Loading...
HomeMy WebLinkAbout20241125.tiff( n*cic+ IDli Xo� MEMORANDUM TO: Toby Taylor, Procurement Manager DATE: March 14, 2024 FROM: Curtis Hall, Director of Public Works SUBJECT: 2024 Tree Disposal Services, B2400030 The Public Works Department recommends that initial tree clean-up at the East Davis site be awarded to Aesthetic Alternative Recycling at a lump sum cost of $27,125.00. They were the sole bidder for this location, We further recommend they also be awarded the Annual Clean-up for both the East Davis and the Mead sites at a cost of $9.00 per cubic yard. We recommend the initial clean-up at the Mead site be awarded to Moore Stump Removal, the low bidder, at a lump sum cost of $5,484.00. We also recommend they be awarded tree disposal on -call services at a cost of $850 for mobilization and an hourly rate of $110 within 50 miles of Greeley. For locations greater than 50 miles from Greeley, mobilization costs are $1,350 and the hourly rate is $165.00. If you have any questions, please call me at extension 3721. M:mona:wordflles/bids/mtreedisposal2024.docx Conw+ cla-- /ccl Z4 (g„ac., 5/&/.2-• 2024-1125 EGb013,Z WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & AESTHETIC ALTERNATIVE RECYCLING INC. TREE DISPOSAL SERVICES THIS AGREEMENT is made and entered into this 1. y� day of . , 2024, by and between the County of Weld, a body corporate and politic of the State of : lorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Aesthetic Alternative Recycling Inc., a corporation whose address is 2450 South Syracuse Way Denver, CO 80231, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2400030". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $32,125.00, which is the bid set forth in Exhibit A. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals 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. Contractors/Contract Professionals 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 insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. 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 this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. 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. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional 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 Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury $5,000 Medical payment one person Automobile Liability: Contractor/Contract Professional 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 County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the 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 related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional 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 Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against 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 of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional 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. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Ron Graves. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Aesthetic Alternative Recycling Attn.: Owner, Kurtis Katte Address: 2450 South Syracuse Way Denver, CO. 80231 E-mail: aestheticdenver@gmail.com Phone:303-888-9465 County: Name: Ronald E. Graves Position: Weld County Road and Bridge Construction Supervisor Address:1111 H Street, Greeley, CO 80631 E-mail: rgraves@weldgov.com Phone: 970-400-3787 or 970-397-1714 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. 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. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. 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. 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 contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 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, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 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. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. nt/ WI NESS WHEREOF, the parties hereto have signed this Agreement this 4 day of 2024. CONTRACTOR: eOefc- ,41?lp wL in By: Name: _ HO - Title: WELD T � ATTES . G: ; Weld County Clerk to the onnar/Id • Deputy Clerk to the Bo Date 00 y BOARD OF COUNTY COMMISSIONERS WELD COUNTY,�J.9RABO�_ z- O sin D. Ross, Chair 'yn 0 ei 2,724 EXHIBIT WELD COUNTY CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR THE 2024 Tree Disposal Service (with options for 2025/2026 February 2024 for Weld County Public Works Road & Bridge Division 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-304-6496 b 3 B A B2400030 1 REQUEST FOR BID WELD COUNTY, COLORADO 1301 N. 17TH AVENUE GREELEY, CO 80631 DATE: FEBRUARY 16, 2024 BID NUMBER: B2400030 DESCRIPTION: TREE DISPOSAL SERVICES DEPARTMENT: PUBLIC WORKS BID OPENING DATE: MARCH 6, 2024 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: TREE DISPOSAL SERVICES A mandatory pre -bid conference will be held on February 23, 2024 at 10:00 AM at Weld County East Davis Farm located on 23782 WCR 60.5 HWY 263 between WCR 47 and WCR 49 (South side of road), Greeley CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Question submission deadline: FEBRUARY 28, 2024 by 8:00 AM. Email questions to: bidsweld.gov. Questions and Answers will be posted on https://www.bidnetdirect.com/ on or before FEBRUARY 29, 2024 by 1:00 PM. Bids will be received until: MARCH 6, 2024 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on MARCH 6, 2024 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID:252723770 PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7. 