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
20213303.tiff
BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: DEPARTMENT: PERSON REQUESTING: Consider Renewal Agreement Between Weld County and Compass Group USA, Inc. Justice Services DATE: December 12, 2024 Doug Erler Brief description of the problem/issue: Pursuant to Original Agreement #2021-3303, the enclosed Renewal Agreement between the parties outlines continued provisions to provide continued food and beverage vending machine equipment and services for offender (residents) clientele at the Weld County Work Release Facility for calendar year, 2025. What options exist for the Board? Option 1. Approve for placement on a future Board Hearing meeting agenda, as a Consent Agenda item and authorize Chair to sign. Option 2. Work Session. Recommendation: Option 1. Compass Group USA, Inc., through their local Canteen office in Evans, continues to provide excellent vending machine equipment and services to our Department's Work Release program at the facility located at 1390 N. 17th Ave., Greeley. The changes to the Agreement reflect a new 1 -year period of service and some price increases to certain vending items. These are acceptable and appear to align with industry standards. No other changes. The County Attorney's Office has reviewed and supports to move forward. Thank you for your consideration. Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross, Chair Lori Saine Ptger669— iz/3az Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: 1K cc: JscCC) Pl-kiiCha7u1,13 iziaoiz4 Justice Services Department 901 10th Avenue P.O. Box 758 Greeley, CO 80632 Phone: (970) 336-7227 Fax: (970) 392-4677 CONSENT AGENDA ITEM To: Board of County Commissioners From: Doug Erler, Director Re: Consider Renewal Agreement Between Weld County and Compass Group USA, Inc., and Authorize Chair to Sign Date: December 30, 2024 Pursuant to Original Agreement #2021-3303, awarded by the Board to Compass Group USA, Inc., the enclosed Renewal Agreement outlines continued provisions for providing food and beverage vending machine equipment and services for the offender (residential) clientele at the department's Work Release Facility for the calendar year 2025. On December 12, 2024, a Pass Around review was conducted by the Board, resulting in unanimous support for placing the Renewal Agreement on a future Public Hearing agenda for final approval. The County Attorney's office has previously reviewed and approved this Renewal Agreement. The Department recommends Board approval and authorize the Chair to sign. Thank you. Docusign Envelope ID: F770174D-4692-4658-96CA-252C9F4C9359 Ir ,•-: AtaKEEMEN I tXTENSION/RENEWAL BETWEEN WELD COUNTY AND COMPASS GROUP USA, INC. This Agreement Extension/Renewal ("Renewal"), made and entered into ' 0 day of December 2024, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Justice Services, hereinafter referred to as the "Department," and Compass Group USA. Inc., hereinafter referred to as the "Contractor." WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. #2021-3303, approved on 12/06/2021. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: The Original Agreement will end on 12/31/2024. The parties agree to extend the Original Agreement for an additional 1 -year period, which will begin 01/01/2025, and will end on 12/31/2025. Certain adjustments on current selling prices, as follows: 20oz soda - $2.00 to $2.25 Chips - $1.35 to $1.50 Candy - $1.50 to $1.75 Pastry - $1.75 to $2.00 Laundry Soap - $1.25 to $1.50 • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Shawn Grider Printed Name DocuSigned by: SIWIA, G� \F4DDB44CA1C468... Signature ATTEST: W,reirAtAl •4.114i. Weld County Clerk to the Board Bv• Approved as to Form: #fkkri7#OO,... County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, C O 7 -1 Kevin D. Ross, Chair DEC 3 0 2024 Approved as to Substance: Department 2021-3303 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: DEPARTMENT: PERSON REQUESTING: Consider Renewal Agreement Between Weld County and Compass Group USA, Inc. Justice Services DATE: December 18, 2023 Doug Erler Brief description of the problem/issue: Pursuant to Original Agreement #2021-3303, the enclosed Renewal Agreement between the parties outlines continued provisions to provide continued food and beverage vending machine equipment and services for offender (residents) clientele at the Weld County Work Release Facility for calendar year, 2024. What options exist for the Board? Option 1. Approve for placement on a future Board Hearing meeting agenda, as a Consent Agenda item and authorize Chair to sign. Option 2. Work Session. Recommendation: Option 1. Compass Group USA, Inc., through their local Canteen office in Evans, continues to provide very good vending machine equipment and services to the Department's Work Release program at the facility located at 1390 N. 17th Ave., Greeley. The sole change to the Agreement is simply to establish a new 1 -year period of service. No other changes. Assistant County Attorney has reviewed and supports to move forward. Thank you for your consideration. Perry L. Buck, Pro-Tem Mike Freeman, Chair Scott K. James Kevin D. Ross Lori Saine cones+Oleticb- tBiZy Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: // g/p2-,/- 2021 3303 33o00-1 Justice Services Department 901 10th Avenue P.O. Box 758 Greeley, CO 80632 Phone: (970) 336-7227 Fax: (970) 392-4677 CONSENT AGENDA ITEM To: Board of County Commissioners From: Doug Erler, Director/ Re: Consider Renewal Agreement Between Weld County and Compass Group USA, Inc., and Authorize Chair to Sign Date: January 8, 2024 Pursuant to Original Agreement #2021-3303, awarded by the Board to Compass Group USA, Inc., the enclosed Renewal Agreement between the parties outlines continued provisions to provide food and beverage vending machine equipment and services for use by the offender (residential) clientele at the department's Work Release Facility. This Renewal Agreement is for calendar year, 2024. This Renewal Agreement is entered into as of January 8, 2024, but the parties acknowledge that due to unexpected delays in legal review by the vendor of this Agreement, the intended effective date was on December 18, 2023, when a Pass Around review was conducted by the Board with unanimous agreement of support for placement on a future Public Hearing agenda for final approval. Other than setting new dates of service, there are no substantive changes to the Original Agreement between the parties. The County Attorney's office has previously reviewed this Renewal Agreement. The Department recommends Board approval and authorize the Chair to sign. Thank you. AGREEMENT EXTENSION/RENEWAL BETWEEN WELD COUNTY AND COMPASS GROUP USA, INC. This Agreement Extension/Renewal ("Renewal"), made and entered into the 8th day of January 2024, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Justice Services, hereinafter referred to as the "Department," and Compass Group USA. Inc., hereinafter referred to as the "Contractor." WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. #2021-3303, approved on 12/06/2021. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on 12/31/2023. • The parties agree to extend the Original Agreement for an additional 1 -year period, which will begin 01/01/2024, and will end on 12/31/2024. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: shaven Grider Printed Name DocuSigned by: Sew i ive 4h4UUt344(.A 1 l.4btl... Signature ATTEST: ) G .J(J.4D; Weld County Clerk to the Board )15trd. itAk-M)T(4— Approved as to Form: mew c.�,0,, County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUN ADO Kevin D. Ross, Chair JAN 0 8 222'1 ved as to Substance: Department H 2021 -3303 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW RE: Consider Agreement Renewal for Vending Machine Services DEPARTMENT: Justice Services DATE: 12/20/2022 PERSON REQUESTING: Doug Erler Brief description of the problem/issue: In 2021, through a formal Bid process (#B2100136), the Board awarded Compass USA, Inc. through its local Canteen Vending Services Division office, food vending machine services at the Work Release Facility, 1390 N. 17th Ave. Enclosed is a 1 -year Renewal Agreement for your review. The only changes made are setting new term dates to reflect the new year, no other changes. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) Option 1. Approve for placement as a Consent Agenda item, and authorize Chair to sign Option 2. Work Session Recommendation: OPTION 1. Compass/Canteen continues to provide good food vending machine _services, and the only changes made to the Renewal are simply to set new dates for the new year. Reviewed by Assistant County Attorney. Thank you for your consideration. Approve Recommendation Perry L. Buck Mike Freeman, Pro-Tem Scott K. James, Chair Steve Moreno .Ae/ ' i Lori Saine Schedule Work Session Other/Comments: 202-3303 izizVzz JS0001 DocuSign Envelope ID: 28776D43-02A0-44DA-80CB-D10B63FAE102 ,rr AGREEMENT EXTENSION/RENEWAL BETWEEN WELD COUNTY AND COMPASS GROUP USA, INC. This Agreement Extension/Renewal ("Renewal"), made and entered into Z^v 4day of December 2022, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Justice Services, hereinafter referred to as the "Department," and Compass Group USA, Inc., by and through its Canteen Vending Services Division, hereinafter referred to as the "Contractor." WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. #2021-3303, approved on 12106/2021. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on 12/31/2022. • The parties agree to extend the Original Agreement for an additional 1 -year period, which will begin 91/01/2023. and will end on 12/31/2023. • The Extension/Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Marc Boman Printed Name Do�c�,`.- uuSSigneedby: atSt4t4CEAFE4A8... ATTEST: �, . i ;11 Weld • u Clerk to the BY: Deputy Cler Approv • to For County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Scott K. James, Chair DEC 2 8 2022 Approved as to Substance: c,24„Si 3303 ACORD® CERTIFICATE OF LIABILITY INSURANCE DATE (M/DD/ 09/2312022YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER MARSH USA, INC. TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN102832071-Compa-UMB10-22- CANTE CANTV CONTACT Randi K. Nowell, CPCU, ARM NAME: (acoNr o. Ext): 404-995-3102 Iva, No): iirass: Compasscerts@Marsh.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A : National Union Fire Ins Co. of Pittsburgh PA 19445 INSURED Canteen Vending a division of Compass Group USA, Inc. 2400 Yorkmont Road Charlotte, NC 28217 INSURER B : AIU Insurance Co 19399 INSURER c : ACE Property And Casualty Ins Co 20699 INSURER D INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-005354377-02 REVISION NUMBER: 5 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TVTVTYPE OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER POLICY EFF (MM/DDM() POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY ICLAIMS -MADE EI OCCUR X SIR: $1,000,000 GL 6547187 09/30/2022 09/30/2023 EACH OCCURRENCE $ 1,000,000 PREMISES (Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ PERSONAL 8 ADV INJURY $ 1,000,000 X Contractual Liability GENERAL AGGREGATE $ 10,000,000 GENII AGGREGATE LIMIT APPLIES PER: X POLICY LI JECT PRO ❑ LOC OTHER: PRODUCTS - COMP/OP AGG $ 5,000,000 A A A A AUTOMOBILE LNBIATY X ANY AUTO AUTOS ONLY X HIRED AUTOS ONLY AUTOSULED X NON -OWNED _ AUTOS ONLY CA 7030998 (AOS) CA 7031001 (VA) CA 7030999 (MA) CA7031003 (Garage Liability) Self Insured for Physical Damage 09/30/2022 09/30/2022 09/30/2022 09/30/2022 09/30/2023 09/30/2023 09/30/2023 09/3012023 COMBINED SINGLE LIMIT (Ea accident) I 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accdent) $ C X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE XOO 027738631 008 09/30/2022 09/30/2023 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ DED I X I RETENTIONS° 0 B B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N OFFICER/MEMBEREXCLUDEDXECUTIVE El (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A WC 035901901 (ASS) WC 035901902 CA ( ) See Acord 101 09/30/2022 09/30/2022 09/30/2023 09/30/2023 X STATUTE OERH E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 E.L. DISEASE - POLICY LIMIT $ ' 2,000,000 A Liquor Liability GL6547185 SIR: $1,000,000 09/30/2022 09/30/2023 Each Common Cause Aggregate 1,000,000 10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Weld County Board of Commissioners, its officers, and employees is/are included as Additional Insured with respect to the General Liability, Auto Liability, Liquor Liability and Umbrella liability policies referenced herein per written contractor agreement subject to policy terms, conditions, and exclusions and where permitted by law. CERTIFICATE HOLDER CANCELLATION Weld County Altemative SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Sentencing Programs Facility THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1150 O Street Greeley, CO 80631 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1,41.4% 21.5:-.9. T ete. ACORD 25 (2016/03) QOOMMUn COo r;ohs ►0/3 /12 © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD cc : Po R F7-cc4icP) 9091- 330 3 "So ci/9-9/2a oOOi AGENCY CUSTOMER ID: CN102832071 LOC #: Atlanta ACO OR ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY MARSH USA, INC. NAMED INSURED Canteen Vending a division of Compass Group USA, Inc. POLICY NUMBER 2400 Yorkmont Road Charlotte, NC 28217 CARRIER NAIL COOS EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Workers Compensation Continued: Workers Compensation Policy MC035901901 (AOS POLICY) Covers ALL States except: CA, WI and OH Carrier: New Hampshire Insurance Company Policy Number: WC 035901903 Effective Date: 09/30/2022 Expiration Date: 09/30/2023 Policy Covers States of: WI Stop Gap Coverage: ND, OH, WA, WY. Limit: E.L. Each Accident: $2,000,000 E.L. Disease -Policy: $2,000,000 E.L. Disease Each Employee: $2,000,000 Workers Compensation Continued: Carrier: National Union Fire Ins. Co. of PA Policy Number: XW 1847353 Effective Date: 09/30/2022 Expiration Date: 09/30/2023 Policy Covers States of: OH (Excess WC) Limit: E.L. Each Accident: $2,000,000 E.L. Disease -Policy: $2,000,000 E.L. Disease Each Employee: $2,000,000 ADDITIONAL INFORMATION Umbrella is follow form of primary Commercial General Liability, Automobile Liability, Liquor Liability and Employers Liability policies subject c policy terms, conditions and exclusions ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD RESOLUTION RE: APPROVE AGREEMENT FOR VENDING MACHINE SERVICES AT ALTERNATIVE SENTENCING PROGRAMS FACILITY AND AUTHORIZE CHAIR TO SIGN - COMPASS GROUP USA, INC. WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with an Agreement for Vending Machine Services at the Alternative Sentencing Programs Facility between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Justice Services, and Compass Group USA, Inc., commencing upon full execution of signatures, with further terms and conditions being as stated in said agreement, and WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Agreement for Vending Machine Services at the Alternative Sentencing Programs Facility between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Justice Services, and Compass Group USA, Inc., be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreement. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 6th day of December, A.D., 2021. