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
20230567.tiff
Covt4C+ tD4QZ15 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Tree Trimming & Tree Removal Maintenance Contract DEPARTMENT: Public Works PERSON REQUESTING: Ron Graves, Supervisor, Road & Bridge Construction DATE: February 14, 2025 Brief description of the problem/issue: The original agreement for the Tree Trimming Contract can be extended from March 16, 2025, to March 15, 2026, as permitted by the contract. This extension is in the third year of a possible three-year term -limit. The contract allows for yearly rate adjustments based upon the Denver/Aurora/Lakewood CPI, which shows an increase of 2.5% from December 2023 to December 2024. American Arborist Services is requesting an increase of 2.44% with actual cost per line item listed. Attached to this Pass -Around is the 2025 Fee Schedule. American Arborist Service was awarded this contract in 2023 as the low bid contractor and the department has been satisfied with their performance. What options exist for the Board? 1) The Board may agree to extend/renew American Arborist Service contract. 2) The Board may decide not to extend/renew the contract. Consequences: Approval allows Public Works to continue 2025 Right of Way tree maintenance, denial of renewal will delay scheduled maintenance. Impacts: If the Board denies renewal Public Works will have to re -bid the contract which could negatively impact ROW tree trimming and contractor relations. Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): The budgeted amount for the 2025 Tree Trimming/Removal Maintenance Contract is $256,206.00. Recommendation: Public Works recommends the contract renewal. Perry L. Buck Scott K. James Jason S. Maxey Lynette Peppier Kevin D. Ross Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: --374 Conni-i2f9zincS& 3/I1 / 25 CC ;cr\bcse (-Pw) puvchaw 3/11/ZS 2023- 05(01 cc, ooh _ CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND AMERICAN ARBORIST SERVICES, LLC This Agreement Extension/Renewal ("Renewal"), made and entered into day of I4Qmovc,h, 2025, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and American Arborist Services, LLC, 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. 2023-0567, approved on March 27, 2023. 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 ended on March 26, 2024. • Extension/Renewal #1 will end on March 26, 2025. • The parties agree to extend the Original Agreement for an additional 1 Year period, which will begin March 27, 2025, and will end on March 26, 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. The 2025 Bid Schedule, attached, replaces the 2024 Bid Schedule • 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: di -act r ‘rUn, Signature Print -1A-Z BOARD OF COUNTY COMMISSIONERS WE,LDtOUNTY, CO QRADO Perry L. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Boar K Chair MAR 1 7 2D25 dais%) SC frieffAk zcYL3 -051P1 BID SCHEDULE 2025 Weld County's past two years averages are listed below: Removed approximately 200 - 250 trees in all parts of the county. The estimated work days per year are 100 - 150 for tree removal, add approximately 10 — 12 days of trash clean-up, and add 5-10 days for tree stump grinding. Each contractor is required to submit a bid based on the 2020 bid schedule for labor and equipment. OPTION #1: ENTIRE COUNTY (NORTH AND SOUTH OF U. S. HWY 34) 1 $ 99.42 per hour To to cut provide and minimum trim trees of along 50 foot with bucket operation with of truck bucket and operator truck). (operator $ 119.92 per hour To to cut services provide and for trim of along 50 and foot with after bucket operation hours with of service. truck bucket and operator truck) for "on (operator -call" minimum emergencies trees 2 Et $ 99 42 per hour loading To truck provide and onto operator include a county a for 27- loading vehicle ft grapple (end material truck dump) with or debris when a 25 cubic onto necessary. itself yard then capacity off- $ 119.92 per hour loading To truck provide and onto operator include a and county after a for 27- loading vehicle hours ft grapple (end service. material truck dump) with or debris for a 25 cubic onto "on -call" itself yard services then capacity for off- emergencies 3 $ 152.72 Per hour provide county a grapple right-of-way truck at only various with operator locations included throughout for trash Weld pickup County. To along $ 167.07 per hour provide county "on -call" a grapple right-of-way services for truck emergencies at only various with operator locations and after included throughout hours service. for trash Weld pickup County To along for 4 $ 88.15 per hour provide stump grade grinder by Weld Authorized for County. the purpose county of grinding personnel stumps at to a locations To predetermined various throughout $ 99.42 per hour locations To predetermined and provide after throughout hours stump grade grinder service. by Weld Authorized for County the purpose county for "on of personnel -call" grinding services stumps at various for to emergencies a 5 $ No Charge lump sum To chipped have temporary and dumpsite removed to dumpsite for storage of by County tree crews. limbs that can be 6 $ 177.32 lump sum Mobilization after-hours emergency for "on due by authorized -call" or emergency accidents county requests. or anything personnel. classified This fee would as urgent apply or to storms, BID SUMMARY I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes I further certify that the items offered for intended use by Weld County will meet all specifications it has so indicated on this bid form FIRM American Arbonst Service BUSINESS ADDRESS 9915 Navajo Ct CITY, STATE, ZIP CODE Longmont, CO, 80504 TELEPHONE NO 303-588-7001 FAX NO TAXPAYER I D # 84-0895033 By Roland E Bunn TITLE Owner DATE 2/17/2025 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES CERTIFICATE OF EXEMPTION NO 98-03551 ACORN CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 1/2/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CRS Insurance Brokerage 9780 South Meridian Boulevard, Suite 400 Englewood Colorado, 80112 INSURANCE BROKERAGE INSURED American Arborist Service 9915 Navajo Court Longmont Colorado, 80504 CERTIFICATE NUMBER: CONTACT NAME: Phillip Naples PHONE (720) 727-6049 (A/C. No Ext): E-MAIL ADDRESS: selectbusiness@crsdenver.com FAX (NC, No): INSURER(S) AFFORDING COVERAGE INSURER A : Pinnacol Assurance INSURER B : CNA Surety INSURER c : American Casualty Company of Reading Pennsylvania INSURER D : INSURER E : INSURER F : NAIC # 41190 20427 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 WYQ POLICY NUMBER POLICY EFF (MM/ D//YYYY) POLICY EXP (MM DD/YYYY) I LIMITS C X COMMERCIAL GENERAL CLAIMS -MADE LIABILITY OCCUR Y , y 5099290153 12/01/2024 12/01/2025 EACH OCCURRENCE _ $ 1,000,000.00 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000.00 X MED EXP (Any one person) $ 1 5,000.00 PERSONAL & ADV INJURY $1,000,000.00 GENERAL AGGREGATE $ 2,000,000.00 GEN'L AGGREGATE POLICY OTHER LIMIT APPLIES PRO- JECT PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000.00 X I , $ B AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY I HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y 5099290248 12/01/2024 12/01/2025 COMBINED SINGLE LIMIT [Ea accident) Q1,000,000.00 _ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED RETENTION $ A WORKERS AND ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER (Mandatory If yes, DESCRIPTION COMPENSATION EMPLOYERS' describe NH) under OF LIABILITY EXCLUDED? OPERATIONS below Y / N N / A 4144860 12/01/2024 12/01/2025 X PER STATUTE I OTH- ER E.L. EACH ACCIDENT $ 100,000.00 in