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
20210308.tiff
Coh-{va�-4 Its 9 1Z7 February 19, 2025 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Patrick O'Neill Subject: Trash Removal Services — (2021-0308) In 2021, Gallegos Sanitation/Republic Services was awarded the Trash Removal Contract and continues to meet performance standards. The bid permits the option for annual renewals with a 3% annual escalation. The Facilities Department is recommending approval of this annual renewal. Sincerely, Patrick O'Neill Director Cornie.rrF &a- Cc; ONone (2,) ?us onoicrial 2/ZED/25 zac9/25 Gain 2021-o?S CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF FACILITIES AND GALLEGOS SANITATION / REPUBLIC SERVICES This Agreement Extension/Renewal ("Renewal"), made and entered into . , day of me , 025 2. by and between the Board of Weld County Commissioners, on behalf of the Weld County Departof Facilities, hereinafter referred to as the "Department", and Gallegos Sanitation / Republic Services, 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. 2021-0308, approved on March 2, 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 February 28, 2025 • The parties agree to extend the Original Agreement for an additional (1) one year period, which will begin March 1, 2025, and will end on February 28, 2026. • The 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 1. $ 4,586.40 per month • 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: Shannon McConathy Pr(nkel Name Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Perry L. duck, Chair FEB 2 6 2025 ATTEST: ` `" i Weld County Clerk to the Board BY:ilins}o4a,r) 0Ji0 Deputy Clerk to the Board ACORD- CERTIFICATE OF LIABILITY INSURANCE Page 1 oft 01/21/2025 DATE 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 SUBROGATION IS WAIVED, subject to the terms and conditions of the certificate does not confer rights to the certificate holder in lieu of such policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If policy, certain policies may require an endorsement. A statement on this endorsement(s). CONTACT NAME: PRODUCER CANNON COCHRAN MANAGEMENT SERVICES, INC. 17015 NORTH SCOTTSDALE ROAD SCOTTSDALE, AZ 85255 PHONE (A/C No.Ext): I FAX (A/C No.Ext): E-MAIL ADDRESS:certificateteam@ccrosi.com INSURER(S) AFFORDING COVERAGE INSURER A: ACE American Insurance Co. NAIL It 22667 INSURED REPUBLIC SERVICES, INC. 18500 N. ALLIED WAY PHOENIX, AZ 85054 INSURER B: Indemnity Insurance Co of North America 43575 INSURER c: Illinois Union Insurance Company 27960 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 2513978 REVISION NUMBER: 1 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 .ADDL..D NSD SUER WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MM/DD/YYY ` ) LIMITS A X I COMMERCIAL GENERAL LIABILITY El CLAIMS -MADE a OCCUR HDO G48921000 06/30/2024 06/30/2025 EACH OCCURRENCE $ 10,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 10,000,000 MED EXP (Any one person) - PERSONAL 8 ADV INJURY $ 10,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PROJECT ❑ LOC OTHER: GENERAL AGGREGATE $ 30,000,000 PRODUCTS -COMP/OP AGG $ 20,000,000 A AUTOMOBILE LIABILITY X ANY AUTO X OWNED AUTOS SCHEDULED ONLY AUTOS X HIRED AUTOS M NON -OWNED ONLY AUTOS ONLY 0 ISA H10740083 06/30/2024 06/30/2025 COMBINED SINGLE LIMIT (Ea accident) $ 10,000,000 BODILY INJURY(Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) UMBRELLA LIAR EXCESS LIAR - - DED E RETENTION OCCUR CLAIMS -MADE $ EACH OCCURRENCE AGGREGATE B A A A C WORKERS COMPENSATION YIN AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEPil In NH) EXCLUDED? (Mandatory In NH) (Mandatory If yes, describe under DESCRIPTION OF OPERATIONS below N/A WLR C57256862 - AOS WLR C57257672 - OR SCF 057257726 - WI WCU 057257829 - OH XS TNS C57194790 - TX NS/XS 06/30/2024 06/30/2024 06/30/2024 06/30/2024 06/30/2024 06/30/2025 06/30/2025 06/30/2025 06/30/2025 06/30/2025 u STATUTE IJ OTHER E.L. EACH ACCIDENT $ 3,000,000 E.L. DISEASE -EA EMPLOYEE $ 3,000,000 E.L. DISEASE -POLICY LIMIT $ 3,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Division Number: 4642 - Named Insured Includes: Allied Waste Systems, Inc. - Dba: Republic Services of Colorado // Gallegos Sanitation // Gallegos Services - Colorado 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. AUTHORIZED REPRESENTATIVE WELD COUNTY 1105 HST GREELEY, CO 80632 United States © 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo am registered marks of ACORD AGENCY CUSTOMER ID: LOC #: ACORD ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY POLICY NUMBER See First Page CARRIER See First Page NAIL CODE NAMED INSURED REPUBLIC SERVICES, INC. 18500 N. ALLIED WAY PHOENIX, AZ 85054 EFFECTIVE DATE: ADDITIONAL REMARKS CERTIFICATE NUMBER: 2513978 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM. FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE The following provisions apply when required by written contract. As used below, the teen certificate holder also includes any person or organization that the insured has become obligated to include as a result of an executed contractor agreement. GENERAL LIABILITY: Certificate holder is Additional Insured including on -going and completed operations when required by written contract. Coverage is primary and non-contributory when required by written contract. Waiver of Subrogation in favor of the certificate holder is included when required by written contract. AUTO LIABILITY: Certificate holder is Additional Insured when required by written contract. Coverage is primary and non-contributory when required by written contract. Waiver of Subrogation in favor of the certificate holder is included when required by written contract. WORKERS COMPENSATION AND EMPLOYERS LIABILITY: Waiver of Subrogation in favor of the certificate holder is included when required by written contract where allowed by state law. Stop gap coverage for ND and WA is covered under policy no. WLR C57256862 and stop gap coverage for OH is covered under policy no. WCU C57257829, as noted on page 1 of this certificate. TEXAS EXCESS INDEMNITY AND EMPLOYERS LIABILITY: Insured is a registered non -subscriber to the Texas Workers Compensation Act. Insured has filed an approved Indemnity Plan with the Texas Department of Insurance which offers an alternative in benefits to employees rather than the traditional Workers' Compensation Insurance in Texas. The excess policy (TNS C57194790) shown on this certificate provides excess indemnity and Employers Liability coverage for the approved Indemnity Plan. Contractual Liability is included in the General Liability and Automobile Liability coverage forms. The General Liability and Automobile Liability policies do not contain endorsements excluding Contractual Liability. Separation of Insured (Cross Liability) coverage is provided to the Additional Insured, when required by written contract, per the Conditions of the Commercial General Liability Coverage form and the Automobile Liability Coverage form. Additional Insured includes: Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors , or assigns, employees, agents, and volunteers, when required by written contract. ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD 1988-2010 ACORD CORPORATION. All rights reserved. Contract Form Entity Information Entity Name* Entity ID* REPUBLIC SERVICES INC @00043888 Contract Name* TRASH REMOVAL SERVICES RENEWAL Contract Status CTB REVIEW Contract Description * CONTRACT RENEWAL FOR TRASH REMOVAL SERVICES. Contract Description 2 Contract Type * RENEWAL Amount* $4,586.40 Renewable * YES Automatic Renewal Grant IGA Q New Entity? Contract ID 9127 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 02/20/2025 GROUNDS 02/24/2025 Department Email CM- BuildingGrounds@weld.go Department Head Email CM-BuildingGrounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? 