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: f pitok. Weld County Clerk to the Board BY: APP Deputy Clerk o the Board :c• ED AS County orney Date of signature: 12/N Steve oreno, Chair Sco mes, Pro-Te Perry L. Buc XCUSED ike Freeman Lori Ste......... �--� cc: SS(PA Pur. (2./a0/.2.1 2021-3303 JS0007 MEMORANDUM Justice Services Department 901 10th Avenue - P.O. Box 758 Greeley, CO 80632 Phone: (970) 336-7227 Fax: (970) 392-4677 To: Board of County Commissioners Cc: Rob Turf, Purchasing From: Doug Erler, Director Re: Vending Machine Services — Bid #82100136 Date: December 6, 2021 Weld County received one (1) proposal to provide Vending Machine Services at the Department's Alternative Sentencing Programs Facility at 1390 N. 17th Ave., Greeley. This proposal was received from the Compass Group USA, Inc., through its local Canteen Vending Services Division office. Representatives from Canteen attended the mandatory pre -bid meeting and submitted their proposal accordingly. Please note, Compass/Canteen is the currently approved vending machines services provider for this facility. Alternative Sentencing Programs Director, Dianna Campbell and I evaluated the proposal. It is our recommendation that Bid #B2100136 be awarded to the Compass Group through its Canteen Vending Services Division office and authorize the Chair to sign the enclosed drafted Agreement between the parties. The County Attorney's office and the Compass Group have reviewed the Agreement. Thank you. r2i ocp JS 0001 AGREEMENT FOR VENDING MACHINE SERVICES BETWEEN WELD COUNTY AND COMPASS GROUP USA, INC. THIS AGREEMENT is made and entered into this 1p day of December 2021, by and between the Board of Weld County Commissioners, on behalf of the Weld County Justice Services Department, hereinafter referred to as the "County," and the Compass Group USA, Inc., by and through its Canteen Vending Services Division, hereinafter referred to as the "Contractor." WHEREAS, the County requires an independent contractor to perform the services required by the County and set forth in the attached Exhibits; and WHEREAS, the 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, the 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 the Contractor and the 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 the County's Request for Bid (RFB) as set forth in Bid Package No. B2100136. Exhibit B consists of the Contractor's Response to the County's Request for Bid. 2. Service or Work. The 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. The Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of the Work within the time limits prescribed by the County may result in the 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 (1) year later. Both parties to this Agreement understand and agree that the laws of the State of Colorado prohibit the County from entering into Agreements, which bind the County for periods longer than one (1) year. This Agreement may be extended upon mutual written agreement of both parties. 4. Termination; Breach; Cure. Either party may immediately terminate this Agreement upon 1 au:21-3303 (i) 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, the County shall take possession of all materials, equipment, tools and facilities owned by the County which the Contractor is using, by whatever method it deems expedient; and, the Contractor shall deliver to the County all completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by the County, and these items, materials and documents shall be the property of the County. Upon termination of this Agreement by the County, the 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 the Contractor shall be the basis for additional compensation unless and until the Contractor has obtained written authorization and acknowledgement by the County for such additional services. 6. Compensation. Upon the Contractor's successful completion of the Work, and the County's acceptance of the same, the County agrees to pay the Contractor an amount not to exceed $0 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by the 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, the County reasonably determines that any payment made by the County to the 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 the County, the Contractor shall forthwith return such payment(s) to the County. Upon termination or expiration of this Agreement, unexpended funds advanced by the County, if any, shall forthwith be returned to the County. The County will not withhold any taxes from monies paid to the Contractor hereunder and the 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, the Contractor shall not be entitled to be paid for any other expenses (e.g., mileage). Notwithstanding anything to the contrary contained in this Agreement, the County shall have no obligations under this Agreement after, nor shall any payments be made to the Contractor in respect of any period after December 31 of any year, without an appropriation therefore by the 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. The Contractor agrees that it is an independent contractor, and that the Contractor's officers, agents or employees will not become employees of the County, nor entitled to any employee benefits (including unemployment insurance or Workers' Compensation benefits) from the County as a result of the execution of this Agreement. The Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. S. Subcontractors. The Contractor acknowledges that the County has entered into this Agreement in reliance upon the particular reputation and expertise of the Contractor. The Contractor shall not enter into any subcontractor agreements for the completion of the Work without the County's prior written consent, which may be withheld in the County's sole discretion. The County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the 2 performance of this Agreement and no personnel to whom the County has an objection, in its reasonable discretion, shall be assigned to the Work. The Contractor shall require each subcontractor, as approved by the County and to the extent of the Work to be performed by the subcontractor, to be bound to the Contractor by the terms of this Agreement, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by this Agreement, assumes toward Weld County. The County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the Contractor and the Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Warranty. The 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. The 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, the Contractor shall submit to the County originals of all test results, reports, etc., generated during completion of this work. Acceptance by the County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve the Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by the County hereunder constitute or be construed to be a waiver by the County of any breach of this Agreement or default which may then exist on the part of the Contractor, and the County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to the 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. The 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 always keep the required insurance coverage in force during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, the Contractor's insurer shall waive subrogation rights against the County. a. Types of Insurance. Workers' Compensation /Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against Weld County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. 3 Automobile Liability Insurance: The Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on Weld County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Agreement. b. Proof of Insurance. Upon the County's request, the Contractor shall provide to the County a certificate of insurance, a policy, or other proof of insurance as determined in the County's sole discretion. Weld County may require the Contractor to provide a certificate of insurance naming Weld County, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance. The 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. The Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. 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 the 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 this Agreement 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. 12. Indemnity. The Contractor shall defend, indemnify and hold harmless the County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under Workers' Compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree, to the extent such is caused by Contractor's negligence. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this Agreement, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in the County's right to immediately terminate this Agreement. 13. Non -Assignment. The Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, to an unaffiliated entity, without the prior written approval of the County. Any attempts by the Contractor to assign or transfer its rights hereunder without such prior approval by the County shall, at the option of the County, automatically terminate this Agreement and all rights 4 of the Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of the County. 14. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of the County, including the County Auditor, or designee, shall have access to and the right to examine and audit any books, documents, papers and records of the Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three (3) years from the date of the last payment received. 15. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 16. Notices. 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 Agreement; 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: CONTRACTOR: Compass Group USA, Inc., by and through its Canteen Vending Services Division Attn: Marc Boman, Division President With a copy to: Compass Group USA, Inc. Attn: (i) General Counsel; and (ii) President, Canteen Refreshment Services Division 1200 Concord Ave., Suite 460 Concord, CA 94520 Facsimile: 704-328-7998 & 704-424-5037 WELD COUNTY: Doug Erler, Director Weld County Justice Services Department 901 10th Avenue Greeley, CO 80634 970-400-4847 derler@co.weld.co.us 17. Compliance with Law. The Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 18. Non -Exclusive Agreement. This Agreement is nonexclusive, and the County may engage or use other Contractors or persons to perform services of the same or similar nature. Such engagement 5 shall not be in the reasonable vicinity of the Contractor's operations. 19. Entire Agreement/Modifications. This Agreement, including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by the County does not create an obligation on the part of the County to expend funds not otherwise appropriated in each succeeding year. 21. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 22. 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. 23. 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. 24. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. 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. 27. 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, the Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 6 28. Public Contracts for Services C.R.S. §8-17.5-101. The Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. The Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). The Contractor shall not enter into a contract with a subcontractor that fails to certify with the Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. The Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If the Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien the Contractor shall notify the subcontractor and the County within three (3) days that the Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. The Contractor shall not terminate the subcontract if within three (3) days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. The Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If the Contractor participates in the State of Colorado program, the Contractor shall, within twenty (20) days after hiring a new employee to perform work under the contract, affirm that the Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. The Contractor shall deliver to the County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If the Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., the County, may terminate this Agreement for breach, and if so terminated, the Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. §24-76.5-103(3), if the Contractor receives federal or state funds under the contract, the Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. §24-76.5-103(4), if such individual applies for public benefits provided under the contract. If the Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. §24- 76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. §24-76.5- 103 prior to the effective date of the contract. 29. Attorney's Fees/Legal Costs. In the event of a dispute between the County and the 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. 30. 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. The County and the 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 7 supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. 8 DocuSign Envelope ID: 6C955312-5846-445C-B5EA-E5193724FA73 IN WITNESS WHEREOF, the parties hereto sign this Agreement. CONTRACTOR: COMPASS GROUP USA, INC., BY AND THROUGH ITS CANTEEN VENDING SERVICES DIV ISIglI$pe8d by. t tciva nr�aas... arc oman By: Division President 11/23/2021 Date of Signature WELD COUNTY:Wdr/Leti�ATTEST:• w '"`" BOARD OF COUNTY COMMISSIONERS Weld C : ty Clerk to the Boa d WELl COUNTY, COLORADO BY: Deputy Cle APPROVED AS TO FUNDING: =',. `"" Y ��,,J'ROVED AS TO SU (A i �l%2 Controller Department APPROVED AS TO FORM: County Attorney 9 ve Moreno, Chair C9C 0 6 2021 BSTANCE: 2 99, o?O-/ - 330 3 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: OCTOBER 11, 2021 BID NUMBER: B2100136 DESCRIPTION: VENDING MACHINE SERVICES DEPARTMENT: JUSTICE SERVICES - ALTERNATIVE SENTENCING PROGRAMS FACILITY BID OPENING DATE: OCTOBER 14, 2021 @ 11:00 AM 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: VENDING MACHINE SERVICES Bids will be received until: October '1 #, . 3011# AM tWALCun#v as nq Tfill 1. The submitted bids will be read over a Microsoft Teams Conference Call on October 14, 2021 at 11:30 AM. To join, call the phone number and enter the Conference ID provided below: Phone Number: (720) 439-5261 Conference ID: 800828092 PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. 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 which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: 1. Emailed bids are required. Email bids to bidsCc weldaov.com; however, 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. 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 we receive your bid/proposal. Please call Purchasing at 970-400-4223 or 4222 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION B2100136 1 Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, 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/Proposalmust be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller 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 Controller; 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. 