ii-w.• w• s-r- �-• -� 4=:�iSi".1".7 wSrLr r�R waif %s s_.4 ,,..v ot..u...li Kwer.1,e4 N.!G=�!s ,: .r"Ve =w' �! =�w�"A��= ita'v±'s"r.+ ,:'.vi±ii~i 'Znirrii i i?r!i�"si°`'r i'i'irir::.... aS/ .!.."'may•-�!s  ri..r,��i �.Ss ��i+��+s..=ii i•. WELD COUNTY Trash Services B2500153 I January 8, 2026 SUBMITTED BY Waste Management of Colorado, Inc. CONTACT Curtis Gardner I PSS Manager 720-413-5511 I cgardne7@wm.com ari Waste Management of Colorado,Inc. 1; 40950 Weld County Rd. 25 T a '® Ault,CO 80610 January 8, 2026 Weld County 1301 North 17th Avenue Greeley, CO 80631 Re: Invitation for Bid B2500153 Trash Services for Weld County Waste Management of Colorado, Inc. (WM) is pleased to provide the enclosed response to Weld County's Invitation for Bid (IFB) B2500153 for Trash Services. We acknowledge Addendum 1 (see attached signed addendum). Our experience and successful service history make WM the best environmental solutions partner for your county. We provide everything Weld County needs and expects in a waste service provider; safe, reliable collection of trash and responsive customer service. We also provide: • A Personalized Customer Service Experience-We encourage our partners to interact with us in whatever manner is most convenient for them. Weld County' team members will benefit from our 24/7 customer service capabilities such as digital live chat, after-hours customer service features, and a convenient mobile app. • A Team of Professionals Dedicated to your Contract-Our team is designed to provide the highest level of customer satisfaction, from on-the-street collection to our customer service center. • Advanced Service Technologies- Using real-time service confirmation, GPS tracking, and proprietary routing technology allows us to provide the most consistent service standards. In addition, our integrated systems work together to maximize collection reliability for your county. WM is committed to offering the best service and value for Weld County. Our sincere desire is to be considered for your comprehensive service provider and help Weld County build a highly efficient, effective, and sustainable program that will help you advance toward your diversion goals. WM is uniquely qualified and committed to the opportunity to serve Weld County. Sincerely, C0/1\0000.- Curtis Gardner, PSS Manager 720-413-5511, cgardne7@wm.com A Printed on 100%post-consumer recycled paper. in Please recycle after use. 1 Addendum # 1 Bid Request Number B2500153 Weld County Trash Services Questions! Answers: 1 I noticed several changes in the RFP that do not align with the current service levels. I wanted to confirm whether these updates were intentional. Answer: Yes. the scope of work in the bid is correct. Some changes were made from the previous contract. 2. Is the compactor at the)ail owned by Weld County or the hauler? Answer: The compactor is owned by Weld County 3. The As-Needed roll-off(last column of the Pnce Sheet)states as-needed, County Wide. Can you provide a potential list of addresses, or any more specifics on the possible locations. With Weld County being so large, we want to make sure we're not committing to something outside our service area. Answer: The as-needed would be for the same addresses that are already listed in the scope of work. There would not be any locations outside of these areas. 4. On Schedule D you have the Dacono Grader Shed listed at 1121 M St, Greeley 80632. The address we have in our system for this location is 3927 County Road 17. Brighton, CO 80603. Answer: Good catch! The address of the Dacono Grader Shed is indeed 3927 County Road 17. Brighton. CO 80603. Addendum Acknowledgement "'A signed copy must be submitted with your bid. Thank you!"' Company Name: Waste Management of Colorado. Inc. January 8,2026 Date of Signature Signature: Name: Curtis Gardner Title_ PSS Manager January 8,2026 APrinted on 100X post-consumer recycled paper. Please recycle after use. Table of Contents Cover Letter Table of Contents iii Introduction 1 WM: Who We Are and What We Do - For You 1 WM is Innovating Today, For Tomorrow® 2 Billing 4 Billing Built Around You 4 Customer Service 10 Customer Service, For Tomorrow° 10 References 14 References: Choose with Confidence, Informed by Proven Results 14 Schedule D Bid Response Form 16 Exceptions and Clarifications 20 Insurance 21 Conclusion 23 Data contained in this proposal represents the most recently published information for WM's wholly owned operations,unless otherwise indicated. j r w , Introduction WM: Who We Are and What We Do - For You When you work with WM, you tap into more than just waste collection - you gain access to a powerful network of resources backed by decades of experience serving various industries across the U.S. and Canada. From collection to disposal, our technology and infrastructure are built to handle every part of your Trash Services - efficiently and responsibly. With a global team of -61,700 professionals and the industry's largest network of facilities, WM brings unmatched technical capability to Weld County. Leveraging our local know-how, we help you reduce waste, improve operations, and work toward your environmentally focused goals with practical, proven offerings. Let us help you turn today's waste into tomorrow's opportunity. WM At-A-Glance The following data represents the most recent information published in the WM 2025 Sustainability Report: • -61,700 team members globally' • $22 billion revenue' • 262 operating landfills for disposal of residential, commercial, and industrial waste • 18,860 collection vehicles helping keep our communities clean and safe' • 13,170 alternative fuel vehicles that produce lower emissions than fossil fuels - making up more than two-thirds of total fleet • 18 landfill gas-to-energy facilities that produce renewable natural gas to fuel our collection fleet • 213 natural gas fueling stations supporting WM's ability to fuel our fleet with compressed natural gas • 151 landfill gas beneficial use projects' • 105 recycling facilities expanding access to recycling services to more communities and businesses • 49 organics processing facilities that transform food and yard debris into nutrient-rich compost • 16 million tons of material recovered in 2024; WM is the largest recycler of post-consumer material in North America • 3 CORe® facilities that process source-separated organics into a bio slurry used to enhance the efficiency of renewable energy generation at wastewater treatment plants 1 , Weld County B2500153 - Trash Services • 2.6 million people positively impacted since 2022 • 13,500 acres actively managed through certified wildlife habitat programs • 300 habitat, species, and education projects • -70 Wildlife Habitat Council (WHC)-certified programs across North America 'Inclusive of WM and Stericycle as of 12/31/2024. 