N E.L. DISEASE - EA EMPLOYEE $ 100,000.00 E.L. DISEASE - POLICY LIMIT $ 500,000.00 DESCRIPTION Additional Waiver OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) insured applies in favor of the certificate holder. of subrogation applies in favor of the certificate holder. CERTIFICATE HOLDER CANCELLATION Weld County Public Works PO Box 758 Greeley Colorado, 80632 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 Phillip Naples ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name * AMERICAN ARBORIST SERVICE Contract Name * TREE TRIMMING AND REMOVAL Contract Status CTB REVIEW Entity ID* @00000237 (� New Entity? Contract ID 9215 Contract Lead * RGRAVES Contract Lead Email rgraves@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description * TREE TRIMMING AND REMOVAL IN WELD COUNTY FOR PROJECTS AND ROW MAINTENANCE. Contract Description 2 Contract Type * AGREEMENT Amount * $256,206.00 Renewable * NO Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks@weld.gov Department Head Email CM-PublicWorks- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM - C O U N TYATTO R N EY@W E L D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Date * 03, 19/2025 Due Date 03/15/2025 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 Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head .CURTIS HALL DH Approved Date 03,/12;'2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03 / 1 7:202 5 Review Date * 12/15/2025 Committed Delivery Date Contact Type Contact Email Finance Approver CHERYL PATTELLI Renewal Date Expiration Date* 03/16 /2026 Contact Phone 1 Purchasing Approved Date Finance Approved Date 03/ 1 2/2025 Tyler Ref # AG 031725 Originator RGRAVES Legal Counsel BYRON HOWELL Contact Phone 2 Legal Counsel Approved Date 03; 12 ;'2025 Cbn- vac,k (Da -190Z., BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Tree Trimming & Tree Removal Maintenance Contract DEPARTMENT: Public Works DATE: February 27, 2024 PERSON REQUESTING: Ron Graves, Supervisor, Road & Bridge Construction Brief description of the problemlissue: The original agreement for the Tree Trimming/Removal Maintenance Contract can be extended from March 28, 2024 to March 27, 2025 as permitted by the contract. This extension is in the second year of a possible three-year term limit. The contract allows for yearly rate adjustments based upon the current Denver/Aurora/Lakewood CPI index, which has projected 4.5% increase from November 2022 to November 2023. American Arborist Services is requesting an increase of 4.28% with actual cost per line item listed. Attached to this Pass -Around is the 2024 Fee Schedule. American Arborist Service was awarded this contract in 2023 as the low bid contractor and the department has been satisfied with their performance. What options exist for the Board? 1) The Board may agree to extend/renew American Arborist Service contract as recommended. 2) The Board may decide not to extend/renew the contract. Consequences: Approval of the renewal allows Public Works to continue 2024 Right of Way tree maintenance, denial of this renewal will delay scheduled maintenance. Impacts: If the board denies the renewal Public Works will need to re -bid the contract which could negatively impact ROW tree trimming maintenance and contractor relations. Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): The budgeted amount for the 2024 Tree Trimming/Removal Maintenance Contract is $222,788.00. Recommendation: Public Works recommends the contract renewal. Suoaort Recommendation Schedule Place on 8OCC Agenda Work Session Other/Comments: Perry L. Buck, Pro -Tern Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine rr P conwE 3/Rag .3/i/ate 2 Z3 - 5(1 6000$1 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND AMERICAN ARBORIST SERVICES LLC This Agreement Extension/Renewal ("Renewal"), made and entered into day of March. 2024, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and American Arborist Service LLC, 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. 20230567. approved on March 16, 2023. 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 current term of the Agreement will end on March 15, 2024. • The parties agree to extend the Original Agreement for an additional one year period, which will begin March 16.2024, and will end on March 15, 2025. 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. The 2024 Bid Schedule, attached, replaces the 2023 Bid Schedule. 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: Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY Kevin D. Ross, Chair ATTEST: Weld C. nt Clerk to the Board Jdet.�II AR 1 1 1024 BY: Deputy Clerk IBo- rd tr, > ;. to 1DI „'fir, •�nA^e� the uc2 —a.�,7 BID SCHEDULE 2024 Weld County's past two years averages are listed below: Removed approximately 200 - 250 trees in all parts of the county. The estimated work days per year are 100 -150 for tree removal, add approximately 10 —12 days of trash clean-up, and add 5-10 days for tree stump grinding. OPTION #1: ENTIRE COUNTY (NORTH AND SOUTH OF U. S. HWY 341 $ 97.00 per hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck). 1 $ 117.00 per hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. $ 97.00 per hour To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and operator for loading material or debris onto itself then off- loading onto a county vehicle (end dump) when necessary. 2 $ 117.00 per hour To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and operator for loading material or debris onto itself then off- loading onto a county vehicle (end dump) for "on -call" services for emergencies and after hours service. $ 149.00 per hour To provide a grapple truck only with operator included for trash pickup along county right-of-way at various locations throughout Weld County. 3 $ 163.00 per hour To provide a grapple truck only with operator included for trash pickup along county right-of-way at various locations throughout Weld County for "on -call" services for emergencies and after hours service. $ 86.00 per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized county personnel at various locations throughout Weld County. 4 $ 97.00 per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. 5 $ No Charge lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and removed to dumpsite by County crews. 6 $ 173.00 ump Isum Mobilization for "on -call" or emergency requests. This fee would apply after-hours due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. BID SUMMARY I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes. I further certify that the items offered for intended use by Weld County will meet all specifications it has so indicated on this bid form. FIRM American Arborist Service BUSINESS ADDRESS 9915 Navajo Ct. CITY, STATE, ZIP CODE Longmont, Colorado, 80504 TELEPHONENO. 303-588-7001 FAX NO. TAXPAYER 8'A8 95033 BY: TITLE: Owner DATE: 2/13`2024 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. CERTIFICATE OF EXEMPTION NO. 98-03551. AC RtJI O� CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 11 /2/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CRS Insurance Brokerage 9780 S Meridian Blvd Suite 400 Englewood CO 80112 INSURED AMARB-1 American Arborist Service 9915 Navajo Court Longmont CO 80504-9438 CONTACT 1,4r7 Shady Lunder PHONE FAx io,. L,303-998-7800 I -_--_ 0,,,,,,,303-757-M9 ADASEss_ slunder@crsdenver.com INSURER(S) AFFORDING COVERAGE INSURER A_ Plnnacol Assurance INSURER B - American an _Casual?1'Cop of Readn9 - Company Y .a INSURER C: CNA INSURER D: INSURER E : ,— NAIL II 41190 20427 20478 INSURER F : COVERAGES CERTIFICATE NUMBER:29326866 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. NZ LTR TYPE OF INSURANCE ADOLSITl11;�' POLICY EFF INSD WVD [ POLICY NUMBER (MMIOO(YYYY) POUCY EXP tMMIDOIYYYY] LIMITS B X COMMERCIAL GENERAL LIABILITY ,....