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 12/15/2025 Renewal Date 02/27/2026 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 Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 02/21/2025 02/21/2025 02/21/2025 Final Approval BOCC Approved Tyler Ref # AG 022625 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 02/26/2025 Conh,ac+ 0491 13 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Trash removal services change order DEPARTMENT: Facilities PERSON REQUESTING: Patrick O'Neill DATE: February 6, 2025 Brief description of the problem/issue: Over the past year, changes have been made to the trash removal services contract including service additions, service stoppages and changes in pickup frequency. This change order will clean up the contract for the current services. What options exist for the Board? 1. Approve the change order. 2. Deny the change order. Consequences: Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): Additional $49.13 per month. Recommendation: Facilities recommends placing this change order on an upcoming BOCC agenda for approval. Perry L. Buck Scott K. James Jason S. Maxey Lynette Peppier Kevin D. Ross C omen+ 13,1)6)'- -mqrzs Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: 6.A ,101 e (nbase (BO 2Aci/25 2021- 03 5L-10073 February 5, 2025 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Patrick O'Neill Subject: Trash Services (2021-030 Gallegos Sanitation / Republic Services was given the contract in 2021 for trash removal services for the Greeley area. In the past year, changes have been made in services at various locations. These changes include starting services, stopping services and increasing the frequency of services. A change order to the contract identifies the costs of the changes in these services to be increased by $49.13 per month. The Facilities Department is recommending this change order be approved. If you have any questions, please contact me at extension 2027. Sincerely, Patrick O'Neill Director Change Order #1 to Service Agreement Between Weld County and Gallegos Sanitation / Republic Services Date: February 6, 2025 Original Agreement: 2021-0308 County Department: Facilities The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 4,403.69 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 49.13 Current Change Order Amount $ 4,452.82 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: t ��jv(��� 7,),/,(9 �t,27-jiDate 02/06/2025 Name: Shannon McConathy . Title: Account Manager ,�f BOARD OF COUNTY COMMISSIONERS ATTEST: {±; WELD COUNTY, COLORADO Weld County lerk to the Board BY: eputy Clerk to the Boar "` R.' -t' j' . B/ k, Chair FEB 1 9 2025 Page 1of1 WELD COUNTY TRASH REMOVAL Proposal for 2024 Amendments Service Increase: + $92.80 — Fuel Island 6YD 1XW + $49.13 — Fort Lupton Fuel Site (Service inc 1xW) + $49.13 — Ambulance North 3YD 1xW Service Decrease: -$92.80 — Missile Site -$49.13 — 918 Building Total Change in Monthly Rate: + $49.13 New Total Monthly Rate: $4452.82 1941 Heath Pkwy. Unit 2 Fort Collins, CO 80524 I RepublicServices.com I Environmental Services, Recycling & Waste up REPUBLIC' SERVICES ntract F Entity Information Entity Name* REPUBLIC SERVICES INC Entity ID" @00043888 Contract Name* TRASH REMOVAL SERVICES CHANGE ORDER Contract Status CTB REVIEW Q New Entity? Contract ID 9113 Contract Lead* CNAIBAUER Contract Lead Email cnaibauer@weld.gov Contract Description * MISCELLANEOUS CHANGES TO THE TRASH REMOVAL SERVICES Contract Description 2 Contract Type* CHANGE ORDER Amount* $589.96 Renewable" YES Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weld.go Department Head Email CM-BuildingGrounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV Parent Contract ID Requires Board Approval YES Department Project # Requested BOCC Agenda Due Date Date* 02/15/2025 02/19/2025 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? 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* 01/01/2026 Renewal Date* 01/01/2026 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 Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 02/11/2025 02/12/2025 02/12/2025 Final Approval BOCC Approved Tyler Ref # AG 021925 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 02/19/2025 Q,ncc-iDf law February 5, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Curtis Naibauer Subject: Trash Removal Services — (2021-0308) In 2021, Gallegos Sanitation/Republic Services was awarded the Trash Removal Contract and continues to meet performance standards. The bid permits the option for annual renewals with a 3% annual escalation. Facilities Department is recommending approval of this annual renewal. Sincerely, Curtis Naibauer Interim Director ovi3E-n+ llopd`c"-' Z0ZI-Uan 1,cOOZ3 ).env Jt AMENDMENT # 3 TO AGREEMENT BETWEEN WELD COUNTY AND GALLEGOS SANITATION/REPUBLIC SERVICES This Amendment is made and entered into this 7_i0tday of PeVOVIA. ,7_O-74 by and between the Board of Weld County Commissioners, on behalf of the Faciliti s Department, hereinafter referred to as the "Department", and Gallegos Sanitation/Republic Services, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2021-0308, approved on March 3, 2021. WHEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amended as follows: 1. The current term of the Agreement will end on February 29, 2024. The term is hereby extended for one year commencing on March 1, 2024 and ending on February 28, 2025. 2. Beginning on the first day of the new term, the Fee Schedule shall reflect a 3% escalation from the current Fee Schedule. 3. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: BY: Name: rr,,e., Title: S,/c's MA.,, yer- •L. BOARD OF COUNTY COMMISSIONERS ATTEST: t� WELD COUNTY, COLORADO Date g h3/DY Weld Cy Clerk to the B r BY: Deputy Cie Page 1 of 1 evin D. Ross, Chair FEB 2 6 2024 oCi�o�l — .03D1 ACO ® CERTIFICATE OF LIABILITY INSURANCE Page 1 oft DATE (MM/DD/YYYY) 06/30/2023 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 terns and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder he lieu of such endorsement(s). PRODUCER CANNON COCHRAN MANAGEMENT SERVICES, INC. CONTACT NAME: 17015 NORTH SCOTTSDALE ROAD SCOTTSDALE, AZ 85255 PHONE(AlC No.Ext): FAX (A/C No.So ): E-MAIL ADDRESS:certificateteam@ccrosi.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: ACE American Insurance Co. 22667 INSURED INSURER B: Indemnity Insurance Co. Of North America 43575 REPUBLIC SERVICES, INC. INsuRER c: Illinois Union Insurance Company 27960 18500 N. ALLIED WAY PHOENIX, AZ 85054 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 2304089 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 LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MM/DDYYYY) LIMITS A 2,1 COMMERCIAL GENERAL LIABILITY n CLAIMS -MADE n OCCUR HDO G47334433 06/30/2023 06/30/2024 EACH OCCURRENCE $ 5,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 5,000,000 MED EXP (Any one person) GEN'L AGGREGATE LIMIT APPLIES PER: POLICY El PROJECT El LOC PERSONAL & ADV INJURY $ 5,000,000 GENERAL AGGREGATE $ 30,000,000 PRODUCTS -COMP/OP AGG $ 20,000,000 OTHER: A AUTOMOBILE LIABILITY X ANY AUTO )( OWNED AUTOS El - ONLY HIRED AUTOS M ONLY C(Per SCHEDULED AUTOS NON -OWNED AUTOS ONLY ISA H10735786 06/30/2023 06/30/2024 COMBINED SINGLE LIMIT (Ea accident) $ 10,000,000 BODILY INJURY(Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE accident) UMBRELLA LIAR EXCESS LIAB - DED E RETENTION OCCUR CLAIMS -MADE $ EACH OCCURRENCE f AGGREGATE B A A A C WORKERS COMPENSATION YIN AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A WLR 050710397 - AOS WLR 050710324 - OR SCF C5071049A - WI WCU C50710555 - OH XS TNS C66934172 - TX NS/XS 06/30/2023 06/30/2023 06/30/2023 06/30/2023 06/30/2023 06/30/2024 06/30/2024 06/30/2024 06/30/2024 06/30/2024 u PER u OTHER STATUTE E.L. EACH ACCIDENT $ 3,000,000 E.L. DISEASE -EA EMPLOYEE $ 3,000,000 E.L. DISEASE -POLICY LIMIT $ 3,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Division Number: 4642 - Named Insured Includes: Allied Waste Systems, Inc. - Dba: Republic Services of Colorado // Gallegos Sanitation // Gallegos