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. In submitting the bid, the bidder agrees that the signed bid submitted, all the documents of the Request for Bid/Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes an Agreement/Contract, with the Agreement/Contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter a contract with a subcontractor that fails to certify with successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services B2100136 2 knowingly employs or contracts with an illegal alien successful bidder shall notify the subcontractor and Weld County within three (3) days that successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the Agreement if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5- 102(5), by the Colorado Department of Labor and Employment. If successful bidder participates in the State of Colorado program, successful bidder shall, within twenty days after hiring a new employee to perform work under the Agreement, affirm that successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to Weld County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., Weld County, may terminate this Agreement for breach, and if so terminated, successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if successful bidder receives federal or state funds under the Agreement, successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States of America pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States of America or is otherwise lawfully present in the United States of America pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the Agreement. 5. GENERAL PROVISIONS Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the Agreement beyond the current fiscal year. A. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL," staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential Information, which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by Weld County shall be a public document regardless of whether it is marked as confidential. B. Governmental Immunity: No term or condition of the Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. B2100136 3 C. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or Workers' Compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the Agreement. The successful bidder shall have the following responsibilities regarding Workers' Compensation and unemployment compensation insurance matters: (a) provide and keep in force Workers' Compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. D. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. E. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. F. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the Agreement shall give or allow any claim or right of action whatsoever by any other person not included in the Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the Agreement shall be an incidental beneficiary only. G. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the Agreement, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. H. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. I. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the services and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the services. The successful bidder shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by Weld County may result in Weld County's decision to withhold payment or to terminate this Agreement. J. Term: The term of this Agreement begins upon the date of the execution of this Agreement by Weld County and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. 82100136 4 K. Termination: Weld County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. L. Extension or Modification: Any amendments or modifications to this Agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by Weld County for such additional services. Accordingly, no claim that Weld County has been unjustly enriched by any additional services, whether there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. M. Subcontractors: The successful bidder acknowledges that Weld County has entered into this Agreement in reliance upon the reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of these services without Weld County's prior written consent, which may be withheld in Weld County's sole discretion. Weld County shall have the right in its reasonable discretion to approve all personnel assigned to these services during the performance of this Agreement and no personnel to whom Weld County has an objection, in its reasonable discretion, shall be assigned to these services. The successful bidder shall require each subcontractor, as approved by Weld County and to the extent of the services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward Weld County. Weld County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. N. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, successful bidder is aware that all work performed for these services pursuant to this Agreement is subject to a one-year warranty period during which successful bidder must correct any failures or deficiencies caused by contractor's workmanship or performance. The successful bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he or she has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. O. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of Weld County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by Weld County shall, at the option of Weld County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of Weld County. B2100136 5 P. 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. Q. Non -Exclusive Agreement: This Agreement is nonexclusive, and Weld County may engage or use other contractors or persons to perform services of the same or similar nature. R. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. Weld County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in Weld County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. S. 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. T. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. U. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. V. Compensation Amount: Upon the successful bidder's successful completion of the services, and Weld County's acceptance of the same, Weld County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by Weld County unless a "change order" authorizing such additional payment has been specifically approved by Weld County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. W. Taxes: Weld County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Successful bidder shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by Weld County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return B2100136 6 receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, Weld County must be notified by the successful bidder. Successful bidder shall be responsible forthe payment of any deductible or self -insured retention. Weld County reserves the right to require successful bidder to provide a bond, at no cost to Weld County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of successful bidder. Weld County in no way warrants that the minimum limits contained herein are sufficient to protect the successful bidder from liabilities that might arise out of the performance of the work under this Agreement by the successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Agreement by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless Weld County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under Workers' Compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this Agreement, the successful bidder agrees to waive all rights of subrogation against Weld County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for Weld County. A failure to comply with this provision shall result in Weld County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against Weld County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury B2100136 7 Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on Weld County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Agreement. Successful bidders shall secure and deliver to Weld County at or before the time of execution of this Agreement and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: Weld County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insured: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, successful bidder's insurer shall name Weld County as an additional insured. Waiver of Subrogation: For all coverages, successful bidder's insurer shall waive subrogation rights against Weld County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all the requirements herein and shall procure and maintain the same coverages required of successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by Weld County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. B2100136 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: DESCRIPTION Weld County seeks interested parties, who would assume the responsibility, and without cost to Weld County, to install, maintain, operate and service food and beverage vending machines at the Weld County Alternative Sentencing Programs ("Work Release") Facility. SCOPE OF SERVICES Weld County seeks to provide adult criminal offenders sentenced by a court of competent jurisdiction to the Work Release Facility, with nutritious food, snack and beverage choices. The successful bidder shall describe what vending machine options are available to meet the best vending needs for the Work Release Facility. Weld County does not provide onsite food services at its Work Release Facility and thereby seeks self-service vending machine solutions to which the occupants at the Work Release Facility may independently use to meet their dietary needs. Presently, the current contractor has 24 vending machines at the Work Release Facility. The successful bidder shall indicate what efficiencies can be implemented to include additional products, services and the projected benefits used to enhance Weld County. Fresh, frozen and refrigerated foods and carbonated and non -carbonated beverages, to include bottled water, are required. The successful bidder will encompass "market basket analysis and techniques" to ensure combinations of products and contents go well together. The initial agreement, issued as a result of this bid, will be for a period of thirty-six (36) months. The County shall have an option to renew the agreement for two (2) additional periods of one (1) year each, with the same terms and conditions. Each option is to be exercised no later than sixty (60) days prior to expiration. This agreement and/or any extension to the original period of a subject agreement shall be contingent upon the County's satisfaction with all products and services received during the preceding agreement period. The initial contract period shall commence on January 1, 2022. Service Location 1. Weld County Alternative Sentencing Programs Facility 1390 N. 17th Ave. Greeley, CO 80631 2. Operates "24/7/365 days/per year." 3. Pre -pandemic, operational capacity of 224 offenders (residents), with an average daily population of 180 residents. Currently, average daily population is 90-100 residents and anticipate steady return increases in 2022, 2023. 4. Up to 21 employees on site. 5. Elevator access to second floor. 6. No public access to machines. Main Onsite Contacts 1. Alternative Sentencing Programs Director, Dianna Campbell (970) 400-2990, dcampbellaweldgov.com 2. Justice Services Department Director, Doug Erler (970) 400-4847, derler@weldgov.com Weld County Purchasing Contacts 1. Rob Turf, 970-400-4216, rturfaweldoov.com, Rose Everett, 970-400-4222, reverett(c7i,weldgov.com or Christie Peters, 970-400-4223, cmpeters(a�weldgov.com B2100136 9 Products and Stocking 1. Products offered shall include a variety of beverages, snack food items and/or individual entr�e items such as low sugar, low calorie or non -trans -fat products. Options shall include but not limited to the following: A. Beverages — Assorted Snapple, assorted Gatorade, flavored water, plain water, assorted regular and diet sodas, milk, coffee, and assorted juices. B. Snacks — Assorted granola bars, chips, nuts, cookies, candy bars and candy (no gum or microwavable popcorn). C. Entr�e Items — Fresh sandwiches, salads, fruit, yogurt, vegetables and dip, cheese, pudding, soups, burritos, Ramen soups/meals, and assorted pre-packaged microwavable meals, which include plastic utensils and condiments, as applicable. D. Personal Items — Laundry soap for coin operated machines and hygiene items (toothbrush, toothpaste, facial tissue, Band-Aids, and body/hair soap). E. Bill -Changing Machine — Converting denominations of U.S. paper currency to coin. 2. The successful bidder shall ensure that "best by, use or best if used by" labels are clearly displayed on all applicable products. The successful bidder is responsible for the removal of any applicable products that go beyond these standards. 3. All sales tax and other taxes to be paid shall the responsibility of the awarded bidder. 4. The successful bidder shall regularly stock and maintain every week, all machines with food and beverages, prepared and dispensed according to all State and Local health standards. Weld County will be placed on a scheduled route by the successful bidder. 5. All food and beverage products shall be delivered and placed in the machines in their original wrappers or containers. 6. Weld County shall reserve the right to request or modify products that meet nutritional guidelines created by the State of Colorado or Weld County during the term of the agreement. 7. The successful bidder shall provide applicable nutrition facts/labels to Weld County prior to stocking products. 8. Weld County requests high quality products that are not damaged, out of date or recalled. In the event a product is recalled, the successful bidder shall notify, and without delay, the Main Contacts listed in this document. Products shall not be denoted on the United States Department of Agriculture "Current Recalls and Alerts" list, see http://www.fsis.usda.gov/wps/portal/fsis/topics/recalls-and-public-health-alerts/current- recalls-and-alerts OR the U.S. Food and Drug Administration, "Recalls, Market Withdrawals, and Safety Alerts" list, see http://www.fda.00v/Safetv/Recalls/default.htm websites. Any recalled products must be removed from any and all machines within two (2) business days. Equipment, Placement and Installation 1. The successful bidder shall provide equipment that is modern and demonstrates latest technologies, to include bill -changing capabilities (in denominations of U.S. currency up to a $20 bill), credit/debit card readers, be electrically efficient, quiet, to include unit sales counting capabilities and be aesthetically pleasing and acceptable to Weld County. All selection buttons shall be easily usable, clearly display the products, package size and price for each item. 2. Machines supplied shall be the type approved or recognized by the National Sanitation Foundation, the National Automatic Merchandizing Association or as recognized by the State of Colorado or by the Weld County Health Department. B2100136 10 3. The successful bidder shall provide energy efficient equipment that have electronic timers, or occupancy sensors and controllers that allow each specific machine location to set the time of operation, which will shut off lighting in the machines and cycles the compressors to maintain all product temperatures. 4. The successful bidder shall furnish, install, maintain, service, repair and/or replace all vending machines to Weld County at the above noted locations at no charge to Weld County, unless otherwise agreed upon by the parties. 5. All machines shall be installed so as not to be obtrusive, cause any seepage or debris build-up underneath. Machines shall not obstruct the flow of foot traffic or interfere with emergency exits or access areas. Machines must be securely fastened to the wall, floor or other structure, or otherwise secured in such way as to prevent them from being rocked, bounced or tipped. 