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 locations) 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. B2400030 Page 2 Bid Delivery to Weld County: A. Emailed bids are required. PREFERRED: email bids to bidsAweldgov.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. B. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION 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 o ne 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 o n behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone n ot otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 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, e ntitled, "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 u nderstood 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 of the documents of the Request for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. B2400030 3 4. GENERAL PROVISIONS A. 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 contract beyond the current fiscal year. B. 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 the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. 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 contract. The successful bidder shall have the following responsibilities with regard to 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. E. 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. F. 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. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim B2400030 4 or right of action whatscever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, 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. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be affo -ded full opportunity to submit bids in response to all invitations and will not be discriminated against or the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completioi and acknowledges that a failure to comply with the standards and requirements outlined in the Bid withii the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. FL rthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. 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 County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the part cular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by 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, lo-/ this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by 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. O. 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 Drofessional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Con tractor must correct any failures or deficiencies caused by contractor's workmanship or performance. B2400030 5 The 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 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 P 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 County Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all, rights of the successful bidder hereunder Such consent may be granted or denied at the sole and absolute discretion' of `County Q 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 R Non -Exclusive Agreement This Agreement is nonexclusive, and County may engage or use other contractors or persons to perform services of the same or similar nature - S 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 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 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 T 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 U 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 ✓ 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 B2400030 6 I W Compensation Amount , Upon the successful bidder's successful completion of the service, and County's acceptance of the same, 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 County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code , I X Taxes' County tivill 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 Contractor 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 County 6 - INSURANCE REQUIREMENTS, I General Requirements! Successful bidder's 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 TA" 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 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, County must be notified by the Successful bidder Successful bidder shall be responsible for the payment of any deductible or self -insured retention County reserves the right to require Successful bidder to provide a bond, at no cost to 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 The 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 Contract 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 Contract 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 toicover 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 County, its officers, agents, and employees, , from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done -in fulfillment of the terms of this Contract or on account of any act, claim or amount arising !or 'recovered under workers' compensation law or arising out of the failure ofythe 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 82400030' 7 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 contract, the