2 Collection Vehicles indicates the number of active vehicles that register more than 600 on-road hours within the reported year. 3Facility count is inclusive of WM-owned-and-operated facilities plus third-party facilities operating on WM landfills. WM is Innovating Today, For Tomorrow® At WM, we bring local insight and industry-leading resources to help you manage waste in ways that are cleaner, smarter, and more forward-thinking. For over 55 years, we have supported communities by providing dependable environmental services that help keep streets clean and neighborhoods safe. Today, we are focused on helping you get more value from your materials while reducing the environmental impact to your county. Whether you are looking to improve recycling, divert more waste, or explore new ways to operate more efficiently, WM is here with practical solutions and expert guidance. As demand grows for recycled content and lower-emission energy sources, we are investing more than $3 billion between 2022 and 2026 to expand access to circular solutions - turning today's waste into tomorrow's resources. Our sustainability strategy is built around three core ambitions that guide this work: Material is WM plays an essential role in the circular economy by investing in and REPURPOSED operating innovative recycling solutions that help you get more value from your materials.With advanced technology and automation in our recycling facilities, we are making it easier to recover and reuse more of what you throw away. We are piloting solutions for hard-to-recycle materials like plastic film and textiles, exploring new ways to reuse organic materials, and supporting events, stadiums, and businesses in improving how they manage materials in a circular way. Between 2022 and 2026, we plan to invest over $1.4 billion in approximately 40 new and upgraded recycling facilities. These improvements are expected to add 2.8 million tons of new recycling capacity each year - helping customers like Weld County recycle more, more efficiently. We also continue to focus on education and awareness through our Recycle Right® program, helping your customers make informed choices about what belongs in the recycling bin. 2 Weld County B2500153 - Trash Services Energy is WM is reimagining the modern landfill to do more for you and your county. By RENEWABLE capturing landfill gas and converting it into renewable natural gas (RNG), we are turning waste into a lower-emission energy source that can help fuel both our fleet and local communities. From 2022 through 2026, we plan to invest over $1.4 billion to build 20 new WM-owned facilities that will transform landfill gas into pipeline-quality RNG. This energy can be used to help reduce emissions and support cleaner operations. By 2026, we aim to allocate RNG to 100 percent of our compressed natural gas fleet in the U.S. - helping us deliver your services with a smaller environmental footprint. Communities are WM shows up for your county by investing in the people who help keep it THRIVING running-our employees. From safety and education to conservation and workforce development, we are committed to building a strong, future-ready team that delivers the service you count on every day. We are always working to improve safety and create a workplace where every employee feels supported and valued. That means opening doors to new talent, reducing barriers to employment, and providing training and education at every level of our organization. Our safety vision - Get Home Safe Every Day - guides how we work, because we know that when our team is safe, your service is too. 3 ;41(4111111114 • .46 41 PI ar ( - Vein, aG. � r� - — ir), .4 J • Billing Billing Built Around You Delivering a great customer experience starts with getting the details right. That is why we invest in the tools and technology that help us serve you better. WM's fully integrated billing system ensures your information is accurate and your service runs smoothly - because billing is a key part of how we support you down to every detail. What Weld County Can Expect A System That Works for You Our fully integrated billing platform - MAS - connects all the dots - billing, routing, and customer service - so your information is accurate and your experience is smooth. Our invoice format is designed with input from customers like you, making it easier to read, understand, and act on. We also offer the flexibility to include custom billing inserts and messages tailored specifically for Weld County. For customers who prefer to manage their account online, we provide electronic versions of these inserts directly within their digital invoice - offering a complete, paper-free experience. Always On, Always Secure Our system runs 24/7 on a secure, reliable platform. We back up your data continuously and audit it regularly to ensure everything is up to date and accurate. Connected Routing, Seamless Service Each day, our system generates electronic route logs based on billing data. These are sent directly to our drivers' tablets, so they know exactly where to go and what has changed. New or updated accounts are highlighted to ensure nothing is missed. Fast,Accurate Support Payments are processed immediately through our regional payment center, so our Customer Experience (CE) team can access accounts in real time and help quickly with any billing questions. Online Bill Pay,Anytime Pay your bill online, 24 hours a day, 7 days a week. It is safe, secure, and easy to use. An Easy-to-Understand Monthly Invoice Our customers asked for a clearer invoice, and WM answered. We redesigned our invoice template to reflect accurate billing information in an easy-to-read format. It meets all local, regulatory, and contractual requirements while offering a clean layout, step-by-step payment instructions, and explanations of common charges. This is billing made easier. 