6. Weld County reserves the right to require machines be relocated to a different space within the same location. 7. All machines shall be the property of the successful bidder and of which the successful bidder shall be responsible for all maintenance, service, repair and movement of the machines. The successful bidder assumes all responsibility for damages caused by neglect, vandalism or any other cause. 8. All machines shall be always be maintained and in proper working order. The awarded bidder shall maintain the cleanliness of all machines. It is the responsibility of the awarded bidder to clean the inside and the outside of all machines at each service visit. 9. Upon expiration or termination of the contract, the awarded bidder shall remove all products and machines within ten (10) business days of said notification by Weld County, or unless otherwise agreed upon by the parties. 10. All food products and vending machines must comply with Federal, State, City of Greeley and Weld County codes. Weld County Facility Requirements 1. Weld County will furnish at its own expense, all electricity, network connections, and water lines used for the operation of all vending machines of the awarded bidder. 2. Weld County will be responsible for making any improvements or modifications to the existing service location to accommodate the bidder's equipment and machines. 3. Requests for modifications to building structures, electrical systems, plumbing and/or any other part of the physical buildings of Weld County by the awarded bidder, shall be authorized, reviewed and approved by Weld County. 4. For machines that require external water source/connections, Weld County will ensure the source is from potable water supplies. 5. All machines vending perishable foods shall have a lock on the power cord plug to prevent accidental or intentional disconnection. 6. All machines will be properly wired and grounded to prevent electrical shock and will comply with applicable Federal, State and Local codes and professional standards. B2100136 11 Service Calls and Repairs 1. Unless otherwise approved by the parties, service calls must be addressed within two (2) business days and repair or replacement of non-functional machines must be addressed by the awarded bidder within two (2) business weeks of notification by Weld County. 2. The awarded bidder shall provide names, telephone numbers and emails of service personnel within its proposal. Weld County reserves the right to terminate its contract if the awarded bidder does not respond to service calls for inoperative machines, and/or for conspicuously low product stocking. 3. Restocking, collection of monies and preventative maintenance on any machines shall be done between the hours of 8:00 AM to 5:00 PM, Monday through Friday, (excluding recognized holidays by Weld County), otherwise agreed by the parties and for urgent circumstances. 4. The awarded bidder shall have a written refund policy/procedure, to include appropriate timelines, for the listed Main Contacts contained in this document, or their designees to follow that allows customers requesting a refund for damaged goods or do not receive a product for their money due to a malfunction of a machine to receive said refund. Refund procedures should be displayed on or near the machine(s) and/or made available to onsite Weld County personnel to give to customers. Weld County shall not be responsible for issuing refunds. Service Performance 1. Weld County and the awarded bidder shall meet on a scheduled basis or as needed, to review sales and modify product selection when necessary. The Main Contacts listed in this document or their designees, shall immediately notify the awarded bidder of any service deficiencies including, but not limited to the following: A. Failure to respond to service calls as prescribed above; B. Any machine not maintained or kept in good working order; C. Malfunctioning machines that are not repaired or replaced as prescribed above; and/or D. Expired food not removed, or products not rotated. 2. If repeated deficiencies occur over a thirty (30) day period, Weld County shall give a written cure notice to the awarded bidder stating the deficiencies. Unless the deficiencies are corrected within the thirty (30) days, from said notice by Weld County, Weld County reserves the right to terminate the contract immediately. Commission Payment and Report of Sales 1. The awarded bidder shall indicate in their proposal the percentage (%) rate for the gross revenue they shall pay Weld County. Commission must be based on actual sales. The awarded bidder shall provide price lists with their proposals for the products that will be sold in the vending machines. The price lists submitted with the proposal shall include pricing data adequate to establish the reasonableness of the proposed percentage rate. The awarded bidder shall base the percentage rate offered on the price lists submitted. If Weld County cannot determine a correlation of the proposed percentage rate with the pricing submitted, it may be cause for non -award. 2. Weld County will entertain promotional offers. The successful bidder shall describe all incentives and/or promotions and the terms and conditions of such offers as part of its proposal response. 3. The successful bidder shall provide to the Main Contacts contained herein, monthly sales reports referencing each machine and location, and indicating the following minimum information for each location. A. Total gross sales per machine; and a summary of gross sales for all machines. B. Commission payable based on total gross sales. B2100136 12 Weld County reserves the right to request of the awarded bidder reports that provide (more) detail and what can be reasonably gathered by the bidder. 4. Bids shall include a sample of the reports that would be provided to Weld County, if awarded. PROPOSED PRICING: PROPOSED PERCENTAGE (%) PROPOSED DELIVERY DATE 32100136 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. B2100136. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all the documents of the Request for Bid/Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE FAX TAX ID # DOERS Ht 'ROVIDE','A W=9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1- 8 ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Steve Moreno, Chair APPROVED AS TO SUBSTANCE: Department Head Controller B2100136 14 canteen Love Your Choices A Vending Services RFP Prepared for Weld County Alternative Sentencing Programs Facility October 2021 Weld County Alternative Sentencing Programs Facility 1150O Street Greeley, CO 80631 canteen Everything around us is changing, no matter the environment. As on -site snack and beverage options evolve, it's necessary to keep innovating. Our customized vending services do just that, offering an amazing variety of high - quality, delicious choices. We keep guests energized by not only giving them a quick snack, but by providing fuel to keep them going. From great coffee to kickstart the morning to customized snacks for all -day grazing, we make it easy for your guests to keep moving forward. Tailored localization. Your location is unique and your offerings should be too. We'll work with you to create a customized vending program that highlights exceptional service, market trends and your one -of -a -kind needs. Big business footprint, small business mindset. We're adamant about maintaining authenticity and product integrity, whether we're servicing one account or one hundred. Our team focuses on meaningful ways to improve the guest experience, from product sourcing to delivery and maintenance to merchandising. Our locally run operations are backed by the support and resources of a global organization, giving us the opportunity to excel in daily operations while driving innovation, technology and efficiency in cost. As the nation's oldest and largest vending company, we know how to get it done. Always innovative. We're passionate about purposeful innovation that elevates the choices guests are excited about. We know that speed, convenience and flexibility are all qualities that matter to you, driving us to search for the latest in technology, wellness offerings and trend -forward products. We appreciate the opportunity to transform the vending experience at Weld County Alternative Sentencing Programs Facility. We're excited to share our variety of options and setup possibilities with you. Together, we will make your vending program the industry standard for innovation and customer experience. We look forward to partnering with Weld County Alternative Sentencing Programs Facility. Sincerely, jeAn-44÷, Jennifer Rosentrater Regional Sales Director This proposal, designed specifically for Weld County Alternative Sentencing Programs Facility, is confidential and proprietary to Compass Group USA Inc. (Compass). Any unauthorized dissemination to others outside your organization would irreparably harm Compass and entitle Compass to judicial equitable relief, including injunction and specific performance. This proposal is valid for 30 days after its presentation and/or delivery to you. Weld County RFP - Canteen Vending Exceptions 1. RFP Page 5, Sec. 5(K), Termination. We request the right be made mutual and limited to "for cause" only. 2. RFP Page 5, Sec. 5(O), Non -Assignment. We request the right to assign to an affiliate. 3. RFP Page 6, Sec. 6, Insurance. i) our insurer is rated A-, VII; ii) notice will be provided 10 days prior in both instances; iii) we are self -insured, but will not provide a bond; iv) we will not provide any waiver of subrogation. 4. RFP Page 7, Sec. 6, Indemnity. We request that the indemnification obligation be made mutual and limited to our negligence only. 2 A CANTEEN VENDING SERVICES PROPOSAL SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: DESCRIPTION Weld County seeks interested parties, who would assume the responsibility, and without cost to Weld County, to install, maintain, operate and service food and beverage vending machines at the Weld County Alternative Sentencing Programs ("Work Release") Facility. SCOPE OF SERVICES Weld County seeks to provide adult criminal offenders sentenced by a court of competent jurisdiction to the Work Release Facility, with nutritious food, snack and beverage choices. The successful bidder shall describe what vending machine options are available to meet the best vending needs for the Work Release Facility. Weld County does not provide onsite food services at its Work Release Facility and thereby seeks self-service vending machine solutions to which the occupants at the Work Release Facility may independently use to meet their dietary needs. Presently, the current contractor has 24 vending machines at the Work Release Facility. The successful bidder shall indicate what efficiencies can be implemented to include additional products, services and the projected benefits used to enhance Weld County. Fresh, frozen and refrigerated foods and carbonated and non -carbonated beverages, to include bottled water, are required. The successful bidder will encompass "market basket analysis and techniques" to ensure combinations of products and contents go well together. The initial agreement, issued as a result of this bid, will be for a period of thirty-six (36) months. The County shall have an option to renew the agreement for two (2) additional periods of one (1) year each, with the same terms and conditions. Each option is to be exercised no later than sixty (60) days prior to expiration. This agreement and/or any extension to the original period of a subject agreement shall be contingent upon the County's satisfaction with all products and services received during the preceding agreement period. The initial contract period shall commence on January 1, 2022. Service Location 1. Weld County Alternative Sentencing Programs Facility 1390 N. 17th Ave. Greeley, CO 80631 2 Operates "24/7/365 days/per year." 3 Pre -pandemic, operational capacity of 224 offenders (residents), with an average daily population of 180 residents. Currently, average daily population is 90-100 residents and anticipate steady return increases in 2022, 2023. 4. Up to 21 employees on site. 5. Elevator access to second floor. 6. No public access to machines. Main Onsite Contacts 1. Alternative Sentencing Programs Director, Dianna Campbell (970) 400-2990, dcampbell(a�weldgov. com 2. Justice Services Department Director, Doug Erler (970) 400-4847, derler(weldgov.com Weld County Purchasing Contacts 1. Rob Turf, 970-400-4216, rturf(a�weldgov.com, Rose Everett, 970-400-4222, reverett(weldgov.com or Christie Peters, 970-400-4223, cmpetersweldqov.com BID REQUEST #B2100130 Page 9 3 A CANTEEN VENDING SERVICES PROPOSAL Products and Stocking 1. Products offered shall include a variety of beverages, snack food items and/or individual entr�e items such as low sugar, low calorie or non -trans -fat products. Options shall include but not limited to the following: A. Beverages — Assorted Snapple, assorted Gatorade, flavored water, plain water, assorted regular and diet sodas, milk, coffee, and assorted juices. B. Snacks — Assorted granola bars, chips, nuts, cookies, candy bars and candy (no gum or microwavable popcorn). C. Entr�e Items — Fresh sandwiches, salads, fruit, yogurt, vegetables and dip, cheese, pudding, soups, burritos, Ramen soups/meals, and assorted pre-packaged microwavable meals, which include plastic utensils and condiments, as applicable. D. Personal Items — Laundry soap for coin operated machines and hygiene items (toothbrush, toothpaste, facial tissue, Band-Aids, and body/hair soap). E. Bill -Changing Machine — Converting denominations of U.S. paper currency to coin. 2. The successful bidder shall ensure that "best by, use or best if used by" labels are clearly displayed on all applicable products. The successful bidder is responsible for the removal of any applicable products that go beyond these standards. 3. All sales tax and other taxes to be paid shall the responsibility of the awarded bidder. 4. The successful bidder shall regularly stock and maintain every week, all machines with food and beverages, prepared and dispensed according to all State and Local health standards. Weld County will be placed on a scheduled route by the successful bidder. 5. All food and beverage products shall be delivered and placed in the machines in their original wrappers or containers. 6. Weld County shall reserve the right to request or modify products that meet nutritional guidelines created by the State of Colorado or Weld County during the term of the agreement. 7. The successful bidder shall provide applicable nutrition facts/labels to Weld County prior to stocking products. 