Services - Colorado 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. COUNTY OF WELD AUTHORIZED REPRESENTATIVE 1150 0 ST CO 80631 -3GREELEY, United States ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD © 1988-2016 ACORD CORPORATION. All rights reserved. AGENCY CUSTOMER ID: LOC #: ACORD ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY POLICY NUMBER See First Page CARRIER See First Page NAIC CODE NAMED INSURED REPUBLIC SERVICES, INC. 18500 N. ALLIED WAY PHOENIX, AZ 85054 EFFECTIVE DATE: ADDITIONAL REMARKS CERTIFICATE NUMBER: 2304089 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM. FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE The following provisions apply when required by written contract. As used below, the term certificate holder also includes any person or organization that the insured has become obligated to include as a result of an executed contract or agreement. GENERAL LIABILITY: Certificate holder is Additional Insured including on -going and completed operations when required by written contract. Coverage is primary and noncontributory when required by written contract. Waiver of Subrogation in favor of the certificate holder is included when required by written contract. AUTO LIABILITY: Certificate holder is Additional Insured when required by written contract. Coverage is primary and noncontributory when required by written contract. Waiver of Subrogation in favor of the certificate holder is included when required by written contract. WORKERS COMPENSATION AND EMPLOYERS LIABILITY: Waiver of Subrogation in favor of the certificate holder is included when required by written contract where allowed by state law. Stop gap coverage for ND and WA is covered under policy no. WLR O50710397 and stop gap coverage for OH is covered under policy no. WCU C50710555, as noted on page 1 of this certificate. TEXAS EXCESS INDEMNITY AND EMPLOYERS LIABILITY: Insured is a registered non -subscriber to the Texas Workers Compensation Act. Insured has filed an approved Indemnity Plan with the Texas Department of Insurance which offers an alternative in benefits to employees rather than the traditional Workers' Compensation Insurance in Texas. The excess policy (TNS C66934172) shown on this certificate provides excess indemnity and Employers Liability coverage for the approved Indemnity Plan. Contractual Liability is included in the General Liability and Automobile Liability coverage forms. The General Liability and Automobile Liability policies do not contain endorsements excluding Contractual Liability. Separation of Insured (Cross Liability) coverage is provided to the Additional Insured, when required by written contract, per the Conditions of the Commercial General Liability Coverage form and the Automobile Liability Coverage form. Additional Insured includes: County of Weld, when required by written contract. ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD ©1988-2010 ACORD CORPORATION. All rights reserved. Contract Form Entity Information Entity Name* Entity ID* REPUBLIC SERVICES INC @00043888 Q New Entity? Contract Name * Contract ID ANNUAL TRASH REMOVAL SERVICE (2021-0308) 7801 Contract Status CTB REVIEW Contract Lead SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.0 s;Iredfern@weldgov.com Parent Contract ID Requires Board Approval YES Department Project # Contract Description * ANNUAL TRASH REMOVAL CONTRACT 1 YEAR INCREMENT MONTHLY FEE OF $4,403.69 INCLUDES THE ANNUAL 3% ESCALATION PER CONTRACT Contract Description 2 Contract Type RENEWAL Amount* $4,403.69 Renewable" YES Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 02/1 7/2024 GROUNDS 02/21 /2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM -Build ingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2100045 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* 02/03/2025 Renewal Date* 03/01/2025 Committed Delivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 02/16/2024 Approval Process Department Head Finance Approver Legal Counsel CURTIS NAIBAUER CHRIS D'OVIDIO BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 02/15/2024 02/15/2024 02/16/2024 Final Approval BOCC Approved Tyler Ref # AG 022624 BOCC Signed Date Originator SGEESAMAN BOCC Agenda Date 02/26/2024 Cvcc-D (c(o7 February 8, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Trash Removal Services — (2021-0308) In 2021, Gallegos Sanitation/Republic Services was awarded the Trash Removal Contract and continues to meet performance standards. The bid permits the option for annual renewals with a 3% annual escalation. Facilities Department is recommending approval of this annual renewal. Sincerely, Toby Taylor Director -nce A5/ 2S on_ g) 4.5-/a5 'En\ - day b(5 -1C073 AMENDMENT # 2 TO AGREEMENT BETWEEN WELD COUNTY AND GALLEGOS SANITATION/REPUBLIC SERVICES Th1 is Amendment is made and entered into this , day of f r vU , ?p,}3 by and between the Board of Weld County Commissioners, on behalf of the Faslities Department, hereinafter referred to as the "Department", and Gallegos Sanitation/Republic Services, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2021-0308, approved on March 3, 2021. V1(HEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amertded as follows: 11. The current term of the Agreement will end on February 28, 2023. The term is hereby extended for one year commencing on March 1, 2023 and ending on February 29, 2024. 2. Beginning on the first day of the new term, the Fee Schedule shall reflect a 3% escalation from the current Fee Schedule. 3. All other terms and conditions of the Original Agreement remain unchanged. In WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: By: t _.� Date '/eI/2-3 Name: Title: S c/P S /Y1z-,�— I ATTESW.ICILeA) v• 4 T: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Page 1 of 1 ike Freeman, Chair FEB 1 5 223 02.07-/ —63°67 ACO CERTIFICATE OF LIABILITY INSURANCE "gel aft I DATE(MM/DD/YYYY) 06/30/2022 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 NAME: CANNON COCHRAN MANAGEMENT SERVICES, INC. 17015 N. SCOTTSDALE RD. PHONE (A/C No.Ext): I FAX (A/C No.Ext): SCOTTSDALE, AZ 85255 E-MAIL ADDRESS:certificateteamBccrosi.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: ACE American Insurance Co. 22667 INSURED INSURER B: Indemnity Insurance Co. of North America 43575 REPUBLIC SERVICES, INC. INSURER C: ACE Fire Underwriters Insurance Co. 20702 18500 N. ALLIED WAY INSURER D: Illinois Union Insurance Company 27960 PHOENIX, AZ 85054 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 2144513 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. NOTIMTHSTANDING 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 ADDL INSD SUER WVD pOLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A )I COMMERCIAL GENERAL LIABILITY Jn CLAIMS -MADE ElOCCUR HDO 647331067 06/30/2522 06/30/2023 EACH OCCURRENCE $ 5,000,000 DAMAGE TORENTED SES (Ea Doccurrence) $ 5,000,000 MED EXP (Any one person) GENT. AGGREGATE LIMIT APPLIES PER: POLICY El PROJECT EiLOC PERSONAL 8 ADV INJURY $ 5,000,000 GENERAL AGGREGATE $ 15,000,000 PRODUCTS -COMP/OP AGG $ 15,000,000 D OTHER: A AUTOMOBILE LIABILITY X ANY AUTO j( OWNED AUTOS SCHEDULED - ONLY AUTOS 7,7 HIRED AUTOS M NON -OWNED ONLY AUTOS ONLY 0 ISA H1073261A 06/30/2022 06/30/2023 COMBINED SINGLE LIMIT (Ea accident) $ 10,000,000 BODILY INJURY(Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) UMBRELLA LIAR EXCESS LIAB - DED El RETENTION OCCUR CLAIMS -MADE S EACH OCCURRENCE i AGGREGATE B A C A D WORKERS COMPENSATION Y/N AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTiv= OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A WLR C50702145 - AOS WLR C5070192A - MA/OR SCF C50702182 - WI WCU C50702273 - OH XS TNS C68981171 - TX NS/XS 06002022 06/30/2022 06/30/2022 06/30/2022 06/30/2022 06/30/2023 06/30/2023 06/30/2023 06/30/2023 06/30/2023 u STATUTE U OTHER E.L. EACH ACCIDENT $ 3,000,000 E.L. DISEASE -EA EMPLOYEE $ 3,000,000 E.L. DISEASE -POLICY LIMIT $ 3,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Division