4 Weld County B2500153 - Trash Services SIMPLE GUIDE TO YOUR INVOICE (FRONT) Contact Information Detailed Account Activity © We're always here to help,either online or by 0 Information by service location,including all phone services,credits,and additional charges. O Customer ID Payment Coupon Unique identifier for your account. O What Do I Owe and When O If paying by mad,this is the portion of your Quickly see the total and when it is due. paper invoice you return with payment. © Billing Period Account Overview Shows the bang cycle dates for this invoice. © A quick summary of your monthly charges.A full breakdown is in the details section below. 5 ,11, Weld County B2500153 - Trash Services miRri., . INVOICE Pagel of Customer ID: O X-XXXXX-XXXXX Customer Name: WM CUSTOMER Service Period: DATES HERE Invoice Date: DATE HERE Invoice Number: fa XXXXXXX-XXXX-X Access Your Account Your Payment is Due Your Total Due Visit Wm.❑c�yo�m��/MyWM Your account is Past Due. Please $XXXXX Create a My WM f54 r easy access to pay immediately to avoid j your pickup sch nuke alerts and potential service interruption. O onLne tools for d more.Have a question?Check ou ppOrt center or start (�\) a chat. T tul payment of the invoiced arnan not is of 3.✓ o received within yw n stay be charged a monthly late charge 012.5%of the utnaid amount,with a minimum monthly charge of$5,or such late charge aibwed under ',, applicable law,regulation or contract Previous Balance Payments Adjustments Current Invoice Total Account + + + Charges = Balance Due XXXXXX XXXXXX 0.00 0 XXXXX I XXXXX DETAILS OF SERVICE Details for Service Location: Qwtainer ID: X-XXXXX-XXXXX CUSTOMER NAME,CUSTOMER ADDRESS PON:PDXXXXXX DaaalplNn Date Ticket Ouandty ( Amount Disposal xc cx o XXXX )DDO Curb Service xx,x XixX XXXX XXXX Curb Service XX/XXIXX XXXX XXXX 96 Gallon Cart O XX/XX/XX XXXX XXXX 96 Gallon Cart XX/XX/XX XXXX XXXX 96 Gallon Cart XX/XX/XX XXXX XXXX 96 Gallon Cart XX/XX/XX XXXX XXXX 96 Gallon Cart I XX/XX/XX XXXX XXXX 96 Gallon Cart I XX/XX/XX XXXX XXXX 96 Gallon Cart XXIXX/XX XXXX XXXX 96 Gallon CaR__. _._ xxntxncxl l XXXX XXXX. X Please detach and send the lower poison with payment---(no cash or staples) I Invoice Date Invoice Number Customer ID r (Include with o menu) DATE HERE XXXXXXX-XXXX-X x-xxxxx-xxxxX DO NOT SEND.AYMEN TS NM HAUUNG GSTRICT HERE HERE Payment Terms j Total Due Amount Total Due by XX/XX/XXXX, SXXXXX 0 2479000048317253009079619090002215012500044559546 1 I1734R70 WM CUSTOMERS pent Tx WM CORPORATE SERVICES,INC. WM CUSTOMER ADDRESS AS PAYMENT AGENT PO BOX 4847 CAROL STREAM,IL 80197-4847 w.aI .mrua we... SIMPLE GUIDE TO YOUR INVOICE (BACK) 0How Do I Pay Set Up Automatic Payments Easy ways tc make a payment. ©O Sign up for our automatic payment service for a convenient way to establish recurring payments on your account. Change Your Contact Information O It's easy Complete this section to make sure you receve your invoice and stay connected 611/1111/11. Weld County B2500153 - Trash Services I Page 2 • • DETAILS OF SERVICE-continued DetaNi for Service Location: Customer ID: XXXXXXXXXXXXX CUSTOMER NAME,CUSTOMER ADDRESS PO#:XXXXXXXXXXXXXX Desoiption _ ' Date Ticket I Quantity Amount 96 Gallon Cart XX/XX/XX --�- XXXX' XXXX 96 Gallon Cart XX/XX/XX XXXX XXXX 96 Gallon Cart XX/XX/XX XXXX XXXX 96 Gallon Cart XX/XX/XX XXXX XXXX 96 Gallon Cart XX/XX/XX XXXX XXXX 96 Gallon Cart XX/XX/XX XXXX XXXX 96 Gallon Cart XXIXX/XX XXXX XXXX 96 Gaton Cart XX/XX/XX XXXX XXXX 96 G3 0:1 Cart XX/XX/XX XXXX XXXX GREENER WAYS TO PAY HOW TO READ YOUR INVOICE ww.cnoo*on W mese attc,nab.eaymemopnuns ®..==== u_u„..1 ooto*a ne total amount a cement lout w o 10,15.20., gig tag *a „toad Balance. AutoPay c rn..f no,A,states tow eta oaynwn,a to. Set uprecurreg payments with to Me anyMnd beyond mat date may.<ur s at wm.com/myaccoum a„*oral stares. Pre..balm t the tool,*non your Vero* LSD online 0 2 w sub.. s w.rCue.Chergnc..d,A not :1>o wm.com fa Wck asM I�-� n oinuo.kf ou tuve menu gnalsalow or ma�make If you Nve not Wo as o'a porton of your sreras balance. Pens pay tie enure TOWOrt m err,a Wm clause - By Phone r,w„aa seem.n $ Pay 24/7 by calling - 966-964-2729 _ 1 3 Swv...bon desk (um,charges or New Payment Platform �a Here are more details about our enhanced online bill-pay system.Powered by Paymentus,the platform will provide more options and flexibility when managing and paying your bills. , Expanded payment options. Anytime,anywhere payments. Complete Hub tor account activity. Pay with PayPal,Apple Pay,or Google Same great 241/availability so you Continue to view and manage Pay,via secure direct debit from a bank can make payments when convenient your bills directly from account;or by credit or aeon card. or set it and forget rt with AutoPay. My WM(wm.com/mywm). If your stn.o,s suspend.for ton-payment you may be charged a Resume charge to restart your servce tea tact tarumt0 chock.a charge vial be assessae on toot nest invoice equal to aria make hum amount oermane0 by applicable ease law ❑Chedc Hereto Change Contact Info ❑Check Hereto Sign Up for Automatic Payment Enrollment •st your new billing information below For a change of service address. If I enroll in Automatic Payment services,I authorize WM to Pay ;mace by electronically ,lease contact WM. deducting money from my bank account.I can carrel aunlonzatlon by rotifyng WM at Address 1 wm.boln Ofby calling the customer service number listed on my invoice Your e- could take 1-2 bdlrg cycles for Automatic Payments to take effect.Contxua t. Address 2 payment until page one of your'holes reflects that you'payment will be deductes, City State Dy' ©O Zip Date Email Sank Account Date valid Holder Signature NOTIea:By ac W inq your cbech y thorYup the Company to use information on your check,to make a one-din.electronic debit to your account a•the financial institution Indicated on your stack.The electronic debit wvl be to'the emourt of your check and may occur as soon as the same day we receive roar check. in prda•for us to service yo.ar account or to collect any amounts you may owe Ifon non•nlerkebrg Of solicitation purposed,we may contact you Sy retapnne at any telephone number that you prcvided'Lo connection wen your account.mowing tireless telephone numbers,when could mew In charges to you.Methods of contact may Iroivaa test messages and using pre-recordedlartlfkeil voice messages ardlor use of an automatic dialing device,as ap iceble.We may also contact you by email or otne,methods as aovd.d In out contract. Please send an bankruptcy correspondence to RMCbanv,uptcy®wm.corn or POWs 43290 Phwnls,AZ 85080.Using the email option will expedite you repueal.