successful bidder agrees to waive at 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 successful bidder for the County A failure to comply with this provision shall result in 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 the 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 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 County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract ' Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all timed 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: 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 Insureds. For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against 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 of 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 the 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 B2400030 8 Tree and Limb Removal Services Bid PROJECT OVERVIEW Weld County Public Works is seeking a contractor to perform tree and limb removal services, which have been stockpiled at two locations East Davis Site and Mead Grader Shed Site In addition, Public Works is seeking annual tree and limb removal services METHOD OF PROCUREMENT Request for Bid (RFB) is a procurement method often referred to as a sealed bid solicitation When issued, the bid package, is considered complete for bidding purposes Responsiveness to the solicitation's terms and conditions are required Incomplete or non -responsive bids will be eliminated from consideration Low price is the key consideration, by Weld County in awarding an RFB the contract , PROJECT SCOPE The Contractor shall remove and haul off site all tree debris/material that, has accumulated as the result of routine County work The trees are stockpiled at two locations East Davis pit 23782 CR 60 5 Greeley, CO 80631 (CR 60 5/SH 263 between CR'47 an CR 49) and the Mead Grader Shed 5698 CR '34 Platteville, CO 80651 (CR 34 and CR 1'3) A Initial Cleanup The initial cleanup involves removing and disposing of all tree debris/material that is currently piled at each location 1 Contractor shall remove and dispose of all tree debris/material from the East Davis site that exists on the site as of February 23, 2024' , 2 Contractor shall remove and dispose of all tree debris/material from the Mead -Grader Shed Gravel Pit Site that exists on the site as of February 23, 2024 3 Contractor shall identify the proposed on-stie processing method and end -disposal of tree material in their bid response for evaluation by Weld County 4 Tree debris shall be hauled off and disposed of at the contractor's expense All disposal, processing facilities and fees shall be included in the bid submittal ' 5 The contractor is required to be licensed and/or qualified with a minimum of three (3) years' experience dealing with tree removal, recycling, processing, and disposal 6 The contractor will be required to furnish all tools, equipment, and repairs with safety,at the forefront when doing work for and with Weld County crews 7 On -Site work must be conducted during days and times that Public Works staff are working/available The summer hours at a predetermined staging areas are to begin at 0600 to 1630 hours Monday through Thursday from approximately April 8, 2024, to September 20, 2024, unless otherwise directed by the Public Works Director Winter hours are September 23, 2024, through April 7, 2025, from 0700 to 1530 Monday through Friday B Annual & On -Call Cleanup Services The County desires to enter an annual and on -call cleanup contract with a vendor for tree debris/material services using the following 1 Trees are stockpiled throughout the year at the two locations of the East Davis Pit and Mead Graderslied, addresses stated in this bid B2400030 9 2. Annual contract will run from April 1, 2024, through March 31, 2025. The contract may be renewed annually for up to two additional terms. 3. For a quantity reference, the volume of debris/materials collected each year varies, but the past two years averages have been grinding 200-250 trees and hauling 400-500 cubic yards of wood chips. 4. The two staging locations for the annual services will be both the East Davis site and the Mead Grader Shed site. 5. Contractor shall identify the proposed on -site processing method (if used) and end -disposal of tree material in their bid response for evaluation by Weld County. 6. Tree debris shall be hauled off and disposed of at the contractor's expense. All disposal, processing facilities and fees shall be included in the bid submittal. 7. The contractor is required to be licensed and/or qualified with a minimum of three (3) years' experience dealing with tree removal, recycling, processing, and disposal. 8. The contractor will be required to furnish all tools, equipment, and repairs with safety at the forefront when doing work for and with Weld County crews. 9. On -Site work must be conducted during days and times that Public Works staff are working/available. The summer hours at a predetermined staging areas are to begin at 0600 to 1630 hours Monday through Thursday from approximately April 8, 2024, to September 20, 2024, unless otherwise directed by the Public Works Director. Winter hours are September 23, 2024, through April 7, 2025, from 0700 to 1530 Monday through Friday. 