__._.,i CLAIMS -MADE I ' OCCUR ,) GENII_ AGGREGATE LIMIT APPLIES PER: POLICY n JECT -.,1 LOC OTHER: 5099290153 12/1/2023 i 12/1!2024 EACH OCCURRENCE 51,000,000 T1 Mi T6RENTECI PREMISES (Ea cips,once,_ S 100,000 MED EXPSAn, one person) PERSONAL 8 ADV INJURY $ 15,000 $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 ' PRODUCTS - COMP/OP AGG A2,000,000 AUT°MOBILE LIABILITY X ANY AUTO WNE LY J°: LY _ I ri;; X t 5099290248 12/1/2023 12/1 /2024 I COMBINED SINOLE L.T jEs acddenl) $ 1 000,000 1 BODILY INJURY (Per person) ` BODILY INJURY (Per accident) $ -E.0100. 0111 .............------.. $ UMBRELLA LIAR OCCUR EXCESS LIAR CLAIMS -MADE Ip s i LEACH OCCURRENCE ; AGGREGATE I DED I I RETENTION 5 $ WORKERSCOMPENSAi AND EMPLOYERS' LIABILITY Y / N ANZERI IETOR/ EMNUERIEXEC LITIVE OFFICE ory In EREXCLUDEDT ❑ pAa ry 9 es, deecriba under Do00 OPEeRATIONS bWoW rasedlRenO 4144860 I 12/1.023 ! I €s I NIA 12/1/2024 .!X I PER ( t OTR- ,_ STATUTE 1- L ER + El. EACH ACCIDENT 5 100,000 t ®_..,.. iE E.L.DISEASE POLICY LIIMITE 000 _....._ .....__.__.,..,._. $ B eOq nt 5099290153 12!1!2023 12/1 /2024 Ded�Ltible 25 0 00 1,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached Howe space is required) All policy terms, condtions, and exclusions apply. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Weld County Public Works PO Box 758 Greeley CO 80632-0758 UTHORQEDREPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name * Entity ID * AMERICAN ARBORIST SERVICE @00000237 Contract Name TREE TRIMMING 2024 RENEWAL Contract Status CTB REVIEW Q New Entity? Contract ID 7902 Contract Lead RGRAVES Contract Lead Email rgraves@weldgov.com Parent Contract ID Requires Board Approval YES Department Project # Contract Description* TREE TRIMMING AND REMOVAL IN WELD COUNTY FOR PROJECTS AND MAINTENANCE Contract Description 2 Contract Type* AGREEMENT Amount* $222,780.00 Renewable* YES Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date PUBLIC WORKS Date* 03/02/2024 03/06/2024 Department Email CM- PublicWorks@weldgov.co Department Head Email CM-PublicWorks- DeptHead@weldgov.com Bid/RFP #* County Attorney B2300072 GENERAL COUNTY ATTORNEY EMAIL Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID 20230567 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 Contact Info Review Date * 01/15/2025 Renewal Date * 03/15/2025 Committed Delivery Date Expiration Date Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 03/05/2024 Approval Process Department Head .CURTIS HALL DH Approved Date 03/05/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/11/2024 Finance Approver CONSENT Legal Counsel CONSENT Finance Approved Date Legal Counsel Approved Date 03/05/2024 03/05/2024 Tyler Ref # AG 031124 Originator RGRAVES Ct *vxC+(D#-(Olga WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & AMERICAN ARBORIST SERVICES TREE TRIMMING AND TREE REMOVAL MAINTENANCE CONTRACT THIS AGREEMENT is made and entered into this V�day of Mari-) , 2023, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and American Arborist Services, a limited liability company who whose address is 9915 Navajo Ct. Longmont, CO 80504, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2300072". The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. ConSen+ iNeYda 03/r1/ Z5 ee E9745..e,a-e67-9 .3/a7/a3 ZOZ3-05101 6600S 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $225,000.00, which is the bid set forth in Exhibit A. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance witha budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requrements 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 .o protect the Contractor from liabilities that might arise out of the performance of the work ender this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury $5,000 Medical payment one person Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Duane R. Naibauer. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: American Arborist Services Attn.: President, Roland E. Bums Address: 9915 Navajo Ct. Longmont, CO 80504 E-mail: Arborbunn@gmail.com Phone:303-833-2085 County: Name: Ronald E. Graves Position: Weld County Road and Bridge Construction Supervisor Address:1111 H Street, Greeley, CO 80631 E-mail: rgraves@weldgov.com Phone: 970-400-3787 or 970-397-1714 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules anc 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 lot 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 is the h -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 Agreemeat 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 pursuani 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. IN WITLESS WHEREOF, the parties hereto have signed this Agreement this 14 day of l74 t<G , 2023. CONTRACTOR: mt. c4.3.A By: Name: Title: S S Date 3 16p --010a3 WELD TOU: ATTEST: ./ •-�,�D Weld C . n y Clerk to the Bo rdt.'1447__ BY: Deputy Clef to BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ike Freeman, Chair Aco va CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 11/21/2022 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 cerificate 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 coefer rights to the certificate holder M lieu of such endorsement{s). PRODUCER CRS Insurance Brokerage NAME E . _Shelly Lunder PHONi�" _ 9780 S Meridian Blvd Suite 400 Englewood CO 80112 _fAr≥i•Nt•Ext! 303-996-7800 L�: N 303 757 tramslunder®cradenver.com 7719 >— INSURERS AFFORDING_C_OV_ER_AG_E._-___.,NMC0 _ INSURER A: Transportation Insurance Co. 20494 INSURED .4MAR8-1 American Arborist Service 9915 Navajo Court Longmont CO 80504-9438 INSURERS: National Fire Ins CO/Hartford man 41190 ___ INSURER c . Pinnacol Assurance INSURER INSURER E : INSURER F : COVERAGES CERTIFICATE CERTIFICATE NUMBER: 1510312987 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 ISSUE, 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. _...._.__ _-- _....,___COL -.__... _._ _ IN§R LTR TYPE OF INSURANCE tiBNt ff POLICYEFF 2.91 yO r POLICY NUMBER I fpikllDO(IWV POLK:YEXP � IMMIDD/YYYYI . LIMITS A X I COMMERCIAL GENERIC. maks, 15099290153 I 12/1/2022 12/112023 I EACH OCCURRENCE $1,000,000 - J1 CLAIMS -MADE i Z]CCUR I1 DAMAGTO RENTED I_PREMISES )-,. MED EXP (Any one person) $ 100,000 $15,000 PERSONAL E. ADV INJURY $1,000,000 AWL AGGREGATELIMIT APPLIES PER: I ! GENERAL AGGREGATE $2,000,000 POUCY r i J2ECT I LOC i PRODUCTS - COMP/OP AGG $ 2,000,000 OTHER: I AUTOMOBILE LIABILITY 15099290248 12/1/2022 12/10023 Ee .EDOStNGLE LIMIT accidert 1 $ 1,000,000 iC ANY AUTO } I BODILY INJURY (Per person) OWNED _ _ AUTOS ONLY 11 $CFEDULED __-t AUKS i BODILY INJURY (Per acradent) i $ HIRED _.._._ AUTOS ONLY X ! NON -OWNED AUKS ONLY i �_ PROPERTY DAMAGE rtPe! e(ign)) ..__ I S .... S UMBRELLA LIAR ii E OCCUR I EACH OCCURRENCE S EXCESS LIAR I CLAIMS -MADE I AGGREGATE $ DEO ( i RETENTIO■ $ $ WORKERSCOMPENSATION ND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNEDRESECUTIVE ❑ f , 4144860 12/1/2022 N / A I 12/1/2023 X PER ' L OTH- L"IA?�T€ J.. —_"R EL. EACH ACCIDENT i $ 100,000 - OFFICE R/MEMBEREXCLUDE� andatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS Wow ' { i E.L. DISEASE - EA EMPLOYEE $ 100,000 -------- El. DISEASE - POLICY LIMIT $ 500,000 A Leased/Rented Equipment i 5099290153 12/1/2022 12/1/2023 I Eietlucbble 25,000 1,000 I DESCRIPTION OF OPERATIONS I LIMMIONS I VEHICLES (ACORD 101, Additional Remarks Schedule. may be attached if more apace is required) All policy terms, conditions, and exclusions apply. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County School District RE -1 ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Marty Ferri 901 Birch Street REPRESENTATIVE 01112856 CO 80623 AUTHORIZED ACORD 25 (2016/03) C1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: BID NUMBER: B2300072 DESCRIPTION: DEPARTMENT: MANDATORY PRE -BID CONFERENCE DATE: BID OPENING DATE: 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: INSERT DESCRIPTION HERE A mandatory pre -bid conference will be held on February 15th, 2023 at 09:00 AM at Weld County Public Works, 1111 H street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: February 27th, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on March 15th, 2023 at **:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the 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. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. did Delivery to Weld County: 1. Emailed bids are required. Email bids to bids@weldgov.com; however, if your bid exceeds 25MB please upload your bid to https://www. bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person sigring. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid 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 for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, faiure 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 pore than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID REQUEST #B23mXXX Page 2 B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. BID REQUEST #B2300XXX Page 3 I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. 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 warner 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 we free and clear of all liens, encumbrances, and security interests. BID REQUEST #B230JXXX Page 4 Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. 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. BID REQUEST #B2300XXX Page 5 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 pursuanttothis request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or imit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless 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 tc 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 tie Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this 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 BID REQUEST #B2300XXX Page 6 successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2300XXX Page 7 SPECFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Purpose Weld County PublicWorks is in need of a contractor to work with County crews described within this bid identified below for tree trimming and Removal. Work under this contract will generally be pre -scheduled and coordinated. However, the County is also in need of "on -call" services for emergencies and after hours service. It is the County's preference to award to one vendor but will consider multiple vendors. Scope of Work and General Specifications: Weld County is soliciting proposals for Tree trimming Services in the following Locations: OPTION #1: ENTIRE COUNTY (NORTH AND SOUTH OF U. S. HWY 34) WORKING WITH COUNTY CREWS -Weld County will provide all traffic control -Weld County will provide trucks and trailers to remove all tree debris and pay dump fees OPTION #2: SOUTH COUNTY AREA ONLY (SOUTH OF U. S. HWY 34) WORKING WITH COUNTY CREWS -Weld County will provide all traffic control -Weld County will provide trucks and trailers to remove tree debris and pay dump fees OPTION #3: NORTH COUNTY AREA ONLY (NORTH OF U. S. HWY 34) WORK WITH COUNTY CREWS -Weld County will provide all traffic control -Weld County will provide trucks and trailers to remove tree debris and pay dump fees The contractor is required to be a licensed and/or qualified Arborist with a minimum of five (5) years' experience in removal and trimming of various types of trees. All tree pruning will be in accordance with the most recent version of the American national Standards institution ANSI Z133.1 Tree Care Operations, and ANSI A-300 Pruning and Removal Specifications. Proper PPE equipment will be required when working in traffic, around power lines or any inclement weather. The contractor will be responsible for any actions him and his crew do without the approval of Weld County's authority. The contractor will be required to furnish all tools, equipment, and repairs with safety at the forefront when doing work for and with Weld County crews. Hourly rates for Summer hours at a predetermined staging area to be from 0600 to 1630 Tuesday through Friday from approximately April 2^a to September Pt unless otherwise directed by the Public Works Director. Winter hours are September 2nd through April 1st from 0700 to 1530 Monday through Friday. When and if the contractor has a breakdown with a delay causing crews to be on downtime, Weld County will stop the hourly rate after one hour of downtime. Weld County Contact: Questions related to the project and procedures should be directed to: Ron Graves Road and Bridge Construction Supervisor Weld County PublicWorks 970-400-3787 raravesWweldgov.mm Wayland Daniel Road and Bridge Construction Foreman Weld County Public Works 970-400-3715 kdaniel©weldgov.com Terms and Conditions: All contractors will be Required to sign Weld County's construction service Agreement (see example attached). The Agreement shall commence approximately March 2023 and continue in full force and effect for one year. At the option of the County, tie Agreement may be extended for up to two (2) additional one-year periods. Increases in the Cost may be negotiated for subsequent renewal of the second and third additional one-year periods. Price changes in the fee schedule will be negotiated by and agreed to by both parties and any increases shall not exceed the Denver - Boulder, Greeley CPI Index. The Contract may and will be used at the option of other Weld County Departments. BID REQUEST #B230OXXX Page 8 BID SCHEDULE Weld County's past two years averages are listed below: Removed approximately 200 - 250 trees in all parts of the county. The estimated work days per year are 100 -150 for tree removal, add approximately 10 -12 days of trash clean- up, and add 5-10 days for tree stump grinding. Each contractor is required to submit a bid based on the 2023 bid schedule for labor and equipment. OPTION #1: ENTIRE COUNTY (NORTH AND SOUTH OF U. S. HWY 341 $ per hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck). $ per hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. $ per hour To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. 2 $ per hour To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -call" services for emergencies and after hours service. $ per hour To provide a grapple truck only with operator included for trash pickup along county right-of-way at various locations throughout Weld County. 3 $ per hour To provide a grapple truck only with operator included for trash pickup along county right-of-way at various locations throughout Weld County for "on -call" services for emergencies and after hours service. $ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized county personnel at various locations throughout Weld County. 4 $ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. 5 $ lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and removed to dumpsite by County crews. 6 $ lump sum Mobilization for "on -call" or emergency requests. This fee would apply after-hours due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. OPTION #2: SOUTH COUNTY AREA ONLY (SOUTH OF U. S. HWY 341 $ per hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck). $ per hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. $ per hour To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. 