Number: 4642 - Named Insured Includes: Allied Waste Systems, Inc. - Dba: Republic Services of Colorado // Gallegos Sanitation // Gallegos Services - Colorado CERTIFICATE HOLDER CANCELLATION COUNTY OF WELD 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 1150OST GREELEY, CO 80631 - United States ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD © 1988-2016 ACORD CORPORATION. All rights reserved. AGENCY CUSTOMER ID: LOC #: AC D® ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY POLICY NUMBER See First Page CARRIER See First Page NAIC CODE NAMED INSURED REPUBLIC SERVICES, INC. 18500 N. ALLIED WAY PHOENIX, AZ 85054 EFFECTIVE DATE: ADDITIONAL REMARKS CERTIFICATE NUMBER: 2144513 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM. FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE The following provisions apply when required by written contract. As used below, the term certificate holder also includes any person or organization that the insured has become obligated to include as a result of an executed contract or agreement. GENERAL LIABILITY: Certificate holder is Additional Insured including on -going and completed operations when required by written contract. Coverage is primary and non-contributory when required by written contract. Waiver of Subrogation in favor of the certificate holder is included when required by written contract. AUTO LIABILITY: Certificate holder is Additional Insured when required by written contract. Coverage is primary and non-contributory when required by written contract. Waiver of Subrogation in favor of the certificate holder is included when required by written contract. WORKERS COMPENSATION AND EMPLOYERS LIABILITY: Waiver of Subrogation in favor of the certificate holder is included when required by written contract where allowed by state law. Stop gap coverage for ND and WA is covered under policy no. WLR C50702145 and stop gap coverage for OH is covered under policy no. WCU C50702273, as noted on page 1 of this certificate. TEXAS EXCESS INDEMNITY AND EMPLOYERS LIABILITY: Insured is a registered non -subscriber to the Texas Workers Compensation Act. Insured has filed an approved Indemnity Plan with the Texas Department of Insurance which offers an alternative in benefits to employees rather than the traditional Workers Compensation Insurance in Texas. The excess policy (#TNS C68991171) shown on this certificate provides excess Indemnity and Employers Liability coverage for the approved Indemnity Plan. Contractual Liability is included in the General Liability and Automobile Liability coverage forms. The General Liability and Automobile Liability policies do not contain endorsements excluding Contractual Liability. Separation of Insured (Cross Liability) coverage is provided to the Additional Insured, when required by written contract, per the Conditions of the Commercial General Liability Coverage form and the Automobile Liability Coverage form. Additional Insured includes: County of Weld, when required by written contract. ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 1988-2010 ACORD CORPORATION. All rights reserved. Entity Name. REPUBLIC SERVICES INC Entity ID* @00043888 ❑ New Entity? Contract Name. Contract ID TRASH REMOVAL ANNUAL CONTRACT RENEWAL (2021- 6678 0308) Contract Status CTB REVIEW Contract Lead. SGEESAMAN Contract Lead Email sgeesarnan@co.weld.co.us Contract Description. ANNUAL TRASH REMOVAL CONTRACT RENEWAL 1 YEAR INCREMENT MONTHLY FEE OF $4,275.43 INCLUDES THE ANNUAL 3% ESCALATION PER CONTRACT Contract Description 2 Contract Type. RENEWAL Amount $4,275.43 Renewable. YES Automatic Renewal Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 02/11/2023 02/15,/2023 Department Email CM-BuildingGrounds@'weldgov.c om Departnent Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORN EY@WELDG OV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept to be included? YES Bid/RFP#. B2100045 If thts is a rem enter previous Contract ID If this is of 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 Effective Date Termination Notice Period Contact Name Pnrchasing Approve CHERYL PATTELLI Department Head T©BY TAYLOR DEII Approved Date 02/08/2023 BOCC Signed Date !MCC Agenda Date 02/15/2023 Originator SGEESAMAN Contact Type Review Date 02/05/2024 Committed Delivery Date Contact Email Finance Approver CHERYL PATTELLI Renewal Date* 03/01/2023 Expiration Date Contact Phone 1 Purchasing Approved Date 02/10/2023 Finance Approved Date 02/09/2023 Tyler Ref # AG 021523 Legal Counsel BRUCE BARKER Contact Phone 2 Legal Counsel Approved Date 02/09/2023 Con ;}- I DI4-5S(04 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 February 15, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Trash Removal Services — (2021-0308) In 2021, Gallegos Sanitation/Republic Services was awarded the Trash Removal Contract. The bid permitted the option for annual renewal for the period of March 1, 2022 through February 28, 2023 with a 3% annual escalation. Facilities Department is recommending approval of this annual renewal. Sincerely, Toby Taylor Director 0,onSurt- OZKIVZ7, cLu eci° w/02 -1P-2- AMENDMENT # 1 TO AGREEMENT BETWEEN WELD COUNTY AND GALLEGOS SANITATION/REPUBLIC SERVICES This Amendment is made and entered into this / (-/ day of vatr , c aa, by and between the Board of Weld County Commissioners, on behalf of the FaEtlities Department, hereinafter referred to as the "Department", and Gallegos Sanitation/Republic Services, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2021-0308, approved on March 3, 2021. WHEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amended as follows: 1. The current term of the Agreement will end on February 28, 2022. The term is hereby extended for one year commencing on March 1, 2022 and ending on February 28, 2023. 2. Beginning on the first day of the new term, the Fee Schedule shall reflect a 3% escalation from the current Fee Schedule. 3. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: Name: lJc,V;O% Title: cS Ma.eie., 7Pr— ATTEST: Weld C BY: d_drifiA) Je1,40;vi y Clerk to the B Deputy Cle/! tot e Bo Date a-// BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Page 1 of 1 tt K. James, Chair FF3 2 8 ,.^ 2022 ACORDCERTIFICATE OF LIABILITY INSURANCE Page 1 of 2 DATE (MM/DD/YYYY) 02/15/2022 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 CANNON COCHRAN MANAGEMENT SERVICES, INC. 17015 N. SCOTTSDALE RD SCOTTSDALE, AZ 85255 CONTACT NAME: PHONE (A/C No.Ext): I FAX (NC No.Ext): E-MAIL ADDRESS:certificateteameccrosi.com INSURER(S) AFFORDING COVERAGE INSURER A: ACE American Insurance Co. INSURER B: Indemnity Insurance Co of North America INSURER c: ACE Fire Underwriters Insurance Co. INSURER D: Illinois Union Insurance Company INSURER E: NAIC # 22667 43575 20702 27960 INSURED REPUBLIC SERVICES, INC. 18500 N. ALLIED WAY PHOENIX, AZ 85054 INSURER F: COVERAGES CERTIFICATE NUMBER: 2105584 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 LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X I COMMERCIAL GENERAL LIABILITY OCCUR HDO G72482074 06/30/2021 06/30/2022 EACH OCCURRENCE $ 5,000,000 CLAIMS -MADE x DAMAGE TO RENTED PREMISES (Ea occurrence) $ 5,000,000 MED EXP (Any one person) GEN'L AGGREGATE LIMIT APPLIES PER: PERSONAL &ADV INJURY $ 5,000,000 GENERAL AGGREGATE $ 5,000,000 POLICY PROJECT LOC PRODUCTS -COMP/OP AGG $ 5,000,000 -I OTHER: A AUTOMOBILE LIABILITY ANY AUTO SCHEDULED AUTOS NON -OWNED AUTOS ONLY ISA H25549752 06/30/2021 06/30/2022 COMBINED SINGLE LIMIT (Ea accident) $ 5,000,000 X BODILY INJURY(Per person) X OWNED AUTOS x BODILY INJURY (Per accident) ONLY HIRED AUTOS X PROPERTY DAMAGE (Per accident) ONLY UMBRELLA LIAB EXCESS LIAB DED I] RETENT OCCUR CLAIMS -MADE $ EACH OCCURRENCE AGGREGATE ON mQUQO WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS YIN N/A WLR C67824064 AOS WLR C67824027 CA/MA/OR SCF C67824106 - 'Al WCU C67824143 - OH XS TNS C68990592 - TX NSXS 06/30/2021 06/30/2021 06/30/2021 06/30/2021 