10. The annual cleanup services are estimated to last 15-24 workdays on -site. 11. In addition, circumstances may arise where cleanup is needed at other locations (examples: weather related events, construction, etc.). Therefore, Weld County desires the tree disposal services contractor to have availability to mobilize and perform these services. The fees for these services would be identified for services less than a 50 -mile radius and more than a 50 -mile radius from the Public Works Headquarters located at 1111 "H" St Greeley, CO 12. Note this is not an all -or -none bid. This means the annual & on -call award may be awarded separately from the initial clean-up scope of work. 13. The services defined in this scope/contract may be used by other Weld County departments, as needed. 14. Contractor is responsible for providing and coordinating the service schedule with the Public Works contract administrator for this service throughout the life of the service contract. QUESTIONS Questions will be answered at the mandatory pre -bid meeting on scheduled on scheduled for 10:00 A.M. Friday, February 23, 2024. Additional questions may be answered by e -mailing to bids@weld.gov. Questions received will be forwarded to the department contact and will be posted on the website on the dates indicated within this bid. B2400030 10 SCHEDULE Below is the anticipated schedule Date of this Bid Advertisement Date Pre -bid Conference Bid Questions Due Bid Questions Posted Bids Are Due Bid Award Notice Bids Presented to BOCC Bid Approval Contract Execution ' PROPOSED DATES February 16, 2024 ' February 16, 2024 February, 23, 2024 February 28, 2024 February 29, 2024 March 6, 2024 March 11, 2024 ,March 18, 2024 April 1, 2024 ' April 8, 2024 Please provide proposed schedule dates for the Initial Cleanup START DATE COMPLETION DATE B2400030 11 COSTS Provide the total lump sum costs in the spaces below for the initial cleanup and the Annual & On - Call Services LUMP SUM COST Initial Cleanup 1 East Davis site Note Material that exists on the site as observed on February 23, 2024 $ 2 Mead Grader Shed Site Note Material that exists on the site as observed on February 23, 2024 $ Initial Cleanup Total Annual Cleanup Services 1 East Davis site Price per Cubic Yard ? Mead Grader Shed Site Price per Cubic Yard On -Call Services 1 Services within 50 miles of 1111 "H" Street, Greeley ® Mobilization © Hourly Rate 2 Services greater than 50 miles of 1111 "H" Street, Greeley ® Mobilization • Hourly Rate Other Fees (Please Describe) This contract may be renewed annually for up to two additional terms Weld County recognizes cost adjustments may be needed with each renewal Please provide your annual escalation rate (percentage) for each renewal term in the space below Annual Escalation % B2400030 12 Mandatory Pre -Bid Meeting: All bidders are required to attend a pre -bid meeting to be held at East Davis 23782 CR 60.5 (CR 60.5/State Highway 233 between CR 47 and CR 49. The meeting is scheduled for 10:00 A.M. Friday, February 23, 2024. PROPOSAL SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your proposal opening deadline of 10:00 AM on MARCH 6, 2024: 1) Pages 9 thru 14 of the Proposal Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. 4) All other items as requested in the Proposal Specifications. on or before the proposal *A current W9 is required for new vendors. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your proposal may result in your proposal being incomplete and your proposal being rejected. If there are any exclusions or contingencies submitted with your proposal it may be disqualified. B2400030 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 Bid for Request No. #B2400030 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid 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 BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld County Clerk to the Board BY: YOU DO NOT NEED TO SEND BACK PAGES 1 - 9. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller B2400030 14 EXHIBIT Rose Everett From: Sent To: Subject Attachments: Kurt Katte <aestheticdenver@grnail,com> Monday, February 26, 2024 10:52 AM bids Aesthetic Recycling Bid - February 26, 2024 Weld County Bid AAR.pdf caution: F' s' emai. originated room 'itside i Weld Coo, sender and know the content is safe. Hello, Please see attached. Thank you for the consideration, Kurt Katte Owner (303) 888-9465 aestheticdenver.com veritfll�,,, . )0 1.7i` .jlt7: ii'! Ir-. ttach meats niess %I. recognize the Tree and Limb Removal Services Bid PROJECT OVERVIEW Weld County Public Works is seeking a contractor to perform tree and limb removal services, which have been stockpiled at two locations East Davis Site and Mead Grader Shed Site In addition, Public Works is seeking annual tree and limb removal services METHOD OF PROCUREMENT Request for Bid (RFB) is a procurement method often referred to as a sealed bid solicitation When issued, the bid package is considered complete for bidding purposes Responsiveness to the solicitation's terms and conditions are required Incomplete or non -responsive bids will be eliminated from consideration Low price is the key consideration by Weld County in awarding an RFB the contract PROJECT SCOPE The Contractor shall remove and haul off site all tree debris/material that has accumulated as the result of routine County work The trees are stockpiled at two locations. East Davis pit 23782 CR 60.5 Greeley, CO 80631 (CR 60 5/SH 263 