2 $ per hour To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -call" services for emergencies and after hours service. BID REQUEST #B2300XXX Page 9 $ oer hour To provide a grapple truck only with operator included for trash pickup along county right-of-way at various locations throughout Weld County. 3 $ oer hour To provide a grapple truck only with operator included for trash pickup along county right-of-way at various locations throughout Weld County for "on -call" services for emergencies and after hours service. $ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized county personnel at various locations throughout Weld County. 4 $ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. 5 $ lamp sum To have temporary dumpsite for storage of tree limbs that can be chipped and removed to dumpsite by County crews. 6 $ lump sum Mobilization for "on -call" or emergency requests. This fee would apply after-hours due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. OPTION #3: NORTH COUNTY AREA ONLY (NORTH OF U. S. HWY 34) WORK WITH COUNTY CREWS $ per hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck). 1 $ per hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. $ per hour To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. 2 $ per hour To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -call" services for emergencies and after hours service. $ per hour To provide a grapple truck only with operator included for trash pickup along county right-of-way at various locations throughout Weld County. 3 $ per hour To provide a grapple truck only with operator included for trash pickup along county right-of-way at various locations throughout Weld County for "on -call" services for emergencies and after hours service. $ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized county personnel at various locations throughout Weld County. 4 $ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. 5 $ lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and removed to dumpsite by County crews. 6 $ lump sum Mobilization for "on -call" or emergency requests. This fee would apply after-hours due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. BID REQUEST #B2B1}OXXX Page 10 .03•Ea BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of **:00 AM on July **.* 2023: 1) Pages 9 thru X of the Bid Specifications. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2300XXX Page 12 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2300XXX. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE E-MAIL FAX TAX ID # 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 NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 7. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller G30123 BID REQUEST #B2300XXX Page 13 The undersigned, by his or her signature, hereby acknowledges end represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2300072. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM American Arborist Service BUSINESS ADDRESS 9915 Navajo CL CITY, STATE, ZIP CODE Longmont. Colorado 80504 TELEPHONE NO (303) 833-2085 FAX TAX ID # 84-0895033 PRINTED NAME AND SIGNATURE / Owner E-MAIL Arborbunn©gmail.com DATE February 16th 2023 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND SACK PAGES 1-7. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair 82300072 APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller 13 SPECIFICATIONS AND/OR SCQFE OF WORK AND PROPOSED PRICING: Purpose Weld County Public Works is in need of a contractor to work with County crews described within this bid identified below for tree trimming and removal. Work under this contract will generally be pre -scheduled and coordinated. However, the County is also in need of "on -cal" services for emergencies and after-hours service. It is the County's preference to award to one vendor but will consider multiple vendors. Scope of Work and General Specifications: Weld County is soliciting proposals for Tree trimming Services in the following Locations: OPTION #1: ENTIRE COUNTY (NORTH AND SOUTH OF U. S. HWY 34) WORKING WITH COUNTY CREWS -Weld County will provide all traffic control -Weld County will provide trucks and trailers to remove all tree debris and pay dump fees OPTION #2: SOUTH COUNTY AREA ONLY (SOUTH OF U. S. HWY 34) WORKING WITH COUNTY CREWS -Weld County will provide all traffic control -Weld County will provide trucks and trailers to remove tree debris and pay dump fees OPTION #3: NORTH COUNTY AREA ONLY (NORTH OF U. S. HWY 34) WORK WITH COUNTY CREWS -Weld County will provide all traffic control -Weld County will provide trucks and trailers to remove tree debris and pay dump fees The contractor is required to be a licensed and/or qualified Arborist with a minimum of five (5) years' experience in removal and trimming of various types of trees. All tree pruning will be in accordance with the most recent version of the American national Standards institution ANSI Z133.1 Tree Care Operations, and ANSI A-300 Pruning and Removal Specifications. Proper PPE equipment will be required when working in traffic, around power lines or any inclement weather. The contractor will be responsible for any actions him and his crew do without the approval of Weld County's authority. The contractor will be required to furnish all tools, equipment, and repairs with safety at the forefront when doing work for and with Weld County crews. Hourly rates for summer hours at a predetermined staging area to be from 0600 to 1630 Tuesday through Friday from approximately April 2nd to September 10 unless otherwise directed by the Public Works Director. Winter hours are September 2nd through April 1st from 0700 to 1530 Monday through Friday. When and if the contractor has a breakdown with a delay causing crews to be on downtime, Weld County will stop the hourly rate after one hour of downtime. Weld County Contact: Questions related to the project and procedures should be directed to: Ron Graves Road and Bridge Construction Supervisor Weld County Public Works 970-400-3787 rgraves@weldgov.gpm Wayland Daniel Road and Bridge Construction Foreman Weld County Public Works 970-400-3715 kdaniel@weldgov.com ;Forms and Conditions*, All contractors will be required to sign Weld County's construction service Agreement (see example attached). The Agreement shall commence approximately March 2023 and continue in full force and effect for one year. At the option of the County, the Agreement may be extended for up to two (2) additional one-year periods. Increases in the Cost may be negotiated for subsequent renewal of the second and third additional one-year periods. Price changes in the fee schedule will be negotiated by and agreed to by both parties and any increases shall not exceed the Denver -Boulder, Greeley CPI Index. The Contract may and will be used at the option of other Weld County Departments. 62300072 8 BID SCHEDULE Weld County's past two years averages are listed below: Removed approximately 200 — 250 trees In all parts of the county. The estimated workdays per year are 100 —150 for tree removal, add approximately 10 —12 days of trash clean-up, and add 5-10 days for tree stump grinding. Each contractor is required to submit a bid based on the 2023 bid schedule for labor and equipment. OPTION #1: ENTIRE COUNTY (NORTH AND SOUTH OF U. S. HWY 341 $ 93.00 per hour To provide minimum of 50 -foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck). 