8. Weld County reques-s high quality products that are not damaged, out of date or recalled. In the event a product is recalled, tie successful bidder shall notify, and without delay, the Main Contacts listed in this document. Products shall not be denoted on the United States Department of Agriculture "Current Recalls and Alerts" list, see http://www.fsis.usda.gov/wps/portal/fsis/topics/recalls-and-public-health-alerts/current- recalls-and-alerts OR the U.S. Food and Drug Administration, "Recalls, Market Withdrawals, and Safety Alerts" list, see http://www.fda.gov/Safety/Recalls/default.htm websites. Any recalled products must be removed from any and all machines within two (2) business days. Equipment, Placement and Installation 1. The successful bidder shall provide equipment that is modern and demonstrates latest technologies, to include bill -changing capabilities (in denominations of U.S. currency up to a $20 bill), credit/debit card readers, be electrically efficient, quiet, to include unit sales counting capabilities and be aesthetically pleasing and acceptable to Weld County. All selection buttons shall be easily usable, clearly display the products, package size and price for each item. 2. Machines supplied shall be the type approved or recognized by the National Sanitation Foundation, the National Automatic Merchandizing Association or as recognized by the State of Colorado or by the Weld County Health Department. BID REQUEST #B2100130 Page 10 4 A CANTEEN VENDING SERVICES PROPOSAL 3. The successful bidder shall provide energy efficient equipment that have electronic timers, or occupancy sensors and controllers that allow each specific machine location to set the time of operation, which will shut off lighting in the machines and cycles the compressors to maintain all product temperatures. 4. The successful bidder shall furnish, install, maintain, service, repair and/or replace all vending machines to Weld County at the above noted locations at no charge to Weld County, unless otherwise agreed upon by the parties. All machines shall be installed so as not to be obtrusive, cause any seepage or debris build-up underneath. Machines shall not obstruct the flow of foot traffic or interfere with emergency exits or access areas. Machines must be securely fastened to the wall, floor or other structure, or otherwise secured in such way as to prevent them from being rocked, bounced or tipped. 6. Weld County reserves the right to require machines be relocated to a different space within the same location. 7. All machines shall be the property of the successful bidder and of which the successful bidder shall be responsible for all maintenance, service, repair and movement of the machines. The successful bidder assumes all responsibility for damages caused by neglect, vandalism or any other cause. 8. All machines shall be always be maintained and in proper working order. The awarded bidder shall maintain the cleanliness of all machines. It is the responsibility of the awarded bidder to clean the inside and the outside of all machines at each service visit. 9. Upon expiration or termination of the contract, the awarded bidder shall remove all products and machines within ten (10) business days of said notification by Weld County, or unless otherwise agreed upon by the parties. 10. All food products and vending machines must comply with Federal, State, City of Greeley and Weld County codes. Weld County Facility Requirements 1. Weld County will furnish at its own expense, all electricity, network connections, and water lines used for the operation of all vending machines of the awarded bidder. 2. Weld County will be responsible for making any improvements or modifications to the existing service location to accommodate the bidder's equipment and machines. 3. Requests for modifications to building structures, electrical systems, plumbing and/or any other part of the physical buildings of Weld County by the awarded bidder, shall be authorized, reviewed and approved by Weld County. 4. For machines that require external water source/connections, Weld County will ensure the source is from potable water supplies. 5. All machines vending perishable foods shall have a lock on the power cord plug to prevent accidental or intentional disconnection. 6. All machines will be properly wired and grounded to prevent electrical shock and will comply with applicable Federal, State and Local codes and professional standards. BID REQUEST #B2100130 Page 11 5 A CANTEEN VENDING SERVICES PROPOSAL Service Calls and Repairs 1. Unless otherwise approved by the parties, service calls must be addressed within two (2) business days and repair or replacement of non-functional machines must be addressed by the awarded bidder within two (2) business weeks of notification by Weld County. 2. The awarded bidder shall provide names, telephone numbers and emails of service personnel within its proposal. Weld County reserves the right to terminate its contract if the awarded bidder does not respond to service calls for inoperative machines, and/or for conspicuously low product stocking. 3. Restocking, collection of monies and preventative maintenance on any machines shall be done between the hours of 8:00 AM to 5:00 PM. Monday through Friday, (excluding recognized holidays by Weld County), otherwise agreed by the parties and for urgent circumstances. 4. The awarded bidder shall have a written refund policy/procedure, to include appropriate timelines, for the listed Main Contacts contained in this document, or their designees to follow that allows customers requesting a refund for damaged goods or do not receive a product for their money due to a malfunction of a machine to receive said refund. Refund procedures should be displayed on or near the machine(s) and/or made available to onsite Weld County personnel to give to customers. Weld County shall not be responsible for issuing refunds. Service Performance 1. Weld County and the awarded bidder shall meet on a scheduled basis or as needed, to review sales and modify product selection when necessary. The Main Contacts listed in this document or their designees, shall immediately notify the awarded bidder of any service deficiencies including, but not limited to the following: A. Failure to respond to service calls as prescribed above; B. Any machine not maintained or kept in good working order; C. Malfunctioning machines that are not repaired or replaced as prescribed above; and/or D. Expired food not removed, or products not rotated. 2. If repeated deficiencies occur over a thirty (30) day period, Weld County shall give a written cure notice to the awarded bidder stating the deficiencies. Unless the deficiencies are corrected within the thirty (30) days, from said notice by Weld County, Weld County reserves the right to terminate the contract immediately. Commission Payment and Report of Sales 1. The awarded bidder shall indicate in their proposal the percentage (3/0) rate for the gross revenue they shall pay Weld County. Commission must be based on actual sales. The awarded bidder shall provide price lists with their proposals for the products that will be sold in the vending machines. The price lists submitted with the proposal shall include pricing data adequate to establish the reasonableness of the proposed percentage rate. The awarded bidder shall base the percentage rate offered on the price lists submitted. If Weld County cannot determine a correlation of the proposed percentage rate with the pricing submitted, it may be cause for non -award. 2. Weld County will entertain promotional offers. The successful bidder shall describe all incentives and/or promotions and the terms and conditions of such offers as part of its proposal response. 3. The successful bidder shall provide to the Main Contacts contained herein, monthly sales reports referencing each machine and location, and indicating the following minimum information for each location. A. Total gross sales per machine; and a summary of gross sales for all machines. BID REQUEST #B2100130 Page 12 6 A CANTEEN VENDING SERVICES PROPOSAL DocuSign Envelope ID: 029B778D-7CFD-492D-82E0-25D2B09F0D95 B. Commission payable based on total gross sales. Weld County reserves the right to request of the awarded bidder reports that provide (more) detail and what can be reasonably gathered by the bidder. 4. Bids shall include a sample of the reports that would be provided to Weld County, if awarded. Miscellaneous There will be a mandatory pre -bid meeting. Bidders will be given the opportunity to view the service location. If there are questions concerning this bid, please email to bidsweldqov.com on or before September 28, 2021 by 5:00 PM. Questions and Answers will be posted on https://www.bidnetdirect.com on or before September 30, 2021 at 5:00 PM. PROPOSED PRICING: See page 8 for pricing and commission. BID REQUEST #82100130 Page 13 7 A CANTEEN VENDING SERVICES PROPOSAL DocuSign Envelope ID: 029B778D-7CFD-492D-82E0-25D2B09F0D95 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2100130. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all the documents of the Request for Bid/Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Compass Group USA Inc., by and through its Canteen division BUSINESS 1200 Concord, Ave., Suite 460 ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO Concord, CA 94520 925.847.1517 n/a FAX PRINTED NAME AND TITLE Marc Boman, Division President DocuSigned by: SIGNATUR Man f5a4Mtt1A, TAX ID # E-MAIL DATE E7EC704CEAFE4A8 marc.boman@compass-usa.com 10/6/2021 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Steve Moreno, Chair APPROVED AS TO SUBSTANCE: Department Head Controller BID REQUEST #B2100130 Page 14 8 A CANTEEN VENDING SERVICES PROPOSAL Products and Stocking • Candy • Hot Beverage • Milk • Pastry • Chips • Food • Soap/Shave • 20oz Soda • Energy drinks Canteen has been providing service to the Weld County Work Release program for over 20 years. Equipment, Placement and Installation Canteen will keep the equipment in its current location. We recently installed all new equipment with the exception of the food machines which were upgraded within the last 2 years. We will upgrade equipment as needed. Bill Changers 2 Snacks 5 Coffee 2 Cold Food 5 Bottle Beverage 10 Weld County Facility Requirements Reviewed and approved. Service Calls and Repairs We leverage SmartService to power the best, most efficient experiences at our locations. SmartService gives us up-to- the-minute information on your machines and the products in them. Running low on your favorite snacks? We know instantly and begin build ng an order and scheduling the next visit. Craving some additional variety? Look no further! OneTicket interfaces with i-vend, our award -winning equipment management software, to log every step of the repair process. From where the problem started to the exact date and time the first service call was requested, OneTicket doesn't close the ticket until each problem is fixed. OneTicket allows us to track and report the service and repair history of any machine by day, week or month. Service Performance Reviewed and approved. 9 A CANTEEN VENDING SERVICES PROPOSAL Commission Payment and Report of Sales OneTicket interfaces with i-vend, our award -winning equipment management software, to log every step of the repair process. From where the problem started to the exact date and time the first service call was requested, OneTicket doesn't close the ticket until each problem is fixed. OneTicket allows us to track and report the service and repair history of any machine by day, week or month Proposed Pricing Vending Products _,. Price Commission Candy $1.50-$1.75 12.50% Hot Beverage $1.25 12.50% Milk $1.75 N/A Pastry $1.75 12.50% Chips $1.35 12.50% Food Market Price N/A Soap/Shave $1.25-$1.50 12.50% 20oz Soda $2.00 18.00% Energy $3.00 18.00% PRIMARY CONTACT: Rob Reckard Rob.reckard@compass-usa.com 303-729-4117 10 A CANTEEN VENDING SERVICES PROPOSAL Our Story WHAT WE DO Since we began in 1929, snack time has changed. People's lives have changed. What's important has changed, and preferences have changed. But one thing hasn't changed: Good things happen when people take a break. Everyone needs a respite, a little pick-me-up, a moment to refuel and then quickly get back to what needs to be done. Stopping for a delicious, healthy, quick break is something that allows everyone to make the most of their day. OUR COMPANY Compass Group PLC is the largest food and support services company in the world with $32.2 billion in annual revenue as of fiscal year 2019. We serve award - winning restaurants, corporate cafes, hospitals, schools, arenas, museums and more.As a conglomerate of over 20 unique brands that serve 11 million meals daily and employ over 270,000 associates, Compass Group North America is recognized as the foodservice leader known for investing in commun ties and people.* Headquartered in Chertsey, U.K., Compass Group entered the U.S. market oy acquiring Canteen. Canteen is the largest on -demand retail company with the greatest concentration of vending machines and micromarkets in the country, including a robust portfolio of office coffee and dining solutions. Because we are the country's leader in unattended retail, all of Compass Group leverages Canteen's offerings for client site optimization. Compass Group was ranked No. 2 on Fortune magazine's 2021 list of Most Admired Companies in the diversified outsourcing services industry. To read the full article, visit: https:// fortune.com/company/compass-group/ worlds -most -admired -companies/. OUR VALUES We have carved an impressive path throughout the years as a leader in unattended retail. Our company has found strength in the foundation of six core values. Together, these values highlight our commitment to a standard of excellence - a standard upheld for 90 years. 000 WWW Service We are dedicated to providing an unmatched level of service to all of our clients and customers. Leadership We continually strive to uphold our position as a responsible front-runner in a dynamic industry. Wellness We are committed to upholding standards of wellness in our workplace and yours. Innovation We tirelessly seek new ideas, fresh solutions and cutting -edge advancements for our field. Quality We promise to provide only the highest - quality products and to partner with reputable organizations. People We lead in our industry because of our commitment to those we serve and the communities where we live and work. *Canteen does not provide services within any correctional facilities, nor does any other Compass Group operating company in the United States. 