between CR 47 an CR 49) and the Mead Grader Shed 5698 CR 34 Platteville, CO 80651 (CR 34 and CR 13) A Initial Cleanup The initial cleanup involves removing and disposing of all tree debris/matenal that is currently piled at each location 1 Contractor shall remove and dispose of all tree debris/matenal from the East Davis site that exists on the site as of February 23.2024 2 Contractor shall remove and dispose of all tree debris/material from the Mead Grader Shed Gravel Pit Site that exists on the site as of February 23, 2024 3 Contractor shall identify the proposed on-stie processing method and end -disposal of tree material in their bid response for evaluation by Weld County 4 Tree debris shall be hauled off and disposed of at the contractor's expense All disposal, processing facilities and fees shall be included in the bid submittal 5 The contractor is required to be licensed and/or qualified with a minimum of three (3) years' experience dealing with tree removal, recycling, processing, and disposal 6 The contractor will be required to furnish all tools, equipment, and repairs with safety at the forefront when doing work for and with Weld County crews 7 On -Site work must be conducted during days and times that Public Works staff are working/available The summer hours at a predetermined staging areas are to begin at 0600 to 1630 hours Monday through Thursday from approximately April 8, 2024, to September 20, 2024, unless otherwise directed by the Public Works Director Winter hours are September 23, 2024, through April 7, 2025, from 0700 to 1530 Monday through Friday B Annual & On -Call Cleanup Services The County desires to enter an annual and on -call cleanup contract with a vendor for tree debris/material services using the following 1 Trees are stockpiled throughout the year at the two locations of the East Davis Pit and Mead Grader shed, addresses stated in this bid 82400030 9 2. Annual contract will run from April 1, 2024, through March 31, 2025. The contract may be renewed annually for up to two additional terms. 3. For a quantity reference, the volume of debris/rnaterials collected each year varies, but the past two years averages have been grinding 200-250 trees and hauling 400-500 cubic yards of wood chips. 4. The two staging locations for the annual services will be both the East Davis site and the Mead Grader Shed site. 5. Contractor shall identify the proposed on -site processing method (if used) and end -disposal of tree material in their bid response for evaluation by Weld County. 6. Tree debris shall be hauled off and disposed of at the contractor's expense. All disposal, processing facilities and fees shall be included in the bid submittal. 7. The contractor is required to be licensed and/or qualified with a minimum of three (3) years' experience dealing with tree removal, recycling, processing, and disposal. 8. The contractor will be required to furnish all tools, equipment, and repairs with safety at the forefront when doing work for and with Weld County crews. 9. On -Site work must be conducted during days and times that Public Works staff are working/available. The summer hours at a predetermined staging areas are to begin at 0600 to 1630 hours Monday through Thursday from approximately April 8, 2024, to September 20, 2024, unless otherwise directed by the Public Works Director. Winter hours are September 23, 2024, through April 7, 2025, from 0700 to 1530 Monday through Friday. 10.The annual cleanup services are estimated to last 15-24 workdays on -site. 11.In addition, circumstances may arise where cleanup is needed at other locations (examples: weather related events, construction, etc.). Therefore, Weld County desires the tree disposal services contractor to have availability to mobilize and perform these services. The fees for these services would be identified for services less than a 50 -mile radius and more than a 50 -mile radius from the Public Works Headquarters located at 1111 °H" St Greeley, CO 12. Note this is not an all -or -none bid. This means the annual & on -call award may be awarded separately from the initial clean-up scope of work. 13.The services defined in this scope/contract may be used by other Weld County departments, as needed. 14. Contractor is responsible for providing and coordinating the service schedule with the Public Works contract administrator for this service throughout the life of the service contract. QUESTIONS Questions will be answered at the mandatory pm -bid meeting on scheduled on scheduled for 10:00 A.M. Friday, February 23, 2024. Additional questions may be answered by e -mailing to bidw81weld.00v. Questions received will be forwarded to the department contact and wilt be posted on the website on the dates indicated within this bid. 82400030 10 SCREDVLE Below is the anticipated schedule: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bid Questions Posted Bids Are Due Bid Award Notice Bids Presented to BOCC Bid Approval Contract Execution PROPOSED DATES February 16, 2024 February 16, 2024 February 23, 2024 February 28, 2024 February 29, 2024 March 6, 2024 March 11, 2024 March 18, 2024 April 1, 2024 April 8, 2024 Please provide proposed schedule dates for the Initial Cleanup: START DATE COMPLETION DATE 82400030 31)-S 71§1 11 COSTS Provide the total lump sum costs in the spaces below for the initial cleanup and the Annual & On - Call Services. LUMP SUM COST initial Clean�.