06/30/2021 06/30/2022 06/30/2022 06/30/2022 06/30/2022 06/30/2022 I X I PER STATUTE I I OTHER N E.L. EACH ACCIDENT $ 3,000,000 E.L. DISEASE -EA EMPLOYEE $ 3,000,000 below E.L. DISEASE -POLICY LIMIT $ 3,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Division Number: 4642 - Named Insured Includes: Allied Waste Systems, Inc. CERTIFICATE HOLDER CANCELLATION COUNTY OF WELD 1150 O ST GREELEY, CO 80631 United States 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 ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD © 1988-2016 ACORD CORPORATION. All rights reserved. AGENCY CUSTOMER ID: LOC #: ACORN® ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED REPUBLIC SERVICES, INC. 18500 N. ALLIED WAY PHOENIX, AZ 85054 POLICY NUMBER See First Page CARRIER See First Page NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS CERTIFICATE NUMBER: 2105584 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM. FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE The following provisions apply when required by written contract. As used below, the term certificate holder also includes any person or organization that the insured has become obligated to include as a result of an executed contract or agreement. GENERAL LIABILITY: Certificate holder is Additional Insured including on -going and completed operations when required by written contract. Coverage is primary and non-contributory when required by written contract. Waiver of Subrogation in favor of the certificate holder is included when required by written contract. AUTO LIABILITY: Certificate holder is Additional Insured when required by written contract. Coverage is primary and non-contributory when required by written contract. Waiver of Subrogation in favor of the certificate holder is included when required by written contract. WORKERS COMPENSATION AND EMPLOYERS LIABILITY: Waiver of Subrogation in favor of the certificate holder is included when required by written contract where allowed by state law. Stop gap coverage for ND, WA and WY is covered under policy no. WLR C67824064 and stop gap coverage for OH is covered under policy no. WCU C67824143, as noted on page 1 of this certificate. TEXAS EXCESS INDEMNITY AND EMPLOYERS LIABILITY: Insured is a registered non -subscriber to the Texas Workers Compensation Act. Insured has filed an approved Indemnity Plan with the Texas Department of Insurance which offers an alternative in benefits to employees rather than the traditional Workers Compensation Insurance in Texas. The excess policy (#TNS C68990592) shown on this certificate provides excess Indemnity and Employers Liability coverage for the approved Indemnity Plan. Contractual Liability is included in the General Liability and Automobile Liability coverage forms. The General Liability and Automobile Liability policies do not contain endorsements excluding Contractual Liability. Separation of Insured (Cross Liability) coverage is provided to the Additional Insured, when required by written contract, per the Conditions of the Commercial General Liability Coverage form and the Automobile Liability Coverage form. Additional Insured includes: County of Weld, when required by written contract. ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 1988-2010 ACORD CORPORATION. All rights reserved. Contract Form Entity Information Entity Name* REPUBLIC SERVICES INC New Contract Request Entity ID* '0J0043888 Contract Name* TRASH REMOVAL SERVICES RENEWAL (2021- 0308) Contract Status CTB REVIEW ❑ New Entity? Contract ID 5564 Contract Lead* SGEESAMAN Contract Lead Email sgeesamanOco.weld.co.us Contract Description* RENEW TRASH REMOVAL SERVICES FOR 1 YEAR INCREMENT. MONTHLY FEE $4150.9© INCLUDES THE ANNUAL 3% ESCALATION PER CONTRACT Contract Description 2 Contract Type RENEWAL Amount* $4,150.90 Renewable* YES Automatic Renewal Grant Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 02 19 2022 0223/2022 Department Email CM- BuildingGrounds@-weldgov.c om Department Head Email CM-BuildingGrounds- DeptHeadgiveldgov,com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA I I ORNEYg. WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/REF#* B2100045 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Effective Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TOBY TAYLOR DH Approved Date 02,17/2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 02/28.2022 Originator SGEESAMAN Review Date* 02,/06/2023 Committed Delivery Date Renewal Date* 03,'01:2023 Expiration Date Contact Type Contact Email Contact Phone 1 Contact Phone 2 Finance Approver CHRIS D'OVIDIO Purchasing Approved Date 02 22;2022 Legal Counsel KARIN MCDOUGAL Finance Approved Date Legal Counsel Approved Date 02/22/2022 02,22/2022 Tyler Ref # AG 022822 35n+Ra ci- c-1`'11 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & GALLEGOS SANITATION/REPUBLIC SERVICES TRASH REMOVAL SERVICI S THIS AGREEMENT is made and entered into this 3rd' .day of Mck.cch , 202 (, by and between the County of Weld, a body corporate and politic of the State of Ccf3'orado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Gallegos Sanitation/Republic Services. whose address is 1941 Heath Parkway Fort Collins, CO 80526, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; 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 Bare 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. B2100045". 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 Exhibits A and B 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 Corisen+ A 06, 0.,(,6 03103I -�/ J 0091-0303 (3&0o a3 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 continued successful completion of the work, and County's acceptance of the same, County agrees to pay an amount no greater than $4,030.00 per month, which is the bid set forth in Exhibit B. 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 fmancial 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. 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; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury 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, Toby Taylor, Weld County Director of Facilities Department. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Gallegos Sanitation/Republic Services. Attn: Dave Luman Address: 1941 Heath Parkway Address: Fort Collins, CO 80526 E-mail: dluman@republicservices.com Telephone: (970) 484-5556 County: Name: Toby Taylor Position: Director of Facilities Department Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylor@weldgov.com Facsimile: 970.304.6532 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. 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. rd IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 3 day of IfYlo.rcln _, 2021. CONTRACTOR: Gallegos Sanitatioq/Republic Services By: ( Name: . Lt inaw-I Title: Sc l e 5 /how) a9 t Date a' / a'c>-/l WELD COUlt4. ATTEST. CediMAJ Weld ' ou Clerk to the B BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy CI to e B•�;�``��` ,/�j'�Steve Moreno, Chair Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JANUARY 5, 2021 BID NUMBER: B2100045 DESCRIPTION: TRASH SERVICES DEPART I./SENT: BUILDINGS & GROUNDS MANDATORY PRE -BID MEETING: JANUARY 14, 2021 BID OPENING: JANUARY 28, 2021 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: TRASH SERVICES A mandatory pre -bid conference will be held at 11:00 AM on January 14, 2021 at the Weld County Department of Buildings and Grounds located at 1105 H Street, Greeley, CO 80631. Vendors must participate and record their presence at the pre -bid conference to be allowed to submit proposals. We will be adhering to c Arrant state social distancing guiae ese Bids will be received for the above stated equipment up to, but not later than: (Weld County Purchasing Time CIck) Teams Con erence s� 10:00 AM on January 28, 2021 Due to . .JV X49, the bild oroenfing a be he d via a aidicr Phone number: 720-439-5261 Phone Conference ID: 20119138# 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 Countv:foo 1. Email. Due to COVID-19, emailed bids are required. Bids may be emailed to bidsweldqov.com; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet is 500 MB. PDF format is required. Emailed bids must include the following P; • BID REQUEST #B2100045 Page 1 statement on the email: "I hereby waive my right to a sealed bld". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 9704004222 or 4223 with any questions. �. INSTRUC TOGNS TO BIDDERS: INTRODUCTORY 0NFORMATION Bids sh:II 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 th-, Weld County Controller/Purchasing Director/Purchasing Director, 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 frth. 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, 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/Purchasing Director/Purchasing Director 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/Purchasing Director/Purchasing Director; 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 ermine 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 of the documents of the Request for 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 a contract, with the 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 contract. 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. •.•.:::^ C i. :M" .!�-......41a.- .. :.. BID REQUEST #B2 100045 Page 2 §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 into 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 knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and 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 contract 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, u ndertaken 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 contract, 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 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 Successful bidder 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, 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 contract, successful bidder must confirm that any individual n atural 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 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 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 o ne of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. 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. ba • 4,:_a ;. a:. y, .. c. <ZWe i <+0 19Cle& _ `'�:. .. .. ;.s•.aec^ ,. a•,aran', <sr� .xi¢3t; +wlcsR+ s ?'a <J+�; :�.m e 1!.:-. `.15tc �. a_`s, 7�a`l BID REQUEST #B2100045 Page 3 C. Governmental Drnmunoty: No term or condition of the contract shall be construed or interpret -,d 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. ID. D nddependent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an e nployee. 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 -�vailable 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 applic ble) 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 cntract. The successful bidder siall have the following respnsibilities with regard t. workers' compensation and unemployment compens*tion 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. C.mpiia ce with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules arm regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Chthce 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. N. Thfird=Party eneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the cntract, and all rights of action relating to such enforcement, shall be strictly reserve: to the undersigned parties and nothing in the contract shall give or allow any claim or rignt of actin whatsoever oy 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. Attorneys Fees/I1 egaD 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 ;nd/or legal costs incurred by or sn behalf of the successful bidder. I . 3 isadvantased 4usiness Ent- rprises: 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. J. Procurement nd Perform nce: The successful bidder agrees t. procure the materials, eouipment and/or products necessary for the project and agrees to diligently provide all services, labor, persoinel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements oL tlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or o 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. BID REQUEST #B2100045 Page 4 L. 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. 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 particular 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, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by 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 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 caused by contractor's workmanship or performance. 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. BID REQUEST # Page 5 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. V. 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. 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. X. Taxes: 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. 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 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. BID REQUEST #f '1�'(�i11iI�V���"�, Page 6 Best Company as "A" VIM I 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/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reducti n unless due to non-payment of premiums for which notice shall be sent ten (10) days crior. 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, o r 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 o bligations 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 to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. he 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, o missions, or other deficiencies. BiDEMNITY: 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 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 surviv-expiration or termination hereof. It is agreed that the successful bidder will be responsible f primary ass investigation, defense and judgment c, sts where this contract of indemnity applies. In consideration of the award f this contract, the successful bidder 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 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. ID REQUEST #B2100045 Page 7 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 -f� utobile 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. S uccessful 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 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. P roof 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. S ubcontractors: 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. cJ:-. '1' .n. BID REQUEST #B2100045 Page 8 Trash Services Weld County is seeking bids to perform trash/refuse removal services for its buildings. The start date for services will be March 1, 2021. Specifications Weld County Buildings and Grounds Department is seeking bids for removal of trash at its buildings using the following: 1. Start date of service will be March 1, 2021. 2. Weld County is to be billed once a month. Bill is to be sent to the Weld County Accounting Department, PO Box 758, Greeley, Colorado, 80632. 3. Billing invoice is to show name of department or building, location and amount charged for the department or building. 4. The contract can be cancelled by giving thirty days written notice by either party, Weld County Commissioners or the successful bidder. 5. The contract will be for a one-year period and can be renewed annually thereafter. 6. For subsequent years, identify escalation percentage. 