(ilea language is n compsance wiin tt USc 34210121 of ire Bankruptcy Codel Go Paperless, Stay Connected More people are choosing to go digital - and we make it simple. We offer secure online invoice access along with convenient payment options. You can choose to make a one-time payment or register your WM account to: • Enroll in paperless billing - reducing paper clutter 7 Weld County B2500153 - Trash Services • Set up automatic (recurring)payments - making payments easier • Store payment details - for faster, more secure checkout Paperless billing is a straightforward way to save time, stay organized, and reduce paper use. Transitioning to WM Billing Your county is unique, and so are your billing needs. WM tailors the transition process to meet your requirements, ensuring a smooth and efficient rollout. Here Is How We Make It Easy For Weld County: 1. Align on Data Needs We start with a collaborative meeting to review available data and identify any gaps. Data commonly requested during a billing transition includes: • Current account and route number • Billing name and contact information • Service address name and contact information (if different than billing information) • Service details including container type(s), size(s), container quantity, frequency of collection, and current collection day. • Account special handling/service notes (i.e. locked access, drive-in, disable customer assistance, etc.) 2. Set a Clear Schedule Once we confirm the data format, we work with your team to schedule data transfers. Periodic transfers are typically required to capture the addition of new accounts and changes to existing accounts. This collaborative process helps us keep your records current and accurate. 3. Verify and Validate Before services begin, we verify all billing data through various efforts including: Parcel Verification Audits, site visits, phone audits, and direct mail requests. We clean the data to remove deleted accounts, duplicates, and inconsistencies. 4. Go Live! WM will establish initial customer accounts in our billing system using verified account data. Each of your customers will receive a unique WM account number. Choose WM for service that is seamless down to every detail-with billing that is secure, easy to understand,and built around your convenience. Enhancements to Your Payment Experience WM has enhanced the payment experience, so our customers now have access to more flexible and comprehensive online bill-management capabilities. Powered by Paymentus, a best-in-class electronic bill payment solutions provider, we are excited to offer additional payment methods, including popular digital wallet services like Venmo, PayPal, Apple Pay and Google Wallet. In addition to these new ways to pay, customers will still be able to pay by electronic debit from a bank account (ACH network in the U.S. and PAD in Canada) and credit or debit card. Accounts may be subject to a 8 , Weld County B2500153 - Trash Services convenience fee ($1.99 USD/$2.75 CAD per transaction for residential service; $9.99 USD/$13.75 CAD per transaction for commercial service; fee amount subject to change) for payments made using credit cards, debit cards, and digital wallets. If a customer's payment is subject to the convenience fee, it will be disclosed during the online bill payment process. We will also continue to offer a free way to pay invoices - by ACH debit from a bank account - if customers do not wish to pay a convenience fee. 9 1 \I rI- • I I s 11 W lat Customer Service Customer Service, For Tomorrow® At WM, exceptional customer service means meeting you where you are - and driving service forward to where you are going. Our flexible, multi-channel customer experience model makes it easy for your customers to connect with WM through the channel of their choice. With WM, they can also access self-service tools and digital resources at their convenience. Backed by smart technology and knowledgeable teams, we deliver fast, consistent, and personalized service. This section highlights the full range of services and support we offer to keep your county connected and informed today - and the feedback-driven tools that will help us evolve with Weld County into the future. Multi-Channel Customer Experience: Connect with WM Your Way We put Weld County first by anticipating your service needs and delivering support tailored to you. To meet customers where they are - and ensure every interaction feels consistent and easy - we have expanded beyond traditional service models to offer a flexible, multi-channel experience. Whether you prefer to call, click, or chat, WM offers a connected experience across every channel. Customer Support Channels To make every interaction easy and efficient, WM offers the following customer service channels - each designed to save you time, reduce effort, and give you control over how and when you connect. • Lisa- Our Conversational Voice Assistant Lisa is our Interactive Voice Response (IVR) system that helps you get what you need without navigating complicated menus. Just speak naturally, and Lisa will guide you to the right solution - whether that is a helpful link, a service request, or a live agent. • Callback and Text Options No more waiting on hold. Choose a callback or text option, and a WM Customer Service Representative (CSR) will reach out when available - or continue the conversation by text at your convenience. • Live Chat Start with our chatbot for quick answers to common questions. With every customer conversation, the chatbot learns and improves - helping continuously deliver even faster, more accurate solutions. If your request needs more attention, you will be connected to a live chat representative. • Contact Back For more complex issues, use our digital intake form to describe your request. A WM CSR with the right expertise will follow up with the support you need. 10 , Weld County B2500153 - Trash Services Self-Service Tools In addition to the support channels we provide Weld County, WM offers a full suite of self-service tools that puts your customers in control - giving them quick access to the information and services they need, whenever they need them. These digital tools make it easy to get things done quickly and confidently - so customers can