11 A CANTEEN VENDING SERVICES PROPOSAL canteen By the Numbers CriTa O e ns masa ■ ■■ (■ ■ ■ C FAST COMPANY World's Top 50 Most• • • . for i office break room • office snacks services locations 350 national accounts 48 states FORBES Best Employers for Diversity and Best Employers for New Grads 2021 $845 Million in national accounts expertisesmA FORTUNE client retention 2016 Companies Changing the World 0 E3/°,09°+ teDilattrilDtler7KOD NATIONAL BUSINESS GROUP ON HEALTH Best Employers for Healthy Lifestyles lr"•Tri 90+ Years O 1 9 2 9 LA 12 NTEEN VENDING SERVICES PROPOSAL in business C Vending SMARTSERVICE Our SmartService generates live updates from our machines every six hours, informing us what has sold and when machines need maintenance. We analyze the selling data, using it to select the exact products needing replenishment in each machine, guaranteeing you have the right product mix at all times. With a heads up of maintenance needs, we can sub -route drivers, keeping them in a smaller geographic area for faster, more efficient service. For more information on SmartService, please see our Innovation and Technology section. -VEND With help from our proprietary route accounting system, i-vend, we know what you need, when you need it. i-vend provides instant access to product - specific sales and reports enabling us to make sure the right product is where it needs to be, when it needs to be there. Each product we offer has a unique bar code number, or SKU, assigned to it, allowing our route drivers to identify how each SKU is performing by hand-held scanner. This vital insight lets our teams build the right product mix for every machine, plus these extras: • Replace slow sellers with popular products • Keep machines fully stocked • Customize the product mix based on machine -specific data • Regularly introduce new items and rotate selections for mcre variety • Reliable delivery processes through online route schedulinc • Provide machine inventory tracking • Cash auditing and credit collections via cash room automation and card processor integration • Accurate sales recognit on by using electronic data (DEX) from vending machines • Ensure accuracy of commission information BEST PEOPLE We have the best team in the industry. We provide training, support and development opportunities as well as institute ongoing checks to ensure we attract, onboard and retain the very best talent. • Our Route Driver Certification program includes classroom, on-the-job training and regular audits. With a track record for success, this program was adopted by the National Automatic Merchandising Association as the gold standard in the industry. • We conduct preemployment and ongoing random drug and criminal history checks. • Managers are trained to look for key indicators during the hiring process - more than a gut feeling. • Monthly CHAT training sessions build teamwork and help to communicate new and important updates to the entire team. 13 A CANTEEN VENDING SERVICES PROPOSAL SAFETY Foodbuy is our sourcing and purchasing arm, managing every detail of safety, value, and quality of food and ingredients. Foodbuy scrutinizes all potential suppliers and rronitors product recalls and withdrawals, providing clients and guests peace of mind that all offerings are safe and high quality. Our safety programs and policies keep our team members safe. • We invest in safety shoes for our team and have policies in place to remind them to wear proper footwear every day. • We have safety reminders posted on trucks for our route professionals. • Our dedicated safety and risk management resources, along with our regional safety champions, continually focus on keeping a safe working environment for our associates. • Monthly team CHAT sessions remind associates of the importance of working in a safe manner every day. VARIETY With more than 250,000 SKU options, we gather relevant data and work with you to create a robust vending program. Our data gathering includes leveraging industry trends and reports from Mintel, Nielsen, Forbes, SPINS, Technomic and Datassential, to name a few. We pair this data with manufacturer trends, regional product preferences and internal survey results to curate a unique product mix for your location. After initial machine implementation, we track sales data and conduct customer surveys to continually adjust product mix to preferences, introducing new products and phasing out slow sellers, guaranteeing your vending offerings have something for everyone. EQUIPMENT Our commitment to innovation drives us to seek out new vending solutions, offering the most reliable and technologically advanced equipment in on -demand retail today. Our equipment features Bluetooth capabilities, frictionless payment systems including mobile and cashless options, as well as the latest in energy savings technology. We offer the following vending equipment: cold beverage, fresh food , snack, frozen food and ice cream. 14 A CANTEEN VENDING SERVICES PROPOSAL What's in Choice Plus? BEVERAGES Best Options • Unsweetened still and sparkling, flavored and unflavored waters • Unsweetened coffee and tea Better Options • Milk: Low -fat and nonfat dairy and nondairy milks, sweetened or unsweetened • Fruit juice: at least 50% juice with no added sweetener (≤150 calories/package) • Vegetable juice, 100% juice (≤150 calories, ≤150 mg sodium/package) • Fruit and vegetable juice blends, 100% juice, no added sweetener (≤150 calories, ≤150 mg sodium/package) Other • Lightly sweetened beverages (≤80 calories, ≤150 mg sodium/package) • Unsweetened coconut water • Zero -calorie sweetened beverages (excludes energy drinks) SNACK Options • 250 calories or less • 10 g* of fat or less • 3 g of saturated fat or less • 0 g of trans fat • 230 mg of sodium or less • 20 g** of sugar or less *Nuts and seeds are exempt from the total fat limit, but must meet all other nutrient criteria. **Unsweetened dried fruit is exempt from the total sugar limit, but must meet all other nutrient criteria. ≤250 Calories Og Trans Fat ≤230 mg Sodium ≤3 g Sat Fat ≤20 g** Sugar 15 A CANTEEN VENDING SERVICES PROPOSAL choice plus Wellness We know that when it comes to nutrition and wellness, one size does not fit all. Regardless of your definition of wellness, our goal remains the same - offer products that fit the way you want to eat. We're committed to aligning with your wellness goals and promoting healthy lifestyles for your organization. With Choice Plus, we make the healthy choice the easy choice by supporting a healthier lifestyle on -the -go. Choice Plus was designed by our team of registered dietitians and culinary experts to arm our consumers with the power of information. We curated a list of products that meet criteria supported by the latest nutrition and consumer research. As trends change and new products hit the market, our Choice Plus selections continually grow. Choice Plus selections are identified in marketing materials and point -of - sale signage in the form of: • Flyers, posters and email communications. • Spiral labels and pushers in snack machines. • Channel markers for beverage machines. • Product identification tags for Avenue C to label sensible snacks. Sustci.inctbility We strive to reduce the environmental impact of our services without sacrificing product or service quality. ger qP FUEL EFFICIENCY We proactively seek, test and evaluate alternative fuel vehicle options and technology to improve the efficiency of our fleet. SmartService technology utilizes real-time data and pre -kitting to equip our route personnel with the exact product they need for each delivery location, resulting in time savings and improved fuel efficiency. RECYCLE The SmartService process helps us reconfigure our warehouses. The efficiency it creates, allows us to capture and recycle 100% of the cardboard that comes in. LED LIGHTING New snack machines are equipped with LED lights, which save at least 50% more energy than standard fluorescent bulbs. Existing equipment may be retro:itted with LED lights at client request. ENERGY STAR Our latest glass -front beverage machines comply with Energy Star requirements. We are working to replace old equipment with Energy Star -certified equipment. CONSERVATION DEVICES We offer energy conservation devices and motion sensor kits, which can be installed on snack and beverage machines to reduce power consumption during periods of inactivity. 16 A CANTEEN VENDING SERVICES PROPOSAL Innovation and Technology CANTEEN CONNECT We are committed to creating opportunities for guests to connect with each other and with us. Immediate and ongoing feedback is critical for our continued success, which is why guests will find a Connect label on each vending machine and Smart Market service. Each Connect label has a customer service telephone, a QR code and a text message code, enabling guests to reach us at any time. This exclusive technology provides: • Improved customer response - service requests are routed automatically into our OneTicket service system • Information at your fingertips - stream our latest videos • Nutritional information available instantly • Promotions, discounts and free items • Improved feedback for suggestions and product requests ONETICKET OneTicket interfaces with i-vend, our award -winning equipment management software, to log every step of the repair process. From where the problem started to the exact date and time the first service call was requested, OneTicket doesn't close the ticket until each problem is fixed. OneTicket allows us to track and report the service and repair history of any machine by day, week or month. This powerful tool performs on two levels we can respond quickly and efficiently to service calls and you can monitor our quality of service. OneTicket generates a comprehensive suite of reports detailing call frequencies, response times and service completion, so each location can be properly monitored and repaired: • A customer logs a service or repair request in to our Connect web interface or calls our support line • The service request is logged into OneTicket, noting date, time, machine, location and problem • Your technician is notified via text message. Date and time are entered into OneTicket • Repair is completed. Date and time are entered into OneTicket • Our staff will call to notify you of repair completion 17 A CANTEEN VENDING SERVICES PROPOSAL We focus on the customer journey to create personalized experiences for guests, with targeted technology to influence buffing choices. SMARTSERVICE We leverage SmartService to power the best, most efficient experiences at our locations. SmartService gives us up-to-the-minute information on your machines and the products in them. Running low on your favorite snacks? We know instantly and begin building an order and scheduling the next visit. Craving some additional variety? Look no further! We use data collected to proactively: • Replace slow -selling items • Increase variety and product rotation • Reduce service times • Streamline operations, lowering our environmental impact • Reduce waste The SmartService Advantage • Machines stay full • Machines are serviced more efficiently • Right product, right plate, right time • Near real-time monitoring • Personalized customer service • Happier guests A CANTEEN VENDING SERVICES PROPOSA CONNECT & PAY°AND CUSTOMER LOYALTY Our Connect 84 Pay® app, available through the app store, makes shopping quick and easy for guests. Once downloaded, guests log in, create an account and load funds or designate a card for use to pay as you go. Our AirVend inside vending banks allow guests to pay for vending selections directly from their phones using Bluetooth technolcgy. The app also integrates with the Canteen Connect label, allowing guests to access our Connect solution with the touch of a button to report service issues, access nutrition information, provide feedback and explore innovations and upcomirg promotions. The points -based structure gives you the flexibility to customize the loyalty program to fit your culture and needs. The more points guests accumulate, the more cash back they earn. Points can be redeemed at any time. Forget to redeem? That's okay, too. At the end of each quarter, we'll automatically credit accounts for the highest redemption value earned and additional points will automatically carry over to the next quarter. Connect & Pay' offers a variety of valuable benefits for our loyal guests, including points accumulation that leads to cash back rewards, promotions, coupons, discounts and limited time, seasonal offers. 19 A CANTEEN VENDING SERVICES PROPOSAL Ca.shless Speed, convenience and flexible payment options are key to success. Technology is changing quickly and we have the options you need to keep up with today's sctvvy consumer. FRICTIONLESS METHODS OF PAYMENT like All NFC Pay Methods - Google Pay, ApplePay, Contactless Over 60c/0 of our •ns are credit cards 200,000+ devices deployed crni ricrn try rtra m r Tn. • PAYMENT CARD INDUSTRY r (PCO COMPLIANCE 0 i • Studies show . • • than - VI 1 in 4 customers take advantage of cashless • solutions • • • • r •. • • • Increases customer satisfaction . • •s multiplevends with a SINGLE TRANSACTION 20 A CANTEEN VENDING SERVICES PROPOSAL 30 million+ credit • • debit transactionsper • 50% reduction in transaction time when compared to cash or coin Gives customers the added convenience of a fast way to pay LEADING THE WAY IN DATA SECURITY Information Security Program A strong business reputation depends on a robust information risk management strategy. We address data privacy and information security as fundamental components of doing business, and are committed to protecting information assets, personal data and client information. Cybersecurity training is regularly provided to our associates who access information systems and sensitive data. A formal information security program and Key IT Control Framework is in place. Our information security tools, policies and procedures follow the Information Security Forum (ISF) - an independent, nonprofit association of leading organizations from around the world, which investigates, clarifies and resolves key issues in cyber, information security and risk management. The ISF Standard of Good Practice (SoGP) is mapped to the nternational Organization for Standardization (ISO), National Institute of Standards and Technology (NIST), Payment Card Industry (PCI) and Control Objectives for Information and Related Technologies (CoBIT). IT Audit and Control Our accounting and General IT Controls (GITC) are continuously evaluated by several assurance functions including independent auditors, KPMG (a multinational professional services network, and one of the Big Four accounting organizations), and our own team of internal auditors. Compass Group businesses are governed by two manuals: a global group accounting policies and procedures manual and a group internal controls manual. All applicable managers must complete a control self -assessment that requires timely remediation for deficiencies and they must sign certificates of assurance twice a year to indicate adequate internal controls are operating properly. These rigorous internal policies and procedures, coupled with the annual independent audit by KPMG, provide the highest level of integrity of our internal control environment. Ore El°J •0 We prioritize data protection for every client to avoid network intrusions that can inflict serious damage on a company's brand and create a major breach of trust with its customers. Our compliance with the strictest data security standards allows you to focus on your core business without worrying about compromised data security or other similar concerns. Business Continuity and Disaster Recovery To ensure even greater business continuity, Compass Group is currently migrating all services and applications to its strategic cloud partners. The disaster recovery capability will better serve our customers and provide significant Recovery Time Objectives (RTO) and Recovery Point Objective (RPO) improvements. As part of this transition, we are amending documents, plans and procedures to align with new recovery processes. A test of recovery for critical systems and applications takes place annually. In addition, should normal, automatic business processes be interrupted, field sites are capable of using processes to complete day-to-day activities until the systems can be recovered; data in the field can be stored and queued while waiting for the systems to be brought back up and the data transfer completed. 