7. The Jail has a roll -off compactor. As such it may require maintenance. Provide with your bid response how maintenance will be accomplished along with hourly rate. Pricing Provide total pricing for trash removal services per month for all the buildings identified in the following table. BID REQUEST #I rL liirp,iir!i 7 Page 9 Building Name Address Quantity Dumpster Size Service Frequency per Week Cost 1150 1150 O ST, GREELEY, CO 80632 1 6YD TRASH 3X per week 1301 1301 N 17TH AVE, GREELEY, CO 80631 2 6YD TRASH 2XW 1401 1401 N 17TH AVE, GREELEY, CO 80632 2 3YD TRASH 1XW 1402 1402 N 17TH AVE, GREELEY, CO 80631 1 4YD TRASH 2XW 1551 1551 N 17TH AVE, GREELEY, CO 80631 1 6YD TRASH 1XW 8th Avenue Storage 300 8TH AVE, GREELEY, CO 80631 1 3YD TRASH WI LOCKING DEVICE 1XW 918 918 10TH ST, GREELEY, CO 80631 1 3YD TRASH WI LOCKING DEVICE 1XW Alternative Programs 1390 N 17TH AVE, GREELEY, CO 80631 1 6YD TRASH 3XW Buildings & Grounds 1105 H ST, GREELEY, CO 80631 2 6YD TRASH 1XW $ CHAN 934 9TH AVE, GREELEY, CO 80631 2 2YD TRASH 2XW Ft Lupton Fuel Site 7625 WELD COUNTY RD 31, FORT LUPTON, CO 80621 1 2YD TRASH EVERY OTHER WEEK (EOW) Greeley Fuel Site 1113 H ST, GREELEY, CO 80631 1 4YD TRASH 1XW BID REQUEST #B2100045 atiRniztsa�a� sum �vw u"..w'-{u 'ian EMI .rzeira: Std rt71,31Bil; at m: w 4 - 9 k�S LL �' .'� uaB:vV�G`t+d.Q iicA � -Z-- i • uLi 4,4444�ni RAC.G iiUWL4%.IJR'.lXE.MAV trz r �T 1 nr t'n1,.. ii ...�.,�.....i«.�..R.,»,,...�..«�,....«.......,..,.i...�... ... �a .'�,edl.'��CljA�u:n..,rt�...__ �a'.�:a. 5',�.1i3 .�3'. ''..._ Page 10 Household Hazardous Waste North - 1 6YD 2XW $ 1311 N 17TH AVE, GREELEY, CO 80632 TRASH Household 5510 US HIGHWAY 52, ERIE, CO 80516 2 3YD TRASH 1XW $ Hazardous Waste South - Human Services 2 6YD TRASH 3XW $ 315 N 11TH AVE, GREELEY, CO 80631 Law Enforcement 1950 O ST, GREELEY, CO 80631 1 6YD TRASH 1 XW $ Missile Park Site 10611 SPUR #257, GREELEY, CO 80634 1 6YD TRASH 1XW $ Motor Pool 1399 N 17TH AVE, GREELEY, CO 80632 3 1XW $ 6YD TRASH Jail 2110 O ST I GREELEY, CO 80631 1 30YD COMPACTOR TRASH 2XW $ Jail 2110 O ST I GREELEY, CO 80631 3 1XW $ 3YD TRASH Public Health 1 2XW $ 1555 N 17TH AVE I GREELEY, CO 80631 6YD TRASH Print Shop 1500 2ND ST, GREELEY, CO 80631 1 6YD TRASH 1XW $ Public Works 1111 H ST GREELEY, CO 80631 2 6YD TRASH 1XW $ BID REQUEST #B2100045 Page 11 Southeast Service Center 2950 9TH ST, FORT LUPTON, CO 80621 1 6YD TRASH 1 XW Southwest Service Center 4209 WELD COUNTY RD 24 1/2, LONGMONT, CO 80501 2 3YD TRASH 1 XW Training Center 1104 H ST, GREELEY, CO 80631 1 6YD TRASH 1XW Crime Lab 2329 115TH AVE, GREELEY, CO 80634 1 6YD TRASH 1 XW West Annex 905 9TH AVE, GREELEY, CO 80631 2 2YD TRASH 5XW a MOP BID REQUEST #B2100045 Total Page 12 Trash Services TOTAL for all buildings (Per Month) $ A mandatory pre -bid conference Annual Escalation/Markup Percentage will be held at Roll -Off Compactor Maintenance $ per hour 11:00 AM on January 14, 2021 Buildings & Grouns uilding located at 1105 H Street, Greeley, CO 80631. Bids will be received up to, but n t Ply;;*.CHASING TI E CLOCK). ter than at the Weld County 10:00 AM on January 28, 2021 Big OPNMNG LL BE HELD VIA A M CRO OF EAMS CONFE ENCE CALL: To join call: 1 (720) 439-5261 and enter Conference ID: 20119138# ease note that due to unto (suture notice: V0O-19, the f of (WELD COUNTY owing changes have been made to our current bid process 1. No hard copies of bids will be accepted. 2. Only one electronic copy of your bid is needed. PDF format is required. 3. Email bids to bids{kreidrsvmco-0. If your bid exceeds 25MB please upload your bid to htt s://www.bid etdirect.c rnI. The maximum file size to upload to BidNet is 500 MB. BID REQUEST #B2100045 Page 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. #B2100045. 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 of the documents of the Request for 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 FAX TAX ID # P RINTED NAME AND TITLE S IGNATURE E-MAIL DATE **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 N UMBER IS #9803551-0000. 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: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2100045 Page 14 Exhibit B Trash Services TOTAL for all buildings (Per Month) Annual Escalation/Markup Percentage $ 4/d3d 3 % Roll -Off Compactor Maintenance $ / JO per hour A mandatory pre -bid conference will be held at 11:00 AM on January 14, 2021 at the Weld County Buildings & Grounds Building located at 1105 H Street, Greeley, CO 80631. Bids will be received up to, but not later than 10:00 AM on January 28, 2021 (WELD COUNTY PURCHASING TIME CLOCK). BID OPENING WILL BE HELD VIA A MICROSOFT TEAMS CONFERENCE CALL: To join call: 1 (720) 439-5261 and enter Conference ID: 20119138# Please note that due to COVID-19, the following changes have been made to our current bid process until future notice: 1. No hard copies of bids will be accepted. 2. Only one electronic copy of your bid is needed. PDF format Is required. 3. Email bids to bidsti weldaov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com/. The maximum file size to upload to BidNet is 500 MB. BID REQUEST #B2100045 Page 13 Jail 2110 O ST I GREELEY, CO 80631 1 30YD TRASH COMPACTORS 2XW la,/ $ 5aa Jail 2110 O ST I GREELEY, CO 80631 3 3YD TRASH 1XW $ 135 Public Health 1555 N 17TH AVE I GREELEY, CO 80631 1 6YD TRASH 2XW $ HO Print Shop 1500 2ND ST, GREELEY, CO 80631 1 6YD TRASH 1XW $ 55 - Public Works 1111 H ST GREELEY, CO 80631 2 6YD TRASH 1XW $ /50 Southeast Service Center 2950 9TH ST, FORT LUPTON, CO 80621 1 6YD TRASH 1XW $ S Southwest Service Center 4209 WELD COUNTY RD 24 1/2, LONGMONT, CO 80501 2 3YD TRASH 1XW $ 70 Training Center 1104 H ST, GREELEY, CO 80631 1 6YD TRASH 1XW $ S Crime Lab 2329 115TH AVE, GREELEY, CO 80634 1 6YD TRASH 1XW $ 0 5 - West Annex 905 9TH AVE, GREELEY, CO 80631 2 2YD TRASH 5XW $ 3 DO Total $`x'03O CHAN 934 9TH AVE, GREELEY, CO 80631 2 2YD TRASH 2XW $ / r lv Clerk & Recorder$ 1250 H STREET, GREELEY, CO 80631 2 6 YD TRACH 1XW /5-67 Ft Lupton Fuel Site$ 7625 WELD COUNTY RD 31, FORT LUPTON, CO 80621 1 2YD TRASH EVERY OTHER WEEK (EOW) Lt5 Greeley Fuel Site$ 1113 H ST, GREELEY, CO 80631 1 4YD TRASH 1XW J�— 5 Household Hazardous Waste - North 1311 N 17TH AVE, GREELEY, CO 80632 1 6YD TRASH 2XW $ /I/0 Household Hazardous Waste - South 5510 US HIGHWAY 52, ERIE, CO 80516 2 3YD TRASH 1XW $ 70 Human Services 315 N 11TH AVE, GREELEY, CO 80631 2 6YD TRASH 3XW $ 2 SO 3 Law Enforcement$ 1950 O ST, GREELEY, CO 80631 1 6YD TRASH 1XW S Missile Site Park 10611 SPUR #257, GREELEY, CO 80634 1 6YD TRASH 1XW $ OS — Motor Pool 1399 N 17TH AVE, GREELEY, CO 80632 3 6YD TRASH 1XW $ 5� Building Name Address Quantity Dumpster Size Service Frequency per Week Cost 1150 1150 O ST, GREELEY, CO 80632 1 6YD TRASH 3X per week $ 1S5 1301 1301 N 17TH AVE, GREELEY, CO 80631 2 6YD TRASH 2XW $ .a-`oo 1401 1401 N 17TH AVE, GREELEY, CO 80632 2 3YD TRASH 1XW $ qo 1402 1402 N 17TH AVE, GREELEY, CO 80631 1 4YD TRASH 2XW $ 1551 1551 N 17TH AVE, GREELEY, CO 80631 1 6YD TRASH 1XW $ 65 8th Avenue Storage 300 8TH AVE, GREELEY, CO 80631 1 3YD TRASH W1 LOCKING DEVICE 1XW $ L/5 918 918 10TH ST, GREELEY, CO 80631 1 3YD TRASH W/ LOCKING DEVICE 1XW $ Ll 5 -- Alternative Programs 1390 N 17TH AVE, GREELEY, CO 80631 1 6YD TRASH 3XW $ /05 - Buildings & Grounds 1105 H ST, GREELEY, CO 80631 2 6YD TRASH 1XW $ /0 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. #B2100045. 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 of the documents of the Request for 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 (7G4je ..c Sb%,'c Serve crS BUSINESS // ADDRESS / 7 /J !7 c - -s? Pc.r- k w ae.. CITY, STATE, ZIP CODE FD r4- CO 1 /•'n S , CO 8°616 TELEPHONE NOC'q?O) 4/3 y -S5 FAX TAX ID # C = O7fC 9C, PRINTED N AND TITLE 1JG.v ;sO1 E_ Lvnw- S�/C S Maw; cye!— SIGNATURE E-MAIL d j rn c.n �e b i/cSct. .CO/37 DATE / ha /a/ **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: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2100045 Page 14 ADDENDUM#1 BID REQUEST NO. B2100045 Trash Services 1. This is an all -or -nothing bid. Service locations will not be split between contractors. 2. Another building has been added to the County. Therefore, Trash Services are required for this location. The building name is Clerk & Recorder located at 1250 H Street, Greeley. Thus, the pricing sheets on pages 10 through 12 need to be replaced. Please use the updated bid pricing sheet below that includes this building. *** We need signed copy on file. Thank you! *** Addendum received by: �l P san r,ilG...