take charge of their WM experience. WM.com Gives customers a seamless and intuitive way to discover the services and solutions available in their county. Customer Support Resources Allows customers to explore a collection of resources by topic to find quick answers to top-asked questions. Social Media Platforms Provides a new and convenient way to connect with WM. This platform empowers customers with the tools and My WM/My WM App technologies for on-demand digital account management and self-service solutions. Self-Service Online Capabilities Every feature on wm.com is designed for an easy, efficient, and transparent experience. These tools go beyond traditional call center support, giving customers the freedom to manage services at their convenience - with an exceptional experience at every touchpoint. We empower your businesses to choose how they want to work with us through self-service capabilities that enable them to set up their accounts, customize their preferences, and personalize their interactions. Weld County businesses also have the flexibility to request extra services they may require, all at their convenience. Furthermore, they can stay informed by easily requesting updates or tracking the status of their service requests, ensuring timely resolution and peace of mind. Once logged into their My WM account, Weld County businesses can access the following features: • Manage Communication Preferences: customers can stay informed by receiving the type of information they want and can set and manage how they prefer to receive communications. • Report Missed Pickup: If we missed a pickup, customers can easily report a missed pickup and we enter a ticket to collect. • View ETA & Schedule*: customers can stay informed of when we are stopping by - including holidays, weather events, or other service schedule changes. 11 Weld County B2500153 - Trash Services • View Order History: customers can easily view their previous requests online to check Order History their scheduled date of service and any updates to the status. w— • View Service Visuals: If customers want to know when we were there, they will not only know the date and time, but they can --�-' see their service the way our drivers see it, with photos and videos. • View Service History: customers can easily view their service history from prior months, with photo and video footage (if available). • Request Contact Back*: If customers are unable to complete a self-service action, they can request a Contact Back and we will be in touch to help them. *This feature is available to businesses, even without logging into a My WM account. Tech That Connects, Service That Delivers Every customer interaction is backed by smart technology that connects our Operations and Customer Experience (CE) teams with the right information - right when it is needed. We use the following tools designed to make your experience smooth, fast, and reliable - because when things run efficiently behind the scenes, you feel the difference up front. Real-Time Support from Onboard Technology Every WM truck in your area is equipped with onboard computer systems that keep our teams connected and informed. This means: • Faster issue resolution - from on-call pickups to rerouting, we can respond quickly. • Real-time updates on truck locations, completed stops, and service status. • Proactive cart repairs or replacements - often flagged before you report them. • Fewer emissions thanks to optimized routes and reduced idle time. • Smart service that anticipates your needs before they become problems. Our teams are connected around you- so no matter who you speak with,you can expect consistent, informed support. Listening, Learning,and Improving -With You at the Center At WM, delivering reliable service is just the beginning. We are always looking for ways to make your experience better, and that starts with listening to what matters most to you. To do that, we use two powerful tools: Net Promoter Score(NPS) and the Voice of Our Customers (VOC) survey. These tools help us understand how you feel about our service, what we are doing well, and what we can do better. 12 ��. Weld County B2500153 - Trash Services Net Promoter Score(NPS): Understanding, Not Just Measuring Understanding your needs goes beyond measuring satisfaction. That is why we use Net Promoter Score (NPS) - a tool that gives us deeper insight than traditional metrics like Customer Effort Score (CES). NPS tells us how likely you are to recommend WM to others. It goes beyond satisfaction to measure trust, loyalty, and long-term value. Here is how it helps us serve you better: • A complete picture: NPS captures both positive and negative experiences, giving us a well-rounded view of how you feel. • A look ahead: High NPS scores often mean stronger customer loyalty and more consistent service. It helps us focus on what we are doing well for Weld County. • Actionable insights: By understanding who is happy and who is not, we can make meaningful changes that improve your experience. • Industry benchmarking: NPS also shows us how we compare to others, so we can set realistic goals, track progress, and keep raising the bar. Voice of Our Customers (VOC) Survey Every month, WM invites over 100,000 customers to share their experiences through our Voice of Our Customer survey. It starts with big-picture questions about your relationship with WM, then dives into specific service details - giving us valuable insight into what is working and where we can improve. VOICE OF OUR CUSTOMERS This feedback helps us shape smarter, more responsive solutions designed to meet - and exceed - Weld County's expectations. As a WM customer,you can feel the difference of service centered around Weld County. 13 41111 • \\\ • se fi � • . . ' - . • r References References: Choose with Confidence, Informed by Proven Results At WM, we believe that the best way to show what we can do is to let our work speak for itself. The references we have included here reflect projects that align closely with the goals and scope outlined in your RFP. These examples highlight how our WM teams deliver reliable, high-quality service that you can trust. With proven expertise and tailored solutions,WM is ready to help Weld County achieve your goals with confidence. City and County of Denver, CO 161 Contact Name and Title: Email: Josh Salazar, Solid Waste Manager Joshua.Salazar@denvergov.org Address: Phone: 2000 W 3rd Ave., 6th Floor, Denver, CO 80223 720-865-4563 Project Title,Description,and Completion Date Landfill operations, solid waste and recycling collection, compost processing covering various dates over more than 30 years. Jefferson County, CO ;.