1 $ 112.00 per hour To provide minimum of 50 -foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck) for "on -call" services for emergencies and after-hours service. $ 93.00 2 per hour To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. $ 112.00 per hour To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "or_gar services for emergencies and after-hours service. $ 143.00 3 per hour To provide a grapple truck only with operator Included for trash pickup along county right-of-way at various locations throughout Weld County. $ 156.00 per hour To provide a grapple truck on with operator included for trash pickup along county 9 PP h� P right-of-way at various locations throughout Weld County for "on -call" services for emergencies and after-hours service. $ 83.00 ¢ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized County personnel at various locations throughout Weld County. $ 93.00 per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized County personnel at various locations throughout Weld County for "on -cal(" services for emergencies and after-hours service. 5 $ No Charge „hip sum To have temporary dumpsite for storage of tree limbs that can be chipped and removed to dumpsite by County crews. 6 $ 166.00 lump sum Mobilization for "on -calf or emergency requests. This fee would apply after-hours due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. B2300072 9 OPTION 02: SOUTH COUNTY AREA ONLY (SOUTH OF U. S. HWY 341 $ per hour Toprovide minimum of 50 -foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck). 1 $ per hour To provide minimum of 50 -foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck) for "on -call" services for emergencies and after-hours service. $ 2 per hour To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. $ per hour To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on- a " services for eme_gencies and after-hours service. $ 3 per hour To provide a grapple truck only with operator included for trash pickup along county right-of-way at various locations throughout Weld County. $ per hour To provide a grapple truck only with operator included for trash pickup along county right-of-way at various locations throughout Weld County for "on -call" services for emergencies and after-hours service. $ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized County personnel at various locations throughout Weld County. 4 $ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized County personnel at various locations throughout Weld County for "mall" services for emergencies and after-hours service. 5 $ lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and removed to dumpsite by County crews. 6 $ lump sum Mobilization for "on -call" or emergency requests. This fee would apply after-hours due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. B2300072 10 OPTION #3: NORTH COUNTY AREA ONLY (NORTH OF U. S. HWY 341 WORK WITH C UNTY CREWS $ per hour Toprovide minimum of 50 -foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck). 1 $ per hour To provide minimum of 50 -foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck) for "on -call" services for emergencies and after-hours service. $ 2 per hour To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. $ per hour To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -call" services for emergencies and after-hours service. $ 3 per hour To provide a grapple truck only with operator included for trash pickup along county right-of-way at various locations throughout Weld County. $ per hour To provide a grapple truck only with operator included for trash pickup along county right-of-way at various locations throughout Weld County for "on -call" services for emergencies and after-hours service. $ 4 per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized County personnel at venous locations throughout Weld County. $ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized County personnel at various locations throughout Weld County for "gam' services for emergencies and after-hours service. 5 $ lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and removed to dumpsite by County crews. 6 $ lump sum Mobilization for "on -call" or emergency requests. This fee would apply after-hours due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. B2300072 11 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 9:00 AM on FEBRUARY 27, 2023: 1) Pages 9 thru 13 of the Bid Specifications. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If them are any exclusions or contingencies submitted with your bid it may be disqualified. B2300072 12 ADDENDUM#1 BID REQUEST NO. B2300072 2023 TREE TRIMMING DEPARTMENT OF PUBLIC WORKS PLEASE NOTE THE FOLLOWING. SIGN AND EMAIL BACK TO bidstSlweidnov.com: Bid specifications read as: Page 12 — BID SUBMITTM. INSTRUCTIONS: The following Items must be completed and submitted with your bid on or before the bid opening deadline of 0:00 AM on FEBRUARY 27. 2023: Should Read: IID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on FEBRUARY 27.2023: °°°We need cloned copy on file. Thank Your** Addendum received by: American Arborist Service FIRM 9915 Navajo Ct. ADDRESS Longmont, Colorado 80504 CITY AND STATE Roland Bunn BY Arborbunn@gmail.com EMAIL FEBRUARY 10, 2023 Rose Everett From: Sent: To: Subject: Attachments: Roland Bunn <arborbunn@gmail.com> Thursday, February 16, 2023 2:33 PM bids Bid No. B2300072 addendum1 signed.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hello, I have attached the Addendum #1 note signed like instructed for Bid Request No. 82300072. Thank you, Roland Bunn American ArboristService ADDENDUM#1 BID REQUEST NO. B2300072 2023 TREE TRIMMING DEPARTMENT OF PUBLIC WORKS PLEASE NOTE THE FOLLOWING, SIGN AND EMAIL BACK TO bidsdeweldoov.com: Bid specifications read as: Page 12 -- DID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid ogeninq deadline of 810 AM on FEBRUARY 27. 2023: Should Read: BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid ooenino deadline of 10:00 AM on FEBRUARY 27, 2023: ***We need stoned copy on file. Thank Your** Addendum received by: American Arborist Service FIRM 9915 Navajo Ct. ADDRESS Longmont, Colorado 90504 CITY AND STATE Roland Bunn BY Arborbunn@grnall.com EMAIL FEBRUARY 16, 2023 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: FEBRUARY 9, 2023 BID NUMBER: B2300072 DESCRIPTION: 2023 TREE TRIMMING & TREE REMOVAL MAINTENANCE DEPARTMENT: PUBLIC WORKS MANDATORY PRE -BID CONFERENCE DATE: FEBRUARY 15, 2023 BID OPENING DATE: FEBRUARY 27, 2023 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: 2023 TREE TRIMMING & TREE REMOVAL MAINTENANCE A andatory ore -bid conference will be held on February 15th, 2023 at 09:00 AM at Weld County Public Works, 1111 H street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: )~ebruary 27°'. 2023 at 10:00 AM (Weld County Purchasing TIme Clock). The submitted bids will be read over a Microsoft Teams Conference Call on February 27th. 2023 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439.5261 Phone Conference ID: 685901551 PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the 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,camf. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. B2300072 1 Bid Delivery to Weld County: 1. Emailed bids are required. Email bids to bidslhtweldoov.com; however, if your bid exceeds 25MB please upload your bid to httos://www,bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 579-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must =urnish 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 stale of the incorporation and by the signature and title of the president, secretary, or other person authorized to bled it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, andtor instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are Included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-112 (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 tl-an one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 82300072 2 4. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to pubic records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C_ Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action B2300072 3 whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded ful 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 and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. 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 suboontractor agreements for the completion of this Project without County's prior written consent, which may be wrthneld 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 corform 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. B2300072 4 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 tens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1, Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive, and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24.18-201 et seq. and §24.50.507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in the centred 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 02300072 5 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 commencemerr. 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 underwritlen by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above - described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible forthe 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 Ire work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher units and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounof insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be Fesponsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, fromand 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 table for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or 82300072 6 termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive 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. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence. $2,000,000 general aggregate. $2,000,000 products and completed operations aggregate. $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all 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 propertydamage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. B2300072 7 AC R[?°° CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 11/21/2022 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 CRS Insurance Brokerage 9780 S Meridian Blvd Suite 400 Englewood CO 80112ADDRESS: CONTACT NAME; She"under PHONE j E ao.EXl1. 303-996 7800 _ j,cc gtol;303 757-7719_ slunderacrsdenver COm INSURER 3 AFFORDING COVERAGE NAIC IY 20494 INSURER Transportation Insurance Co. i INSURE, : National Fire Ins Co/Hartford t 20478 INSURED AMARB-1 American Arborist Service 9915 Navajo Court Longmont CO 80504-9438 INSURER C Pinnacol Assurance i I 41190 _. _ _. _. __ �_..._ INSURER D INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: 1510312987 SION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES INDICATED. NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY EXCLUSIONS AND CONDITIONS OF SUCH 'LWINBK! __.._....._._-..__..__..__,-.. _.-. ....ADDLeit TYPE OF INSURANCE OF INSURANCE PERTAIN, POLICIES, NCL VD LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY THE INSURANCE AFFORDED BY LIMITS SHOWN MAY HAVE BEEN _. ..........____ _.._.....------"-POUCYEFFPOIICYEXP POLICY NUMBER ISSUED TO CONTRACT THE POLICIES REDUCED BY fMMIODIYYYYI THE INSURED NAMED ABOVE FOR THE POLICY PERIOD OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, PAID CLAIMS. IMM/pOIYYYYf i LIMITS A X iCOMMERCIAL GENERAL LIABILITY •-_--T'---�-t! ? 3_ CLAIMS -MADE I X OCCUR I 5099290153 12/1/2022 12/1/2023 ` EA, ocGuRRENCE �DAT�iACETblirf7TEDT- i PREMISES (Ea occurrenoeL $1,000,000 .._ . --_---- $ 100,000 .] i MED EXP (Any one person) $ 15,000 I PERSONAL & ADV INJURY $ 1,000,000 GEM AGGREGATE LIMIT APPLIES PER: PRO ('` I LOC POLICY Li _._._ l_"._� JECT I____f QTHEF, ; I. GENERAL AGGREGATE ! PRODUCTS COMP/OP AGG #. i $ 2,000,000 $2 000,000 $ $ AUTOMOBILE LIABILITY -) ANY AUTO 15099290248 ? 12/1/2022 12/1/2023 Ile=$INGLELIMIT$1,000,000 i BODILY INJURY (Per person) X AUTOS ONLY -,_ HIRED X ONLY _..,. ) SCHEDULm AUTOS NON -OWNED AUTOS ONLY !r BODILY INJURY (Per accident, ( PROPERTY DAMAGE IPer scads..) $ $ $ UMBRELLA LIAR 7 OCCUR EXCESS LIAB I I cimMS•MADE DED 1 I RETENTIONS ( I , EACH OCCURRENCE ._ I AGGREGATE ! $ $ WORIORScoMPENSATION AND EMPLOYERS' LIABILITY ANYPRO MEMOR/PARTNERIEXECUTIVE Y/N FFICER/MEMBER EXCLUDED? ❑ (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below (4144860 I s I N/A i i 1211/2022 12/1/2023 (X 1 TAT(�E y 1R_� i I E.L. EACH ACCIDENT I _._ ...__.._ _.. E.L. DISEASE EA EMPLOYEE$ E.L. DISEASE - POLICY LIMIT --- - , $100,000 ___. _...-...__.... 100,000_ $ 500,000 Leased/Rented Equipment 5099290153 i 1 i ! 12/1/2022 12/1/2023 I Limit Deductible } 5,000 1 2,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) All policy terms, conditions, and exclusions apply. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County School District RE -1 ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Marty Ferri 901 Birch Street UTHORIZED REPRESENTATIVE Gilcrest CO 80623 a } ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 2023 Tree Trimming A Tree Removal SIGN -IN SHEET Dates is February, 2021 Locations PAY Operations Large Conference Room ,,,Tr..,...,..rros ,.[ SIGN. SMUT......,-„ No t 5-,I,0/r %� ENTITY ADDS: la i ton 996Vav�JOC tine r � I � Ab�rs15vii la an/ ........... \)0c2)ijJec,\-ecy\LA-V- �fc-P C.ce_ . ..126-e (2 } - O33 1-0 rLor 1o�rcc-\ inc nuut,Ams* CA\ V CafZ) 4)64rm c..16, . PAO)aa7-Si.ei Dzi \D )O1fostb I\ 1) a ki ci INA_ 65t gfri (:,11,yiliKi ...., 97o aNII c73C,3 'v,\c.\4,so,r\ V!,\\v \Q e\ Qo0if- )1ret ....,. au 4Son € R034 (e e c oa,z . c --C IN - 450- 5 -IT -7 MAIL MINIM ..awr Contract Form New Contract Request Entity Information Entity Name* Entity ID* AMERICAN ARBORIST SERVICE WO0000237 Contract Name* TREE TRIMMING AND REMOVAL Contract Status CTB REVIEW ❑ New Entity? Contract ID 6782 Contract Lead* RGRAVES Contract Lead Email rgraves@weldgov.com Contract Description* TREE TRIMMING AND REMOVAL IN WELD COUNTY FOR PROJECTS AND MAINTENANCE. Contract Description 2 Contract Type* AGREEMENT Amount* 8240,750.00 Renewable* YES Automatic Renewal IGA Department PUBLIC WORKS Department Email CM- PublicWorksCweldgov.com Department Head Email CM-PublicWorks- DeptHeadg weldgov.com County Attorney BYRON HOWELL County Attorney Email BHOWELLTWELOGOV. COM Requested BOCC Agenda Date* 03222/2023 Parent Contract ID Requires Board Approval YES Department Project DueDate 03/18,2023 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 NSA enter NSA Contract ID Note, the Previous Contract Number and Master Services Agreement Number should be left blank If those contracts are not in OnBase Co Effective Date Termination Notice Period Review Date* 12115/2024 Committed Delivery Date Renewal Date* 03/05/2024 Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Purchasing Purchasing Approver CONSENT Approval Proce Department Head .CURTIS HALL DH Approved Date 03123;2023 Final Approval B©CC Approved BOCC Signed Date Agenda Date 03`27/2023 Originator RGRAVES Finance Approver CONSENT Contact Phone 1 Contact Phone 2 Purchasing Approved Date 03.23;`2023 Finance Approved Date Legal Counsel CONSENT Legal Counsel