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
20233140.tiff
Con-lvac+ ID -6-750c1 October 9, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Parking Lot Striping bid (62300192) As advertised, this bid is to perform annual parking lot striping at specific Weld County owned parking lots. The low bid is from Applied Property Services, Inc and meets specifications. Therefore, the Facilities Department is recommending award to Applied Property Services Inc. in the amount of $9,150.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director PA- come.rrf- /D/..zB/e2L5 o/z3/ Z3 2023-3140 BC-iOOZS SERVICE AGREEMENT BE I'W F,EN %' FI.h COUNTY AND ANTI ED P11O11.R 11 SF:R% ICES INC. PARKING LOT STRIPING THIS AGREEMENT is made ;Ind entered into this Zavtlav of C)01)10eY . 2023 by and between the Board of Weld County Commissioners, on behalf of the facilities Department, hereinafter referred to as "County." and Applied Property Services Inc.. hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement arc contained in the terms recited in this document and in the attached Exhibits, each of which fomts an integral part of this Agreement and arc incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). Ifa conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2300192. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement, and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. (>202.5- 3/ 4. Termination; Breach: Cure. County may terminate this Agreement for its own convenience upon thirty (301 days written notice to Contractor Due to the time needed for County to procure replacement services. Contractor may terminate this Agreement for its own convenience upon ninety (90) days writer notice to County. hiller Party may immediately terminate this Agreement upon material breach oldie other party. however the breaching party shall have fifteen (15) days slier receiving such notice to cure such breach. Upon termination. County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and. Contractor shall deliver to County all completed or partially completed Work under this Agreement. together with all other items, materials and documents which have been paid for by County. and these items, materials and documents shall he the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall he the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $9,1511.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement. then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County. if any, shall forthwith he returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period alter December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that C'ontractor's officers, agents or employees will not become employees of County. nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. S. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion. shall be assigned to the Work. Contractor shall require each subcontractor, as appros ed by County and to the extent of the Work to be performed by the subcontractor. to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor. by this Agreement. assumes toward County. County shall have the right (hut not the obligation) to enforce the pros twins of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards goscniing such sersices and the provisions of this Agreement. Contractor further represents and warrants that all Work shall he performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work. Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not he construed as a waiver of any of the County's rights under this Agreement or under the law generally. II. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement. or any extension thereof, and during any warranty period. For alt coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance. Workers' Compensation / Employer's Liability insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This 3 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 pn►prietor waiver fort. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: S1,000.000 each occurrence; S1.000,000 general aggregate; S1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability insurance: Contractor shall maintain limits of SI,000,000 for bodily injury per person, SI,t)00.000 for bodily injury for each accident, and $1,000,00(0 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. b. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County. its elected officials, and its employees as an additional named insured. C. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein arc sufficient to protect the Contractor from liabilities that might arise out of the perfomtance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 12. indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees. from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act. claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes. ordinances, regulation. judicial decision. or other law or court decree. 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 4 or its failure to comply with the pros isions of the Agreement. It is agreed that the Contractor will be responsible for primary loss insestigation, defense and Judgment costs where this contract of indemnity applies. In consideration of the award of fits contract. the Contractor agrees to waive all rights of subrogation against the County its associated and or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 13. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of ('aunty. 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. 