�'i JEFFERSON COUNTY ,_ Contact Name and Title: Email: Jabez Meulemans, Sustainability Manager jmeulema@jeffco.us Address: Phone: 700 Jefferson County Pkwy Ste 300 Golden, CO 80401 303-829-3901 Project Title,Description,and Completion Date Solid waste and recycling services for County facilities for over 5 years. 14 W Weld County B2500153 - Trash Services City of Fort Collins, CO city of Fort Collins Contact Name and Title: Email: Ed Bonnette, Senior Buyer ebonnette@fcgov.com Address: Phone: PO Box 580 Fort Collins, CO 80522 970-221-6775 Project Title,Description,and Completion Date Solid waste and recycling services for City facilities for over 10 years. 15 /' . ,7,-_, . -.1 A , _. .;,..... m, r _, .* ••tiiii tom' 3•P t l y • i • ;• r. - i -� __________________________________ Schedule D Bid Response Form Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline_ 1) Schedule D—Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete,non-responsive,and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Table 1:Pricing Sheet Building Address Quantity Dempster Service Cost Name Size Frequency 1150 1150 O ST, 1 6YD TRASH . 3X per week $ 188.65 GREELEY,CO 80632 1301 1301 N 17TH 1 6YD TRASH 2XW $ 130.33 AVE,GREELEY, CO 80631 1401 1401 N 17TH 1 6YD TRASH 1XW $72-01 AVE,GREELEY, CO 80632 1402 1402 N 17TH 1 4YD TRASH 2XW $115.53 AVE,GREELEY, CO 80631 1551 1551 N 17TH 1 6YD TRASH 1XW $72.01 AVE,GREELEY, CO 80631 8th Avenue 300 8TH AVE, 1 3YD TRASH IXW $62.68 Storage GREELEY,CO W/LOCKING 80631 DEVICE Alternative 1390 N 17TH 1 6YD TRASH 3XW $ 188.65 Programs AVE,GREELEY, CO 80631 Buildings& 1 105 H ST, 1 20YD TRASH IXW $ 130/haul(inc Grounds GREELEY,CO 4 tons of 80631 disposal)Monthly Cost:$563.33 New 1 105 H ST, 1 20YD TRASH 1XW $ 130/haul(inc. Grounds GREELEY,CO 4 tons of 80631 disposal)Monthly Cost:$563.33 CHAN 934 9TH AVE, 2 4YD TRASH 2XW $ 186.60 GREELEY,CO 80631 16 M, Weld County B2500153 - Trash Services Ft Lupton 7625 WELD 1 2YD TRASH EVERY $44.86 Fuel Site COUNTY RD 31, I OTHER FORT WEEK LUPTON, CO (EOW) 80621 Greeley 1113 HST. 1 6YD TRASH 1XW $72.01 Fuel Site GREELEY, CO 80631 Household 1311 N 17TH 1 6YD TRASH 2XW $ 130.33 Hazardous AVE, GREELEY, Waste- CO 80632 North ' Household 5510 US 1 6YD TRASH 1XW $99.67 Hazardous HIGHWAY 52, Waste- ERIE, CO 80516 South 1 Human 315 N 11TH 2 6YD TRASH 3XW $310.61 Services AVE. GREELEY, CO 80631 Law 1950 0 ST, 1 6YD TRASH 1 XW $72.01 Enforcement GREELEY, CO 80631 Change: Mi c;Ic Sitc 10611 SPUR 1 6YD TRASH 1XW $75.74 Clerk and Ruch I #257, GREELEY, Recorder CO 80634 1250 H Street Motor Pool 1399 N 17TH 3 6YD TRASH 1XW $ 164.10 Greeley CO, AVE, GREELEY, 80631 CO 80632 Jail 2110 0 ST 1 1 30YD TRASH 2XW $ 130/haul (Inc. GREELEY, CO COMPACTOR 4 tons of 80631 disposal)Monthly Cost: S563.33 Jail 2110 0 ST I 3 3YD TRASH 1XW' $ 124.94 GREELEY, CO 80631 Public 1555 N 17TH 1 6YD TRASH 2XW $ 130.33 Health AVE I GREELEY, CO 80631 Print Shop 1500 2ND ST. 1 6YD TRASH 1XW $75.74 GREELEY, CO 80631 Public 1 1111 H ST 2 6YD TRASH 1XW $ 118 05 Works GREELEY, CO 80631 Southeast 2950 9TH ST, 2 6YD TRASH 1XW $ 150 17 Service FORT LUPTON, Center CO 80621 17 �1, Weld County B2500153 - Trash Services Southwest 4209 WELD 2 3YD TRASH 1XW $106.09 Service COUNTY RD 24 Center 1/2, LONGMONT, CO 80501 Training 1 104 H ST, 1 6YD TRASH 1XW $72.01 Center GREELEY, CO 80631 Cnme Lab 2329 115TH 1 6YD TRASH 1XW $74.61 AVE.GREELEY, CO 80634 Wash Bay Wit AnneA 905 9TI I AVE, 2YD TRASH 5XW $ 367.08 1399B North GREELEY, CO 2 17th Ave 80631 Greeley Coroner 1121 M Street 1 3YD TRASH 1XW $58.95 C0,80631 Greeley CO. 80632 Dacono 1121 M Street 1 2YD TRASH EOW $ 31.50 Grader Greeley CO, Shed 80632 As Needed County Wide 20 20YD TRASH As j $200/haul(inc. Requested 4 tons of disposal) Total $4,984.99/mth Complete the Following: Trash Services TOTAL for all buildings(Per Month)$4,984.99(excludes on call Roll-Offs) Annual Escalation/Markup Percentage: Consumer Price Index(CPI)Water,Sewer and Trash Roll-Off Compactor Maintenance$125 Hourly Rate Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request B2500153 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E— Insurance 6. Acknowledgment of Schedule F—Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 18 W Weld County B2500153 - Trash Services 8_ Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County.The bid(s)may be awarded to more than one vendor. Item 1 Entry Company Name: Waste Management of Colorado, Inc. Add ress• 40950 Weld County Rd. 25 Ault, CO 80610 1 Phone 720-413-5511 Email. cgardne7@wm.com I FEIN/Federal Tax ID#: 84-0523684 CONTRACTOR: `✓ `�BY 5 2026 _ January Date of Signature Name: Curtis Gardner Title: Public Sector Solutions Manager 19 Weld County B2500153 - Trash Services Exceptions and Clarifications Exceptions 1. Section 4 - Termination: WM would like to negotiate the Termination for Convenience language 2. Section 6 - Compensation: WM would like the opportunity to negotiate some Ancillary Fees, such as for Overages and Contamination. 3. Section 17 - Indemnification: WM would like the opportunity to negotiate the Indemnification language 4. WM would like to negotiate Force Majeure language Insurance Exceptions 1. Commercial General Liability Insurance: Additional insured is automatically provided on a blanket basis where required by written contract. The certificate of insurance and endorsement will include blanket wordings vs specifically listing County et al. 2. Automobile Liability Insurance: Additional insured is automatically provided on a blanket basis where required by written contract. The certificate of insurance and endorsement will include blanket wordings vs specifically listing County et al. 3. Proof of Insurance: Request to strike "Upon request by the County...Colorado Open Records Act" 4. Proof of Insurance: Request to strike "The County reserves the right to require complete, certified copies of all insurance policies for examination required by this agreement at any time" 5. Additional Insurance Related Requirements: request to change paragraph 3 to "Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, to policies required under this Agreement." 