21 A CANTEEN VENDING SERVICES PROPOSAL Information Security Technology Compass Group performs annual penetration testing of both its corporate and in -unit networks and systems. Other security technology deployed includes data loss prevention (DLP) software, malware and antivirus protection, automated security patching with regular updates, industry -standard encryption and authentication methodology, and vulnerability management software. All company servers, laptops and desktops have advanced malware protection (AMP) with device encryption, and each company email account has a mandatory multifactor authentication (MFA) to mitigate malicious attachments or links that attempt to phish credentials. Further, Compass Group employs a security information and event management (SIEM) solution to monitor, manage and protect all devices, servers, networks and security systems used to store, transmit or process information - including routers, firewalls, point -of -sale (POS) terminals and kiosks. Our STEM reviews any data that could affect security and looks for suspicious activities and patterns that may signal security issues. Alerts are escalated to our Cybersecurity team, which works 24/7 to monitor potential attacks, minimizing risk and safeguarding business. We also ensure clients are protected by our unified threat management (UTM) solutions. This includes next -generation firewall and intrusion detection/prevention systems (IDS/IPS). Our UTM solutions are centrally linked to our SIEM and contiruously monitor even trusted applications for malicious behavior, providing visibility and control to protect against sophisticated, targeted and persistent threa-s. A CANTEEN Investment Metrics S $15M invested annually Next generation firewalls 30K+ Encrypted credit payment devices (P2PE/E2EE) 500GB DATA/ DAY FED INTO CYBERSECURITY ANALYTICS TOOL Devices with Advanced Malware Protection (AMP) ONGOING POS UPGRADE AND REMEDIATION PLANS 250K+ Intrusion attempts blocked annually SUPPORTING TECHNOLOGIES • Security information and event management solution (STEM) • Next -generation firewalls with IPS/IDS services (UTM) • PCI-certified vendors and solutions (PCI DSS) • Point-to-point encryption (P2PE) 22 ENDING SERVICES PROPOSAL Payment Card Industry Data Security Standards Compass Group is among the earliest adopters of information security programs in our industry, establishing protocols, business continuity plans and disaster recovery capabilities by 2001. At the start of 2006, we were invited to become a participating member of the PCI Standards Council. We were also the first in our industry to offer mobile point -of -sale (POS) solutions with point-to-point encryption (P2PE) and end -to -end encryption (E2EE), ensuring customer data is protected from the point of swipe through transmission to the payment processor, and all payment solutions provided by Compass Group have P2PE/E2EE as a minimum standard. Because of the nature of our clients' businesses and their respective industries, we also observe and adhere to any relevant regulations and legislation. Client verticals include financial, manufacturing, medical, legal, government and military. Such markets require a high degree of security, auditing and control compliance. All payment applications used to process credit or debit card transactions are referenced on the List of Validated Payment Applications, which is published by the PCI Standards Council as certified payment applications. Incident Response Compass Group has developed an internal policy and process that provides for a coordinated, effective and cohesive approach to privacy and information security incidents - ranging from unauthorized system intrusions to the mishandling of data in such a way that the privacy, integrity or availability of confidential information is at risk. The Cybersecurity Department coordinates the investigation and ensures the appropriate departments are involved in researching and resolving any breach, which includes clients, management, HR, Treasury, Field Systems, Legal, Communications, etc. To assist us with incident investigation, a 24 -hour Rapid Response Retainer has been established with a leading security investigation company, who can perform extensive forensic investigations and analysis related to incidents, when needed. 23 ING SERVICES PROPOSAL Marketing and Promotions We market to your team by strategically placing signs in gathering spaces, such as elevators, parking garages, entrances, copy machines and dining areas. MARKETING VEHICLES INCLUDE: • Flyers • Table tents • Posters CONNECT • E -blasts • LCD monitors • Digital displays We offer monthly promot ons on each machine through the Connect label. This technology allows customers to access the latest promotions at their fingertips. We feature national vendor campaigns along with exclusive Canteen -specific giveaways where your guests are our winners. We can further drive messaging through the use of LCD monitors, e -blasts and flyers. 24 A CANTEEN VENDING SERVICES PROPOSAL RECYCLABLE CRUNCHY BAR WRAPPERS As the impact of the COVID-19 pandemic continues to unfold, we remain committed to ensuring the health, safety and well-being of our associates, clients and consumers. We will support your needs with the most up-to- date information. Pandemic Response We created a Coronavirus Response Team of senior leadership from numerous departments to study developments and follow guidance from the Centers for Disease Control and Frevention (CDC), the World Health Organization (WHO) and other health agencies. Since early 2020, we have responded to the pandemic by implementing and adapting our existing Pandemic Management Policy with effective and comprehensive tactics. Our crisis plan includes coverage for the following situations: • Significant numbers of our staff missing work due to illness • Large areas or complete regions - not just one location - being affected • Government deciding which essential services can be performed Our associate health standards require reporting illness symptoms directly TO managers, helping prevent the likely spread of disease. We also continually update the list of reportable symptoms to protect the public's health. We have also implemented a variety of best practice measures, including: if Nif if • . • S -ao'a axing break roe 'utdfie next • Advising all operational leaders to be alert to signs of illness within their teams and reinforce the "if you are ill, stay at home" message • Updating on -site signage with hygiene posters and handwashing policies • Retraining teams to refresh knowledge and practices on handwashing and hygiene etiquette, especially in response to coughing and sneezing • Reinforcing cleaning, sanitizing and disinfecting protocols at all sites • Ensuring adequate supplies of sanitizers and disinfectants • Reinforcing Food Safety Management System/ HACCP standards for food preparation and service We have built a dedicated internal website that serves as a central resource to provide our teams with the latest information on COVID-19. It features our u pdated policies and a variety of relevant resources, including a COVID-19-specific email inbox for our o perators to direct any questions. The Coronavirus Response Team monitors the inbox, and it allows u s to continue to build resources and immediately escalate any issues that may arise. We are confident in our ability to continue supporting o ur clients and their operations while keeping everyone safe. 25 A CANTEEN VENDING SERVICES PROPOSAL Transition We make transitioning easy. It's a seamless process that allows you to have a single point of contact for all of your vending needs. A typical implementation takes 30 to 45 days. The process begins once a letter of intent or a contract is signed. This includes a detailed survey of your measured available space for machines, an evaluation of details that need to be taken into consideration, and market research. We understand the ratio of total population versus the amount of equipment you'll need and will make recommendations accordingly. 16 • 44 4 26 A CANTEEN VENDING SERVICES PROPOSAL J e COMPASS G R O U P" Our specialized teams, data -driven approach and financial strength consistently set us apart from the competition. CYBERSECURITY We invest $15 million each year to ensure the data of our clients, as well as their employees, customers and guests, is protected against all cyber intrusion attempts. Our cybersecurity team works around the clock so our clients can focus on their core businesses. 01 STRATEGIC PROJECTS This internal team's deep knowledge of transition - and their extensive experience in change management - are key to us ensuring the contract transition for each new Compass Group client is seamless and successful. rThi HUMAN RESOURCES: ndn PEOPLE AND rk-s, LABOR STRATEGY In addition to our specialized HR support and unmatched people management skills, our proprietary labor platform, SmartLabor, processes and manages our workforce by identifying any inefficiencies, capturing data and driving change. OUR BALANCE SHEET As we have come into and through the pandemic crisis, our strength as an industry leader has been clearly seen in our financial position. We entered the crisis with the highest credit rating in the industry (strong investment grade credit) and the lowest debt levels. This established a firm foundation for us to weather the crisis. And while we already had ample liquidity on hand, in May 2020 we announced an equity raise, which gave us the strongest balance sheet in our company's history. While our competitors are burdened with heavy debt, we are able to continue to invest in our business, making strategic decisions that ensure our future success and continue to bring the best to our clients. Our finance costs are 75% lower than our competitors, equating to hundreds of millions of dollars that we are able to invest back into the business - in clients, people, innovation, cybersecurity and more. We're also continuing to invest in a team dedicated to change management, ensuring that the contract transition process is always seamless and successful. While our competitors will have pressure and lack flexibility because of their debt load, Compass Group can be nimble and smart, as we are well -positioned to move through this crisis and continuously deliver for our clients. 27 A CANTEEN VENDING SERVICES PROPOSAL E15 El 5 brings together professionals from a range of backgrounds and skill sets to help clients make better business decisions at all levels of their organization. While some organizations view analytics programs as just IT -related or reporting functions, our team helps clients worldwide learn to think differently. Our approach to market research will enable our clients to know its custorrers both inside and outside of the dining location environment. We synthesize demographic and socioeconomic data to create comprehensive consumer profiles in ZIP codes surrounding locations to better understand customer behaviors and preferences. This enables us to help you tailor menu offerings for the demographic groups in those areas. Social media gives us the ability to capture explicit, preferential data about our clients' associates. E15 brings to :he table an industry - leading social media package that combines social media analysis with other data sources for a powerful, timely assessment of associate preferences. We rely on data, not hunches, when helping clients develop menus that will resonate with your customer base. The insights we uncover go beyond what's selling inside your dining locations and get at what's going on in the markets where you do business. What flavors are prevalent? What offerings are unique? What's the up-and-coming dish guests crave? Our analytics programs go beyond POS data to answer these questions and more. 28 A CANTEEN VENDING SERVICES PROPOSAL Oft COMPASS DIGITAL LABS (CDL) Driving the digital future and creating extraordinary experiences at the intersection of hospitality and technology. Home to digital experts at Compass Group North America, CDL is leading in digital transformation and innovation. With a suite of digital products empowering operators, enhancing the customer experience and helping identify new business opportunities, Compass Digital Labs takes hospitality to the next level. I • di COMPASS DIGITAL LABS Digital Hospitality CDL's work is organized into three distinct areas to build an end -to -end ecosystem that drives exceptional hospitality experiences for all customers and operators: • Digital - Deliver and scale within the business and drive digital transformation through scaling solutions with a proven impact. • Labs - Conceive and build proprietary products and develop emerging solutions through internal cocreation and an agile approach to innovating CDL's suite of digital products. • Ventures - Incubate and scale emerging capabilities, and cultivate and roll out nascent technologies through external partnerships that shape the future of food hospitality. Digital Products Compass Digital Labs supports Compass Group through a vast suite of digital products. Emerging Solutions Exploration and experimentation are critical elements of innovation. By maintaining an active pipeline of growth -focused, emerging solutions that are incubated and scaled across the business, CDL is bringing the future of food technology to Compass Group today. (Frictionless Markets, Robotic Delivery, Food Safety Sensors) Front -of -House Products Front -of -house digital solutions connect the o nline and offline experiences inside retail, cafe, marketplaces and more. From the time a customer e nters a space to well after leaving, every digital touchpoint is harmonious and seamless. (Kiosks, Chef - Driven Digital Menus, Connected Digital Signage) Back -of -House Products Compass Group operators are food and hospitality experts. The suite of back -of -house digital products gives operators the support and autonomy to be digital experts in their space and provide customers with an extraordinary online and offline experience, end to end. (Digital Cafe Management, Delivery, Healthcare Innovation Products) Outside -the -House Products Outside the house, digital products allow the business to reach new and loyal customers with the same level of hospitality they would expect inside the Compass Group cafe. (Mobile and Desktop Ordering, Foodworks, Mobile Delivery, Food Lockers) 29 A CANTEEN VENDING SERVICES PROPOSAL J ENVISION GROUP Compass Group's support and visionary team is shaping the future of foodservice with its focus on growth and strategic partnerships. Envision Group ensures the industry leader remains on the cutting edge of innovation, making it easy to do the right thing by promoting well-being of people and planet while driving commercial results. F Grow Like - or -like and organic growth are vital to our success. Our collective performance is measured by support of, and contribution to, our results. It is our filter for evaluating the commercial worthiness of initiatives, programs and partnerships. Create reativ►ty challenges us to be "makers" who capitalize on new markets, design solutions and who build revenue, promote goodwill and foster strategies that have a positive impact. Innovate A mindset of innovation, thought -leadership and challenging the status quo supports our growth trajectory and inspires change within our communities. Our intent is to uphold Compass Group's position as the unparalleled leader in food and hospitality services, while maintaining our commitment to social and environmental responsibility. Fight Against Food Waste oh-ipass GroupIS .on trac to meet its commitment to reduce food waste 50% by 2030. The annual Stop Food Waste Day inspires millions in more than 30 countries around the world to take action toward reducing waste by educating guests and partnering with communities. Strategic Partnerships Our expe ise in foodservice= is extensive, but we recognize how rapidly the industry is evolving and the landscape is changing. We embrace the concept of open innovation, making strategic partnerships a vital part of our growth strategy. We actively explore and seek out partners who share our vision for delivering well-being for people and planet, while driving results. Space Transformation Our focus is ce ebratiing connections and experiences as we transform traditional food spaces into multifunctional, dynamic and engaging spaces. Using data and experience -driven design, we look to create more human -centric environments that balance commercial results, contribute to well-being, build on community and deliver like -for -like growth. 