Approved Date 03/23,'2023 03;23/2023 Tyler Ref AG 032723 MEMORANDUM TO: Board of Commissioners DATE: March 7, 2023 FROM: Curtis Hall, Director of Public Work SUBJECT: 2023 Tree Trimming & Tree Removal Bid, B2300072 The Public Works Department recommends that the low bidder, American Arborist, be awarded the bid for tree trimming and tree removal. This is a one-year contract with the possibility of two additional one year extension periods. There is $240,750 budgeted for this. If you have any questions, please call me at extension 3721. M: mona:wordfiles/bids/mtreetrimming23.docx 20.3-0co1 03/(5 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: reverett(a�weldgov.com E-mail: cgeisert(aweldgov.com E-mail: cmpeters(c�weldgov.com Phone: (970) 400-4222,4223 or 4216 DATE OF BID: FEBRUARY 27, 2023 REQUEST FOR: 2023 TREE TRIMMING & TREE REMOVAL MAINTENANCE CONTRACT DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B2300072 PRESENT DATE: MARCH 1, 2023 APPROVAL DATE: MARCH 15, 2023 (1 YR CONTRACT W/EXTENDED TWO (2) ADDITIONAL ONE YEAR PERIODS.) VENDORS AMERICAN ARBORIST SERVICES 9915 Navajo Ct Longmont CO 80504 ROOT TREE SERVICE 7740 S DEXTER CT CENTENNIAL CO 80504 OPTION #1 $93/Hour $112/Hour $93/Hour $112/Hour $143/Hour $156/Hour $83/Hour $93/Hour No Charge/lump sum $166/lump sum $325/Hour $525/Hour $350/Hour $525/Hour $350/Hour $525/Hour $225/Hour $325/Hour /lump sum $500/lump sum OPTION #2 No Bid No Bid OPTION #3 No Bid No Bid 2023-0567 cD3/Ol cCOk Each contractor is required to submit a bid based on the 2023 bid schedule for labor and equipment. OPTION #1: ENTIRE COUNTY (NORTH AND SOUTH OF U. S. HWY 34) 1 $ per hour trim provide trees along minimum with of operation 50 -foot of bucket bucket with truck). truck and operator (operator to cut and To $ per hour To provide trees after-hours along minimum with service. of operation 50 -foot of bucket bucket with truck) truck and for "on operator(operator -call" services for emergencies to cut and trim and 2 $ per hour operator vehicle provide (end include for loading dump) a 27- material when ft grapple necessary. or debris truck onto with itself a 25 then cubic off-loading yard capacity onto truck a county and To $ per hour vehicle provide (end for include loading dump) a 27- material for "on ft grapple -call" or debris services truck onto with for itself a emergencies 25 then cubic off-loading yard and capacity after-hours onto truck a county and service. To operator 3 $ per hour provide a grapple at various truck locations only with throughout operator included Weld County. for trash pickup along county right-of-way To $ per hour right-of-way provide a grapple g at various and pp after-hours truck locations only with service. throughout operator p included Weld County for for trash "on pickup -call" along services county for To emergencies 4 $ per hour provide by stump Authorized grinder County for the personnel purpose at of various grinding locations stumps throughout to a predetermined Weld County. To grade $ per hour for provide "on by -call" stumpgrinder Authorized services for County emergencies for the personnel purpose at and of various after-hours grinding locations stumps service. throughout to a predetermined Weld County To grade 5 $ lum p sum removed have temporary to dumpsite dumpsite by County for storage crews. of tree limbs that can be chipped and To 6 $ lump sum Mobilization due county to storms, personnel. for "on accidents -call" or emergency or anything classified requests. as urgent fee would or emergency apply after-hours by authorized This OPTION #2: SOUTH COUNTY AREA ONLY (SOUTH OF U. S. HWY 34) 1 $ per hour trim provide trees along minimum with of operation 50 -foot of bucket bucket with truck). truck and operator (operator to cut and To $ per hour provide trees after-hours along minimum with service. of operation 50 -foot of bucket bucket with truck) truck and for "on operator(operator -call" services for emergencies to cut and To trim and 2 $ per hour provide (end for include loading dump) a material when 27- ft grapple necessary. or debris truck onto with itself a 25 then cubic off-loading yard capacity onto truck a county and To operator vehicle $ per hour provide (end for include loading dump) a 27- material for "on ft grapple -call" or debris services truck onto with for itself a emergencies 25 then cubic off-loading yard and capacity after-hours onto truck a county and service. To operator vehicle 3 $ per hour provide a grapple at various truck locations only with throughout operator included Weld County. for trash pickup along county To right-of-way $ per hour provide a grapple g at various and pp after-hours truck locations only with service. throughout operator p included Weld County for for trash "on pickup -call" along services county for To right-of-way emergencies 4 $ per hour provide stump by Authorized grinder County for the personnel purpose at of various grinding stumps locations throughout to a predetermined Weld County. To grade $ per hour Toprovide grade for "on by -call" stump Authorized services grinder County for emergencies for the personnel purpose p p at and of various after-hours grinding stumps locations service. p throughout to a predetermined Weld County 5 $ lump sum have temporary to dumpsite dumpsite by County for storage crews. of tree limbs that can be chipped and To removed 6 $ lump sum Mobilization due county to storms, personnel. for "on accidents -call" or emergency or anything classified requests. as urgent fee would or emergency apply after-hours by authorized This OPTION #3: NORTH COUNTY AREA ONLY (NORTH OF U. S. HWY 34) WORK WITH COUNTY CREWS 1 $ per hour provide trees along minimum with of operation 50 -foot of bucket bucket with truck). truck and operator (operator to cut and To trim $ per hour To provide trees after-hours along minimum with service. of operation 50 -foot of bucket bucket with truck) truck and for "on operator -call" p (operator ( services for emergencies to cut and trim and 2 $ per hour operator vehicle To provide (end for include loading dump) a 27- material when ft grapple necessary. or debris truck onto with itself a 25 then cubic off-loading yard capacity onto truck a county and $ per hour To provide (end for include loading dump) a 27- material for "on ft grapple -call" or debris services truck onto with for itself a emergencies 25 then cubic off-loading yard and capacity after-hours onto truck a county and service. operator vehicle 3 $ per hour right-of-way provide a grapple at various truck locations only with throughout operator included Weld County. for trash pickup along county To $ per hour provide a grapple g at various and pp after-hours truck locations only with service. throughout operator p included Weld County for for trash "on pickup -call" along services county for To right-of-way emergencies 4 $ per hour provide by stump Authorized grinder County for the personnel purpose at of grinding various locations stumps throughout to a predetermined Weld County. To grade $ per hour provide "on by -call" Authorized stumpgrinder services for County emergencies for the personnel purpose at and of various after-hours grinding stumps locations service. throughout to a predetermined Weld County for To grade 5 $ lump sum removed have temporary to dumpsite dumpsite by County for storage crews. of tree limbs that can be chipped and To 6 $ lump sum Mobilization due county to storms, personnel. for "on accidents -call" or emergency or anything classified requests. This as fee would or emergency apply after-hours by authorized urgent PUBLIC WORKS IS REVIEWING THE BIDS AT THIS TIME.
Hello