20 {, i ♦ la �w 121111 -- - - _-_._ . , , F. ,g. - r. - • s �5—. 'qi- I, . Insurance Certificate of Insurance WM secures gold-standard insurance coverage to protect our customers. Weld County can rest easy with WM as your service provider knowing that you are always protected by best-in-class insurance. A copy of our certificate of insurance is included on the following page. 21 Weld County B2500153 - Trash Services ACO CERTIFICATE OF LIABILITY INSURANCE Dan nl` n O"`YT Ut•_,0 I,- 121 112025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT. If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed N 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 nghts to the certificate holder in lieu of such endorsement(s). PRODUCER 1. i:ic CccplaMs.LLC CONTACT CAME CBA a:Lab.lanrsaco&Ctrs.LLC x CA PHONE f I k` USamna AOF]S76 1AK No Err l(A Bet E.... M57 Boexpat D:..Sea 700 ADORE/t HoeRaa TX 77042 DIIIMAM)AFFOPONO COVERAOE PDX (S66):6O113E TTCbaran41T.A2oQNacox INSURERA Indemnity Insurance Co of North America 33575 1300,D PASTE MANAGmeNT HOLDINGS,I�IC.&ALL AFFILIATEDPiIURER B ACE American Insurance Company 22667 RELATED&SUBSIDIARY COMPANIES INCLUDING. MEUER c ACE Fire Underwriters Insurance Company 20702 WASTE MANAGEMENT,INC- MIIA1 ER o ACE Property and Casualty In-laance Company 20699 800 CAPITOL STREET,SUITE 3000 USPON TX 77002 MSUN ER E HO J 1 V SOURER f COVERAGES CERTIFICATE NUMBER: 19287819 REVISION NUMBER: }SLR THIS IS TO CERTIFY THAT THE POLICIES OF PISLRANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TIE POLICY PERIOD NDICATED. NOTWITHSTANDING ANY REOIREENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCURENT WITH RESPECT TO WHICH TIES CERTIFICATE MAY BE ISSUED CR MAY PERTAIN.THE INSURANCE AFFORDED BY TIE POLICES DESCRIBED HEREIN IS SIB.ECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LISTS SHOMW MAY HAVE BEEN REDUCED BY PAID CLAMS MIR t tR TA OF BISURANCE M PE O WWI POLICY INIMITEN aneoaXYYTI O ODMV-11 LIRE B X COMMERCIAL GENERAL IJABRfTV Y Y FT_00 G48955064 112026 112'027 EAC.4 OCCURRENCE i 5.000.000 SD I C;Aw•v+ \ OCCUH PPR0SLcEa Es=creme, i 5.000.000 X XCU LNCLLDED SLED ESP.nra cat cenDA) E IOCO'O' ISO FORM CG00010413 PERSONAL A ACV INJURY i 5.000.000 GE0'L AGGREGATE uur.APPI.E.I RER GENERAL AO0/I_EOA1E i 6.000.000 RPOLr,❑C o D LOC PROODCTS•CCOMOPA00 i 6.000.000 Once E g AUTOMOBILELxauTY y y MDLfTH31143515I 112026 1:1:2027 CGAABnEDSNOLEuun' i 1.000.000 IEe ArOAFFM i AM,AUTO atom,'INJURY.Per Sine,: I K� Lm: OWNED/ZO CAM, AU1'0,'i � BCOLY rARlmr(PerAaHern I�'�'�'{�'y 1,RFD n RRoR A CAA, AUTO3IRLY RPr OrroNLSDE t ILtLL�\�i X MCS-90 t)OCCCC'X D X LIYBREUALOB X OGCLa Y Y N UG27929242011 112026 1.1^_0?7 Ens..cuwFEREE i 15.000,000 EMCElS LOB CLAAUCYADE AGGREGATE i 15.000.000 CEO I I RETENTION WORKERS COIVINSATON I PER I I DTH- A AND EAOLOYERI•Lu�eurr Y W R C'2631857(AOS 1 1 2026 1:L.20Yi \ DTA1'TE ER B AY,RROPREToav�IRrr,E7aEltfCl,T.'E Y I I R2R C7263181A A1CA S MA 1:1:?026 1:1.20_7 C Cf CERAEINER EACLUDE.,- Q MIA SCF C72631893 IA7� 1:12026 1:12or E i EAC"GCMENT i 3.000.000 B mandatory Sc NH) WCt;C72631 I (OH,URA) 1:12026 1:12027 EL.OLMADE•EA EMPLOYEE i 3,000.0(10 r res.orsotx-roc nexR,RTwN O.oPERATCAO Woo E L DC.EADE-POLICY LSAT i 3.000.000 B EXCESS AUTO Y Y NSA H11435282 1: '22026 I:1'2027 CO2cTEE BD SINGLE Lrurr LIABILITY S9.000,000 (EACH ACCIDE•T) DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES LACORD/St.AOicMIM RAPbrMA BMPMM.ANy OA rLMW if wore mow I rgRRQ) BLUN'IIJ:T WAIVER OF SUBROGATION IS GRANTED IN?AVM OF CERTIFICATE HOLDER ON ALL POLICIES WHERE AMID TO THE EXTENT REQUIRED Bt- WRITTEN CONTRACT WERE PERMISSIBLE BY LAW CERTIFICATE HOLDER HS NAMED AS AN ADDFONAL INSURED CCt All.POLICIES(EXCEPT FOR WORKERS'COMPENPL OYER'S LIABILITY)WHERE AND TO THE EXTENT REQU TRrI)BY WRITTEN CONTRACT CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 19287819 THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. FOR INFORMATION PURPOSES ONLY AUTHORIlED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 22 W A j . Conclusion Your Next Step Starts in Good Hands-with WM is excited about the opportunity to serve Weld County with reliable, forward-thinking environmental services. Our work across Colorado and throughout North America reflects our commitment to delivering practical, high-quality solutions that help your county thrive. This proposal responds directly to the requirements outlined in your RFP. Each section has been carefully prepared to show how WM can support your goals with clarity, consistency, and care. What You Can Expect from WM Choosing WM means gaining access to local knowledge, advanced infrastructure, and a team that understands what it takes to deliver dependable, efficient service. We tailor our approach to meet your operational needs today - and adapt as those needs evolve. We are committed to earning your trust by delivering high-quality service throughout the term of the agreement. Our experience with customers similar to Weld County shows that we respond quickly, adjust when needed, and stay focused on caring for your customers and ensuring your operations run smoothly. A Clear Advantage for Weld County • Seamless Start: WM has the experience and resources to ensure a smooth, efficient transition with no disruption to service. • Reliable Compliance: Our collection, processing, and disposal operations meet or exceed all applicable environmental and safety regulations. You can be confident your waste is managed responsibly and in full compliance with regulatory standards. • Smart Offerings: We are ready to support your goals with practical tools, measurable outcomes, and a commitment to continuous improvement. Looking Ahead WM is not just here to deliver service - we are here to help you move forward. We are continuously evolving our services to support your future goals - by investing in innovation, enhancing operational efficiency, and delivering environmentally-focused offerings that put Weld County at the center of everything we do. Weld County is in good hands with WM-ready to meet today's needs and shape tomorrow's solutions,together. 23 Aco DATE(NMOwYYYY)Rd CERTIFICATE OF LIABILITY INSURANCE 111/2027 12r11 2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AM) CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY ,'WEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS), AUTHORIZED REPRESENTATIVE OR PRODUCED AND THE CERTIFICATE HOLDER IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(Ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the tern 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)- PRODOCER Lockinn Cccpaniss,LLC CONTACT NAME DBA as Lcdkton`.