30 A CANTEEN VENDING SERVICES PROPOSAL Commission Statement In most instances, sales increase due to several factors: the introduction of new product lines, a variety of beverages, large -size snack options and greater convenience and dependability. You can expect your return will also increase proportionately. At the close of each accounting period, Canteen will submit to you a computerized report indicating the sales generated from the vending service operation. Included with the report will be a commission check calculated on a percentage of those sales. `c''.n'1s.7Tr`•:i fTP.TEMFI T I i r:7'' :F:1 i n;•: I t`•: i ..•:.: :r .. .1 :'S 1 •fir• iL I :4:: -at i c'r : 001 Entrance 6992a CAN BEV cpittric r_.tDI: I.APD FE: tic';`i 7 ?E:f h4•. •'• L. • rlca Tct..i.e: -: "!:.- i1'. ,,►r1- re.t.1-. • 1f'C.(11 1'(,R.i"la....:4rl 4' ••1 t•1t t',.) .f1•. r\ ••Tilt Pori:d E dir.'] 0.::2C7 9_ ] Pr `-:,1 I. t.. i .�.Y. .1 y I i..J 11•=- , .. IL'1 i . 1. • :li .( ..a . :48,. :,;7 31 A CANTEEN VENDING SERVICES PROPOSAL Licenses, Permits and Insurance All licenses and permits required for your vended refreshment services will be provided by Canteen. All necessary insurance coverage is carried by Canteen. ACORN CERTIFICATE L------ OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 09/27/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED. the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Randi K. Nowell, CPCU, ARM NAME: MARSH USA, INC. TWO ALLIANCE CENTER PHONE 404_gg5 3102 (A/C. No. Ext): FAX (NC, No): 3560 LENOX ROAD, SUITE 2400 E-MAIL Compasscerts@Marsh.com ADDRESS: P @ Marsh.com ATLANTA, GA 30326 INSURER(S) AFFORDING COVERAGE NAIC # CN102832071-Compa-UMB10-21-22 COMPAS COMPAS INSURER A : National Union Fire Ins Co. of Pittsburgh PA 19445 INSURED Compass Group Inc. INSURER B : AIU Insurance Co 19399 USA. 2400 Yorkmont Road INSURER C : ACE Property And Casualty Ins Co 20699 Charlotte, NC 28217 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-005164299-08 REVISION NUMBER: 3 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDIT ONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MM/DDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GL 6547187 09/30/2021 09/30/2022 EACH OCCURRENCE $ 1.000.000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1,000,000 X SIR: $1,000,000 MED EXP (Any one person) $ X Contractual Liability PERSONAL & ADV INJURY $ 1,000.000 GENII_ AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $ 10.000,000 X POLICY1 PRO- JECT LOC PRODUCTS COMP/OP AGG $ 5,000.000 OTHER. $ A AUTOMOBILE LIABILITY CA 7030998 (AOS) 09/30/2021 09/30/2022 COMBINED SINGLE LIMIT (Ea accident) $ 2.000.000 A X ANY AUTO CA 7031001 (VA) 09/30/2021 09/30/2022 BODILY INJURY (Per person) $ A OWNED AUTOS ONLY SCHEDULED AUTOS CA 7030999 (MA) 09/30/2021 09/30/2022 BODILY INJURY (Per accident) $ A X HIRED AUTOS ONLY X NON -OWNED AUTOS ONLY CA7031003 (Garage Liability) 09/30/2021 09/30/2022 PROPERTY DAMAGE (Per accident) $ Self Insured for Physical Damage $ C X UMBRELLA LIAB X OCCUR XOO G27738631 09/30/2021 09/30/2022 EACH OCCURRENCE $ 10.000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE $ 10.000,000 DED X RETENTION $ 0 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WC 016393375 (AOS) 09/30/2021 09/30/2022 X PER STATUTE OTH- ER B Y / N WC 016393377 (CA) 09/30/2021 09/30/2022 ANYPROPRIETOR/PARTNER/EXECUTIVE N / A E.L. EACH ACCIDENT $ 2.000.000 B OFFICER/MEMBER EXCLUDED N WC 016393380 09/30/2021 09/30/2022 (Mandatory in NH) (NY) E.L. DISEASE - EA EMPLOYEE $ 2,000,000 It yes. describe under See Acord 101 2,000.000 A Liquor Liability GL6547185 SIR: $1,000,000 09/30/2021 09/30/2022 Each Common Cause Aggregate 1.000,000 10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Evidence of coverage CERTIFICATE HOLDER CANCELLATION Compass Group USA, Inc SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 2400 Yorkmont Road Charlotte, NC 28217 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. ?Net S,4 2�.19 n Generic4 USAInc D4ne. I _ El 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 32 A CANTEEN VENDING SERVICES PROPOSAL AGENCY CUSTOMER ID: CN 102832071 LOC #: Atlanta ACO ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY MARSH USA, INC. POLICY NUMBER CARRIER NAIC CODE NAMED INSURED Compass Group USA, Inc. 2400 Yorkmont Road Charlotte,NC 28217 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Workers Compensation Continued: Workers Compensation Policy #WC045886802 (AOS POLICY) Covers ALL States except: CA, NY, OH and WI Carrier: New Hampshire Insurance Company Policy Number: WC 016393378 Effective Date: 09/30/2021 Expiration Date: 09/30/2022 Policy Covers States of: WI Stop Gap Coverage: ND, OH, WA, WY. Limit: E.L. Each Accident: $2,000,000 E.L. Disease -Policy: $2,000,000 E.L. Disease Each Employee: $2.000,0)0 Workers Compensation Continued: Carrier: National Union Fire Ins. Co. of PA Policy Number: XW 1647296 Effective Date: 09/30/2021 Expiration Date: 09/30/2022 Policy Covers States of: OH (Excess W:;) Limit: E.L. Each Accident: $2,000,000 E.L. Disease -Policy: $2,000,000 E.L. Disease Each Employee: $2,000,000 ADDITIONAL INFORMATION Umbrella is follow form of primary Commercial General Liability. Automobile Liability. Liquor Liability and Employers Liability policies subject to policy terms, conditions and exclusions ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 33 A CANTEEN VENDING SERVICES PROPOSAL Form (IRe /. October Department Internal W-9 201$) ; or the Treasury Revenue Service Dv Go Identification to wwwrirs.govlForrnW9 Request Number for for Instructions Taxpayer and Certification and the latest information. Give Form to the requester. Do not send to the IRS. 1 Name (as shown on your income tax realm)). Name is required on this line; do not leave this line blank. Compass Group USA, Inc. 2 Busirlass namer'disrecarded entity ramie. If different from above 3 Check appropriate boor for federal tax classification of the person ni-use name is entered on liria 1. Check only one of the 4 Exemptorrs (codes apply only to 09) following seven boxee- certain entities, not individuals; see a. Instructions on page 3}: 5 ❑ fndividua(/sore proprietor Of N G Corporation ❑ S Corporation ❑ Partnership , Trust/estate gil §91 : single -member LLC Limits i riabUrity cu1'1parly. Enter the fa≥; classification (G=C corporation, S=S corporation, P=rPart nersh ip) rt Exempt payee code cif any! 5 [ o Note: Check the appropriate box in tile line above for the tax cfasslftcation of the singte-memberowner. Exemption from FATCA reporting Do not Check ;-' ,A LW if the ILO is classified as a singrs-mernbet Ll.C that is disregarded from the owner unless the owner of the LLC: is 'c r another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member t_LC that code (if any) 0. a LP .r is disregarded Thom the Owner should check the appropriate bc►x for the tax classification of its owner. 4' 11 Other (she instructions) w � rk+s to a:airra ti v's L ., ,, G tly+0 this i�,' + 5 Address iriucribar, street. arid apt. cg suite no.) See Instructions. ' Requester's name and address (optional) o 2400 Yorkmont Road S City, state, and ZIP cede Charlotte, NC 28217 7 List account nur nberls>! here (optior,ar) a I Taxpayer Identification Number (TIN) _ Enter your TIN In the appropriate box. The TIN provided must match the name given on Pine 1 to avoid Social security number backup withholding, For individuals, this is gorteraliy your social security number (SSN). However, for a resident alien, sale proprietor, or disregarded entity, see the instructions for Part I, later. For other -- - entities, it is your employer Icentification number (EIN), if you do not have a number, see How to get e TIN, Eater, . . or _ . Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number Nurn ec To Give the Requester for quidetines on'tit oze nurnhet te, eater. 1 5 I 6 i H 1 >, 8 i 7 14 9p 1 A S Part II Certification Y Under penalties of perjury, I certify that: 1. The number shown on this four is my correct taxpayer identification number (or i am waiting for a number to be issued to me}; and 2. I am not subject to backup i.wwithholdIng because: (a) I am exempt from backup +withholding) or (b) I have not been notified by the Internal Revenue Saralee (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U,S, person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. Yai must cross out item 2 above if you have been notified by the iRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, 'tern 2 does not apply. For mortgage interest paid, acquisition or abandonment _ of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA, and generally, payments other than interest and dividends, you are not required to sign the c ification, but you must provide your correct TIN. See the instructions for Part li., rater, Sign Signature at Here i US. person ► Date ► 3/15/2021 General Instructions • Form 1099 funds) -DU (dividends, including those from stocks or mutual Section references are to the Internal Revenue Ccde unless otherwise • Form 1099-MISG (various types of income, prizes, awards, or gross noted. proceeds) Future developments. For the latest information about developments • Form 1099-S (stock or mutual fund sales and certain other related to Forrn W-9 and its instructions, such as legislation enacted transactions by brokers) after they were published, go to www.lrs.govlForrntN9. • Form 1099-S (proceeds from real estate transactions) Purpose of Form • Form 1039-K (merchant card and third party network transactions) An individual or entity (Form W-9 requester) who is required to file an • Form 1098 (Dome mortgage Interest), 1098-E (student loan interest), Information return with the EA -S must obtain your correct taxpayer 1096-T (tuition) identification number (TIN) w'ihich may be your soda) security number • Form 1099-C (canceled debt) (SSN), taxpayer individual identification taxpayer identification number (ATIN), number(FIN), or employer adoption identification • Form 1099-A (acquisition number or abandonment of secured property) (EIN), to report on an information return the amount paid to you, or other Use Form W-9 only if you are a U.S. person (including a resident amount reportable an an information return. Examples of Information alien), to provide your correct TIN. returns include, but are not limited to, the following. if you do not return Form W-9 to the requester' with a TIN, you might 1099-iNT (interest earned or paid) be subject to backup withholding. See What Is backup withholding, later * Form Cat. No. 1O231X Form W-9 (€rev. 10-2018) 34 A CANTEEN VENDING SERVICES PROPOSAL o s.. -t' •r. IC •• .u. •. VII C'' •r n-- ••+:,n.. 0i. . • r. '•. • • •t Letter of Intent Date: Jennifer Rosentrater Regional Sales Director Canteen 123 Yuma St. Denver, CO 80223 Dear Jennifer: it it ca RI 0 C7110 • 000 •.lf4R •ACf13' s•pD47 mPvQ0 at C I • VC �. rl t . ) • 1 • Please accept this letter as our official notification to you of our acceptance of Canteen's proposal for vending services for Weld County Alternative Sentencing Programs Facility. We will expect your firm to be fully operational in our facilities beginning on Company Signed Print Title 35 A CANTEEN VENDING SERVICES PROPOSAL i 1 ® A� oCERTIFICATE OF LIABILITY INSURANCE /Y DATE (MM/DDYYY) 12/02/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER MARSH USA, INC. TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN102832071-Compa-UMB10-21- CANTE CANTV CONTACT Randi K. Nowell, CPCU, ARM NAME: PHONE FAX INC. No. Ext): 404-995 3102 I (NC, No): E-MAIL SS: Compasscerts@Marsh.com ADDRE INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: National Union Fire Ins Co. of Pittsburgh PA 19445 INSURED Canteen Vending a division of Compass Group USA, Inc. 2400 Yorkmont Road Charlotte, NC 28217 INSURER B : AIU Insurance Co 19399 INSURER C : ACE Property And Casualty Ins Co 20699 INSURER D INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-005354377-01 REVISION NUMBER: 5 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE �gp DL SUBR POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GL 6547187 09/30/2021 09/30/2022 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1,000,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ X SIR: $1,000,000 PERSONAL & ADV INJURY $ 1,000,000 X Contractual Liability GENERAL AGGREGATE $ 10,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PRO - JECT PER: LOC PRODUCTS-COMP/OPAGG $ 5,000,000 $ A A A A AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X SCHEDULED NON -OWNED AUTOS ONLY CA 7030998 (AOS) CA 7031001 (VA) CA 7030999 (MA) CA7031003 (Garage Liability) Self Insured for Physical Damage 09/30/2021 09/30/2021 09/30/2021 09/30/2021 09/30/2022 09/30/2022 09/30/2022 09/30/2022 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE XOO G27738631 09/30/2021 09/30/2022 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ DED X RETENTION$0 B B B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER RIETO REXCLUDED? EECUTIVE (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N / A WC 016393375 (AOS) WC 016393377 (CA) WC 016393380 (NY) See Acord 101 09/30/2021 09/30/2021 09/30/2021 09/30/2022 09/30/2022 09/30/2022 X I PER I I OTH0TH- - STATUTE ER E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 E.L. DISEASE - POLICY LIMIT $ 2,000,000 A Liquor Liability GL6547185 SIR: $1,000,000 09/30/2021 09/30/2022 Each Common Cause Aggregate 1,000,000 10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Weld County Board of Commissioners, its officers, and employees is/are included as Additional Insured with respect to the General Liability, Auto Liability, Liquor Liability and Umbrella liability policies referenced herein per written contract or agreement subject to policy terms, conditions, and exclusions and where permitted by law. CERTIFICATE HOLDER CANCELLATION Weld County Alternative Sentencing Programs Facility 1150 O Street Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 7??cvz4lc 21.5,?4 vcc. ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN102832071 LOC #: Atlanta AC RO U® ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY MARSH USA, INC. NAMED INSURED Canteen Vending a division of Compass Group USA, Inc. 2400 Yorkmont Road Charlotte, NC 28217 POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Workers Compensation Continued: Workers Compensation Policy #WC016393375 (AOS POLICY) Covers ALL States except: CA, NY, OH and WI Carver. New Hampshire Insurance Company Policy Number. WC 016393378 Effective Date: 09/30/2021 Expiration Date: 09/30/2022 Policy Covers States of: WI Stop Gap Coverage: ND, OH, WA, WY. Limit E.L. Each Accident: $2,000,000 E.L. Disease -Policy: $2,000,000 E.L. Disease Each Employee: $2,000,000 Workers Compensation Continued: Carrier. National Union Fire Ins. Co. of PA Policy Number: XW 1647296 Effective Date: 09/30/2021 Expiration Date: 09/30/2022 Policy Covers States of: OH (Excess WC) Limit: E.L. Each Accident: $2,000,000 E.L. Disease -Policy: $2,000,000 E.L. Disease Each Employee: $2,000,000 ADDITIONAL INFORMATION Umbrella is follow form of primary Commercial General Liability, Automobile Liability, Liquor Liability and Employers Liability policies subject to policy terms, conditions and exclusions ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD
Hello