-'ara /7? pub/. s eri,'c,.5 FIRM /9W ADDRESS !7 ram Park t ,(-+- to //,i c, co So5W CITY AND STATE BY / G vmc.tn `t pv b c cer vr<''S coirk, EMAIL January 15, 2021 ACORD CERTIFICATE OF LIABILITY INSURANCE Page 1 of 2 DATE (MM/DD/YYYY) 02/25/2021 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 CANNON COCHRAN MANAGEMENT SERVICES, INC. 17015 N. SCOTTSDALE RD SCOTTSDALE, AZ 85255 CONTACT NAME: PHONE (NC No.Ext): E-MAIL ADDRESS:certificateteam@ccrosi.com I FAX (NC No.Ext): INSURER(S) AFFORDING COVERAGE INSURER A: ACE American Insurance Co. INSURER B: Indemnity Insurance Company of NA INSURER C: ACE Fire Underwriters INSURER D: Illinois Union Insurance Company INSURER E: NAIC # 22667 43575 20702 27960 INSURED REPUBLIC SERVICES, INC. 18500 N. ALLIED WAY PHOENIX, AZ 85054 INSURER F: COVERAGES CERTIFICATE NUMBER: 1942196 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 LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DDIYYYY) LIMITS A X I COMMERCIAL GENERAL LIABILITY OCCUR HDO G71450892 06/30/2020 06/30/2021 EACH OCCURRENCE $ 5,000,000 CLAIMS -MADE X DAMAGETO occurrence) PREMISES ante) $ 5,000,000 MED EXP (Any one person) GEN'L AGGREGATE LIMIT APPLIES PER: ❑ LOC PERSONAL & ADV INJURY $ 5,000,000 GENERAL AGGREGATE $ 5,000,000 POLICY PROJECT PRODUCTS -COMP/OP AGG $ 5,000,000 7 OTHER: A AUTOMOBILE LIABILITY ANY AUTO SCHEDULED AUTOS NON -OWNED AUTOS ONLY ISA H25305425 06/30/2020 06/30/2021 COMBINED SINGLE LIMIT (Ea accident) $ 5,000,000 X BODILY INJURY(Per person) X OWNED AUTOS X BODILY INJURY (Per accident) ONLY HIRED AUTOS X PROPERTY DAMAGE (Per accident) ONLY UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE $ EACH OCCURRENCE AGGREGATE DED n RETENTION B A C A D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS Y/N N/A WLR C67458424 AOS WLR C67458382 AZ/CA/MA/OR SCF C67458461 - WI WCU C67458503 - OH XS TNS C66948560 - TX NSXS 06/30/2020 06/30/2020 06/30/2020 06/30/2020 06/30/2020 06/30/2021 06/30/2021 06/30/2021 06/30/2021 06/30/2021 I X I PER STATUTE I I OTHER E.L. EACH ACCIDENT $ 3,000,000 N E.L. DISEASE -EA EMPLOYEE $ 3,000,000 below E.L. DISEASE -POLICY LIMIT $ 3,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Division Number 4642 - Named Insured Includes: Allied Waste Systems, Inc. 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. AUTHORIZED REPRESENTATIVE WELD COUNTY 1105 H ST GREELEY, CO 80632 United States © 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC #: ACORD ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED REPUBLIC SERVICES, INC. 18500 N. ALLIED WAY PHOENIX, AZ 85054 POLICY NUMBER See First Page CARRIER See First Page NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS CERTIFICATE NUMBER: 1942196 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM. FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE The following provisions apply when required by written contract. As used below, the term certificate holder also includes any person or organization that the insured has become obligated to include as a result of an executed contract or agreement. GENERAL LIABILITY: Certificate holder is Additional Insured including on -going and completed operations when required by written contract. Coverage is primary and non-contributory when required by written contract. Waiver of Subrogation in favor of the certificate holder is included when required by written contract. AUTO LIABILITY: Certificate holder is Additional Insured when required by written contract. Coverage is primary and non-contributory when required by written contract. Waiver of Subrogation in favor of the certificate holder is included when required by written contract. WORKERS COMPENSATION AND EMPLOYERS LIABILITY: Waiver of Subrogation in favor of the certificate holder is included when required by written contract where allowed by state law. Stop gap coverage for ND, WA and WY is covered under policy no. WLR C67458424 and stop gap coverage for OH is covered under policy no. WCU C67458503, as noted on page 1 of this certificate. TEXAS EXCESS INDEMNITY AND EMPLOYERS LIABILITY: Insured is a registered non -subscriber to the Texas Workers Compensation Act. Insured has filed an approved Indemnity Plan with the Texas Department of Insurance which offers an alternative in benefits to employees rather than the traditional Workers Compensation Insurance in Texas. The excess policy (#TNS C66948560) shown on this certificate provides excess Indemnity and Employers Liability coverage for the approved Indemnity Plan. Contractual Liability is included in the General Liability and Automobile Liability coverage forms. The General Liability and Automobile Liability policies do not contain endorsements excluding Contractual Liability. Separation of Insured (Cross Liability) coverage is provided to the Additional Insured, when required by written contract, per the Conditions of the Commercial General Liability Coverage form and the Automobile Liability Coverage form. Additional Insured includes: Weld County, when required by written contract. ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 1988-2010 ACORD CORPORATION. All rights reserved. New Contract Request Entity Name* GALLEGOS SANITATION INC Contract Name * TRASH REMOVAL SERVICES Contract Status CTB REVIEW Contract Description TRASH REMOVAL SERVICES Contract Description 2 Contract Type* CONTRACT Amount* 54,030.00 Renewable* YES Automatic Renewal Grant IGA Entity ID* X00022768 Department BUILDINGS AND GROUNDS Department Email CM- Buildi ngGroundseidgov.c OM Department Head Email CM-BuildingGrounds- DeptHeadr-weidgov.conn County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA I I ORNEY@WELDG OV.COM Ei New Entity? Contract ID 4477 Contract Lead* SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.us Requested BOCC Agenda Date* 03/03 2021 Parent Contract ID Requires Board Approval YES Department Project # Due Date 02/27/2021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? if this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note. the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date. Review Date* 02 =0712022 Renewal Date* 02/07,/2022 Termination Notice Period Committed Delivery Date Expiration Date Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR OH Approved Date 02'25'2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda. Date 03:`03'2021 Originator SGEESAM'AN Finance Approver CHRIS D'OVIDIO Purchasing Approved Date Legal Counsel BOB CHOATE Finance Approved Date Legal Counsel Approved Date 02'26/°2021 02,{'26/2021 Tyler Ref AG 030321 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 February 1, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Trash Services; B2100045 As advertised this bid is for trash removal services for County buildings. The low bid is from Best Cleaner Disposal does not meet specifications due to only providing pricing for services to 3 of the 28 required locations. The second low bid is from Republic Services and meets specifications. Therefore, the Facilities Department is recommending the award to Republic Services in the amount of $4,030.00 per month If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director spa 1 - 0308 TDb OOa3 DATE OF BID: JANUARY 28, 2021 REQUEST FOR: TRASH SERVICES DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2100045 PRESENT DATE: FEBRUARY 1, 2021 APPROVAL DATE: FEBRUARY 17, 2021 VENDORS BEST CLEANER DISPOSAL 15S4TH AVE BRIGHTON, CO 80601 GALLEGOS SANITATION/ REPUBLIC SERVICES 1941 HEATH PARKWAY FORT COLLINS, CO 80526 *FORT LUPTON SITES ONLY MONTHLY TRASH TOTAL $135.00* $4,030.00 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpeters(weldgov.com E -Mail: reverett a weldgov.com E -Mail: rturf(c�weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 ANNUAL ESCALATION 1.5% 3% ROLL -OFF COMPACTOR MAINTENANCE N/A $150.00 PER HOUR THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS. 2021-0308 oz/ol 12,E=70023
Hello