¢surmce Brokers.LLC m CA PHONE FA x CA�_an:c SaF:S'.6' IA* No EdL IA.C.NMI EMAIL 3657 Ma/park Dr..Sm.700 ADDRESS: , Hour TX 77042 INSURER(S)AFFORDING COVERAGE NAIL S (S66)260.3532 T£ClalaaLSaTUT(g6ockE con INSURER A:Indemnity Insurance Co of North America 43575 «SURED WASTE MANAGEMENT HOLDINGS AND ALL AFFILIATED. ISI R ER e:ACE American Insurance Company 22667 1300436 RAT D&SUBSIDIARY COMPANIES INCLUDING: ..suRER c:ACE Fire Underwriters Insurance Company _ 20702^EL NORTH WELD LANDFILL IN/us ER D:ACE Property and Casualty Insurance Company 20699 40000 WELD COUNTY ROAD 25 - AULT CO 80610 NIgUR ER E INSURER F: COVERAGES CERTIFICATE NUMBER: 15546830 REVISION NUMBER: XXXXXXX 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 IEOUIREAENT.TERM OR COMYflON OF ANY CONTRACT OR OTHER DOCUMENT WIN RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY TIE POLICES DESCRIBED IE RBN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS ANC CONDITIONS OF SUCH POLICIES.LI ATS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. MISLLIIR TYPE OF INSURANCE POLICY NUMBER UOR POLICY CY EFF POLICY YY UNITS .� Y1 Itll�(YY P B X COMMERCIAL Y Y HDO G189590tT3 1 1.2026 1.12027 EACH OCCURRENCE I 5,000,000nn CLA.Rt-W E ri OCCUR DREM0ES(Esnrrna. i 5,000r.VW�ncr�r X XCU INCLUDED MED EIIP(Any ore person) 111JOOOO.1 X ISO FORM CG00010413 PERSONAL a ADV*war i 5,000,000 son.AGGREGATE uMr APPLES PER: GENERAL AGGREGATE 1 6,000,000 POLICY n ree, n LOC PRODUCTS-COMP,OP AGG i 6,000,000 OTHER i B AUTOMOBILE LM W/TY V Y MMT H11.135154 1 r1:2026 1.12027 Ids aC ED aroGLE mari __ arelaebn 1,000,000 X ANY AUTO GODLY INJURY Mer Damn) i xxxxxxx OWNED 3CFELX;LELI BODILY NiJ1RY IP aaidelq 5 V W V VtIV AUTOS ONLY AUTOS VAt7MWA.WMA HIRED NON-OWNEDPROPERTY DAMAGE i A�1f.A.AMlt,AUTOS ONLY AUTOS ONLY IPer a¢ldmp X MCS-90 i XXS`�CXf D X UNBRELLA'JAB X OCCUR Y Y XEU G27929242 011 1112026 1:12027 EACNl OCCURRENCE i 15.000.000 EXCESS LAB CLAIMS-MADE AGGREGATE I 15.000,000 DED RETENTION I i 1000 XXX WORKERS COMPENSATION y X PER OTH- A AND EMPLOYERS'LIABE JrY WLR C726317 11/2026 1112077 STATUTE ER B ANY FROPRETORiPARRNE,E ECUTIVE N WLR C726318IA AZ.CA&MA/111l2026 1/12027 E1 EACH ACCIDENT i 3,000,000 C OF=1cwl v.BER EXCLUDED' N'A SCF Cr2631894 'B_ 1;1I2026 1.1,2027 B plaad�pr,M NIA WCU C72631 (�W ) 111r2026 111/2027 EL.018EA3E-EA EMPLOYEE i 3.000,000 X pied. unOer DESCRIPTION OP OPERATIONS bebw EL DISEASE-PCUCY LW $ 3,000,000 B �S AUTO Y Y XSA H114352132 11,2026 11Lr2027 COMBINED SINGLE LIMIT P,000,000 (EAU:I 'T) DESCRIPTION OF OPERATIONS I LOCATIONS,VEHICLES (ACORD III,AddI1wW Rernarkc acm.CuN,may b•alaahsd N wars avow Is required! Additional msttreds m favor of County,its elected officials.at hated entities.employees.agents,and mholeers shall be Ia.1Ed as 3dttionai mitred!Aim reiect to liability arsine out of the 3ctivines performed by,or on behalf of the Contractor cc all pohcie (except workers'coon el)where an to the edt requi-ed by amen um-act Wang of subrogsnon in fate of all atfiitional moueds an all policies where an.:to tie extent required by written coDtrac.. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 15546830 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN WELD COUNTY ACCORDANCE WITH THE POLICY PROVISIONS. 1150 O STREET GREFI.EY CO 80631 AUTHORIZED REPRESENTATIVE i (E;1988-2015 ACORD CORPORATION. All rights received. ACORD 25(20161031 The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name* Entity ID* New Entity? Please use the job WASTE MANAGEMENT OF SUP-893 aid linked here to add a NORTHERN COLORADO supplier in Workday. Contract Name* Contract ID Parent Contract ID COUNTY WIDE TRASH SERVICES 10247 Requires Board Approval Contract Status Contract Lead* YES CTB REVIEW MBARANOVIC Department Project # Contract Lead Email mbaranovic@weld.gov Contract Description* THIS CONTRACT IS FOR COUNTY WIDE TRASH SERVICES. INCLUDES PROVISIONS FOR ADDITTIONAL 20YD AS NEEDED DUMPSTERS AND AS NEEDED COMPACTOR MAINTENANCE. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date MAINTENANCE BUILDINGS AND Date* 01 17 2026 GROUNDS 01 /21 /2026 Amount* $63,819.88 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go YES Does Contract require Purchasing Dept. to be included? Automatic Renewal Department Head Email YES Grant CM-BuildingGrounds- DeptHead@weld.gov Bid/RFP#* IGA B2500153 County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date* 11 /02/2026 01 /29/2027 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 02/10/2026 Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHRIS D'OVIDIO BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 02/07/2026 02/10/2026 02/10/2026 Final Approval BOCC Approved Tyler Ref# AG 021826 BOCC Signed Date Originator BOCC Agenda Date MBARANOVIC 02r18 2026 ItTE, - FACILITIES DEPARTMENT PHONE: (970) 400-2020 OB \ FAX: (970) 304-6532 U N TYg WEBSITE: www.co.weld.co.us G 1 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 January 8, 2026 To: Board of County Commissioners From: Patrick O'Neill Subject: Bid Award Recommendation B2500153 As advertised,this bid is for the procurement of trash removal services. The low bid is from Waste Management and meets the specifications. Therefore,the Facilities Department recommends awarding B2500153 to Waste Management for trash services per the bid pricing. The monthly price is$4984.99 for trash service, $125.00/hour for compactor maintenance and $200.00/haul for as needed 20yd roll off service. Sincerely, Patrick O'Neill Director 2026-0127 1 /Z co 8 O�ZS Weld County Finance Department AniftPurchasing Division •' bids@weld.gov 1301 North 17th Avenue couN Y Greeley, Colorado 80631 Bid Opening Tabulation Title: Trash Service Bid Number: B2500153 Department: Facilities Bid Opening Date: January 8, 2026 Approval Date: January 21, 2026 Vendor(s) Name Total Amount Per Annual Roll-Off Month Escalation Compactor Maintenance Waste Management of Colorado, Inc. $4,984.99 CPI $125.00 40950 WCR 25 Ault, CO 80610 Ram Waste Systems, Inc. $150.00/ 5704 Bueno Drive $8,174.15 5% Minimum service Fort Collins, Co 80525 call $550.00 Fuzion Field Services 4657 W. 20th St., Unit A $11,031.90 3% $155.00/hr. Greeley, CO 80634 The Facilities Department is reviewing the proposals.
Hello