- up . . -• . ._ .. . ___ 1East Davis site. Note: Material that exists on the site as observed on February 23, 2024:_ $ 1 7 t gS --- 2. Mead Grader Shed Site. Note: Material that exists on the site as observed on February 23 2024. Initial Cleanup Total $ co 5 $ 7Y, G Annual Ctearutrn Services . East Davis site. Price per Cubic Yard. ..., $ 4 6 O' Mead Grader Shed Site; Price per Cubic Yard. W . ��_~ $ 4 n -Ca Se cos ... .- _ , .. ,. . ... .�........_.....................................___....._........._...�.�.._.._._.___._.....,..... 1Services within 50 miles of 1111 "H" Street, Greeley Mobilization • Hourly Rate $ Sod $ IP" '15O 2. Services greater than 50 miles of 1111 "H" Street, Greeley:. ... .. _ ..... • Mobilization $ t aao • Hourl. Rate _ ___ .. _. $ 4 73 _... ___ Other Fees_ 021e se Described This contract may be renewed annually for up to two additional terms. Weld County recognizes cost adjustments may be needed with each renewal. Please provide your annual escalation rate (percentage) for each renewal term in the space below: Annual Escalation 3 82400030 12 Mandatory Pm -Bid Meetina: All bidders are required to attend a pre -bid meeting to be held at East Davis 23782 CR 60.5 (CR 60.5/State Highway 263 between CR 47 and CR 49. The meeting is scheduled for 10:00 A.M. Friday. February 23. 2024. PRQPOS&L SUBMITr L INSTRUCTIONS: The following items must be completed and submitted with your proposal on or before the oroposa( owning deedlintgf 10:00 AM on MARCH 6.2024: 1) Pages 9 thru 14 of the Proposal Specifications. 2) W9, if applicable' 3) Any future Addenda must be completed. 4) All other items as requested in the Proposal Specifications. 'A current W9 is required for new vendors. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your proposal may result in your proposal being incomplete and your proposal being rejected. If there are any exclusions or contingencies submitted with your proposal it may be disqualified. 02400030 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 Bid for Request No. #B2400030 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid 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 acaapt the bid that, In the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) maybe awarded to more than one vendor. /� FIRM 4rtx- /1I keor,hc eccY BY h is 45 1n 1t (Please print) BUSINESS e7 ADDRESS 0,1 So S. 51/4", `/ DATE 2/2 i/ CITY, STATE, Z IP CODE I Ateufer- o OQ)3 TELEPHONE NO 7°3 +Ve "MCC S' FAX TAX ID # SIGNATURE E-MAIL aeSfii e+ -2-O4, keep,. et e.,, 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 1-9. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY. Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller B2400030 14 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 County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 30. Binding Arbitration Prohibited. Weld County does tact agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this /-1. day of 4f"-' , 2024. cox= By: Name: 6.-/-dS lalaar s.. Title: e.0/4,e— Date WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO FUNDING: APPROVED AS TO SUBSTANCE: Controller Elected Official or Department Head APPROVED AS TO FORM: Director of General Services County Attorney ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MMIODIYVYY) 5/19/2023 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 CRS Insurance Brokerage CORTC9' NAME: Scott Anderson�ClC PHONE AndersonSIC ,,,,,,,003-996-7833 Ray. 303 757-7719 9780 S Meridian Blvd Ste 400 , ACASS: sanderson@crs_denver.com Englewood CO 80112 INSURERS) AFFORDING COVERAGE NAIL # INSURED AESALTE-01 INSURER B : Pinnacol Assu aceD ', 41190 Aesthetic Alternative Recycling LW 2450 S. Syracuse Way INSURER C INSURER D Denver CO 80231 INSURER E : INSURER F CERTIFICATE NUMBER:824440167 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE LTR INS" 1NW POLICY NUMBER POLICY EFF faNcIYYYYl. POLICY EXP rMMIOD/Y & LIMITS A X COMMERCIAL GENERAL LIABILITY j CLAIMS -MADE I X I OCCUR Y CP3344002 5/20/2023 5/20/2024 EACHOCCURRENCE 6Af�AZ3E'TZS O ..._ PREMISES Et a cetanence) MED EXP (Any one person) $1,000,000 _...-.._. $ 500,000 $10,000 PERSONAL & ADV INJURY $1.000,000 GEM_ AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X lPOLICY Tai ' LOC OTHER: ( PRODUCTS - COMP/OP AGG $ 2,000`000 A AUTOMOBILE X _ X __ LIABIUTY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY - SCHEDULED AUTOS NON THE ; AUTOS ONLY t CA3344003 5/20/2023 I 5/20/2024 ki COMBINEDSINGLEU n BODILY INJURY (Per person) BODILY INJURY (Per acddent) PROPER4Y CIA GE APer =Wend.___ $1,000,000 $ $ $ A X UMBRELLA LIAR X { OCCUR CU3344004 5,0/2023 .0/2024 EACH OCCURRENCE $1,000,000 EXCESS LIAR CLAMIS-MADE DE -D -15g RETENTIONS O AGGREGATE __,-- $ 1,009,000 WORKERS COMPENSATION ND EMPLOYERS' LIABILITY Y / ANYPROPRIEN TOR/PARTNERIEXECUTIVE El OFFICERIM in =EXCLUDED, Y N / A (Mandatory in NH) If yes, dIVT'In re under DESCRIPTION OF OPERATIONS below 4230729 6/1/2023 6/1/2024 X Pj OTH- � STAER TUTE, ER..__-_ E L EACH A_ CCIDENT __ _ `- - - - E.L, DISEASE - EA EMPLOYEE FE, DISEASE - POLICY LIMIT $ 1.000.000 - ` -- ` -' $ 1,000,000_ $ 1,000,000 Leased 8 Rented Equipment CP3344002 5/20/2023 5/20/2024 Emit OetluCible 50,000 1,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached If more space is required) RE: All Projects Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, fts elected officials, trustees, employees, agents andvolunteersare included as additional insured on the General Liabiity with respect to ongoing and completed operations of the named insured for the certificate holder as required by written contract. All policy terms, conditions and exclusions apply. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Weld County 1111 H Street Greeley CO 80632 AUTHORIZED REPRESENTATIVE 9Zie0.- /1777, ACORD 25 (2016/03) 01988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD „.,,,W-9 oiev 6otober2018) Potturtmot olmr►e 3atvlca Tieesry Rsvo Request for Taxpayer Identification Number and Certification e•w Go to ww.tra govttrbrmW9 for inatructiomi and die latest information. Give Form to the requester. Do not send to the IRS. . m o I ,P I � 1 a o iis tf coin Enter your I Name* shown on your income tax return). Name Is requHed on this line: do .M1. We line blank OII�Cernmiiv� recocuri j 2BusaQsthtfiTc, ardlsregarded entity name, it different from above 3 Check appropriate box for federal tarn classification of the person whose name is entered on line 1. Check only one o1 the following seven boxes. ❑ IndlviduaUsole proprietor or CIC Corporation ElS Corporation ElPartnership ElTrustiestate single -member LiC Limited liability company. Enter the tax classification (GoC corporation, S=S corporation, P=Pertnershipl ► J` Note: Check the appmfuiats twx In the Ilse above for fha tax daseificatton of the sin :,-,, , owrxx. Do not .hack LLC a the LLC Is ctassitted as a single-rnambar !LC that b disregmdad from C1e owner unless the owner Of the LLC is another LLC that •(9 rot dsegarded from the owner for U.3. fec�ral tax purposes. Otherwise, a sUgfe•member LLC that disregarded from the owner should check the appropriate hex for the tax classification of its owner. 4 Exemptions ceMen entities, instructions Exempt payee Exempifon code ¢f any) (codes apply only to not individuals; see on page 31: code lif any) from FATCA reporting 5 Address (numberons2440 s• syv'a GIA.. i INAij B Cky, elate, etxi ZIP code Dehvet , CA? K07-31 C toe a..oant number(s) nee (optlom* Taxpayer identification Number (TIN) TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid I Social aecerity number I backup withholding. For Individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Instructions for Part I, later. For other entitles, It Is your employer Identification number (EIN). if you do not have a number, see Now to get a T7N, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Men Certification Under penalties of perjury, I certify that: 1. The number shown on this farm Is my correct taxpayer Identification number (or I am waiting fora number to be issued to me); and 2. I am not subject to backup withholding because; (a) I am exempt from backup withholding, or (b) i have not been notified by the Internal Revenue Service (IRS) that I am subject to backup whhhoiding as a result of a talkie to report all interest or dividends, or (c) the IRS has notified me that I am no longer subj. 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) Indlcating that 1 am exempt from FATCA reporting is correct. Certification Instructions. You must cross out hem 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have felled to report all interest and dividends on your tax return. For real estate transactions, hem 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement ORA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. DIDffi- IEmiyenu.axnecnennxnbm a 2 IolOl1lalal3l Mir': 9ignaeura of u.s. patron ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.trs.gov/FormWS. Purpose of Form An Individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer Identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns Include, but are not limited to, the following. • Form 1099-INT (Interest earned or paid) Deto ► (//c6' p • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage Interest), 1098-E (student loan Interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only If you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What Is backup withholding, /arer. Cat. No. 10231X Form W -a (Rev, to -yore) Contract Form Entity Information Entity Name" Entity ID* AESTHETIC ALTERNATIVE @00034527 RECYCLING INC Contract Name* TREE DISPOSAL SERVICES Contract Status CTB REVIEW Contract Description * REMOVAL OF ALL TREE DEBRIS FROM EAST DAVIS PIT. Contract Description 2 Contract Type* AGREEMENT Amount* $32,125.00 Renewable* YES Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.co Department Head Email CM-PublicWorks- DeptHead@weldgov.com Bid/RFP #* County Attorney B2400030 GENERAL COUNTY ATTORNEY EMAIL New Entity? Contract ID 8064 Contract Lead * RGRAVES Contract Lead Email rgraves@weldgov.com Parent Contract ID Requires Board Approval NO Department Project # Requested BOCC Agenda Due Date Date* 04/18/2024 04/22/2024 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date 03/04/2025 Renewal Date" 05/15/2025 Committed Delivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 04/30/2024 Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CONSENT CONSENT DH Approved Date Finance Approved Date Legal Counsel Approved Date 04/30/2024 04/30/2024 04/30/2024 Final Approval BOCC Approved Tyler Ref # AG 050624 BOCC Signed Date Originator RGRAVES BOCC Agenda Date 05/06/2024 Hello