14. Examination of Records. To the extent required by law. the Contractor agrees that an duly authorized representatis e of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents. papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these, documents for three years from the date of the last payment received. 15. interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement. where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 16. Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (h) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Luis Pena Position: Address: 6625 Washington Street Address: Denver. CO 811229 E-mail: applicdprop(ugmail.com Phone: 720-471-4100 T(, ( fCN . rnr. Tt:i Ta• ke tPrsktutar�" 4 a 143t54 I HSrxi (Vern. reriry . i [.f VW, 7 Eel rz. , , , �,. =�.•. ;tm NOW-. 17. C .puce a ith Ls• . C otrr.aacir ha::: c'�� c.x7r4y with all ate: a.s 'a• loaf rid Static yaw t. rules :z; re:-..=a.acn. n of iet.' or l cafi:- 21-;(s ae'd ;Omit be maxim Laws iii to i . . c and urtfsu n li'srans pr.lxcs I flr %+a -t ieb iii' a Agrees. This Age tan t r+ is ct s em r' c u5j C e .tray may -*► ss'� nut use mho' Ccaiiraclr or pc s to pertorni s T 4Zcr c4 the yarn or suraltr narirr 19. Entire ,algreement'%Iodif►catiwi This '.pr ei Includrne the Ethtbrts xrehed Iscreto and ...-..tx-piicalead herein. r an• the cr.trc a , ^7r_r1 bat"+cal the parties with respect to the subject matter uxtsa:rcd e tits .r►_-recrient. This instrument supc'rmC&s all prior negotiations. rgr, cs.eastt►{ais. and unde:-sicidtngv or aptematts w rth resfec't w t e •utqui matter eu ntatned m dos Agrtxmau_ This Agreement may bt: changed or supplemented only by a written trestrtirrt,ent wgned by both parties. 20. F■ad AsFinancial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated.. butted and otherwise nude asailabk. Li tarttun of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise apliropi rued in each succeodme year. 21. Employee Financial Interest/Conflict of Interest - C.RS. §§24-18-2201 et seq. and §24- 50-507. The stgnatoners to this Agreement state that to their knowledge. no employee of Vi eld County has any personal or beneficial interest w hatsors er in the service or which is the t ub esl maul of this Agreement 22. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement !including.. withiiut limitation. the warranties. indemnification obligations. confidentiality and record keeping requirements( shall survive any such expiration or termination. 23. Seserability. If any term or condition of this Agreement shall be held to be invalid illegal_ or unenforceable by a court of competent jurisdiction. this Agreement shall be construed and enforced without such provision. to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits. protections or other provisions. of the Colorado Ciosernmental Immunity Act ti 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 oilier 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 Lass/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. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement. the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 29. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: Applied Property Services INC. By: �} Name: LuWitcAlh.'( Title: Oa v kC 7 to ( q 1Z61,3 Date of Signature WELD COUNTY: ATTEST:; Weld C n yClerk to the B► and /�Y~ '' ► D►arJ BY: Deputy Clerk to S BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, ('hair 0CT 2 3 2323 02e4,2.5 -B/*10 Parking Lot Striping Bid (B2300192 Questions & Answers 1 Will all vegetation and debris be removed in all 5 Parking Lots by Weld County prior to striping operations? Answer Yes Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: PARKING LOT STRIPING This bid is to perform the annual parking lot striping at specific Weld County owned parking lots. SCOPE OF WORK Some Weld County owned parking lots require striping. Specifications include, but are not limited to: 1. A list of buildings with addresses are in the pricing sheet below. Attachment A shows maps of specified parking lots and/or areas within specified parking lots (outlined by red lines) to be striped. 2. All paint striping is to be done during non -business hours to avoid parked vehicles and allow for better painting. Typical business hours are 7:00 AM to 5:30 PM, Monday through Friday. 3. The painting area shall be cleaned before striping. 4. The Contractor shall dispose of all debris generated from striping. 5. No County contracted trash bins shall be used for debris disposal. 6. All new striping shall be white. Handicap symbols shall be painted white and blue per ADA standards. 7. Re -stripe where lines are visible. 8. All excess material and debris will become the property of the Contractor and must be properly disposed of off -site. 9. Parking lot striping with this bid is anticipated to be completed during the month of October this calendar year. PRICING Provide lump sum pricing for each parking lot and a Total Price for all parking lots in the s Parking Lots Address Pricing Human Services 315 N.17th Avenue, Greeley - , 000 .OO Jail 2110 O Street, Greeley c' I , o S0 P Law Administration 1950 O Street, Greeley , ' 5OO o' Public Works 1111 H Street. Greeley t QUo . L'' Facilities 1105 H Street, Greeley I. Loco Total: qt / SO Sao paces below. BID REQUEST #B2300192 Page 8 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid On or-befetraittilild: oef fng dQia hufariO 0OtAM4arnl0+ tbb0r4. 2023 1) Pages 8 thru 10 of the Bid Specifications and/or Scope of Work. 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. �allu�e to, lie and at h�a p ►ve tte u on su�t�m I o_f;YQur did m92 resit�k lr �yow!. 4i 9 t r P� ► !r 14 !'kWit .If theroare,any ►xr ustc or t e9e9c � R0OM* BID REQUEST #02tgAgg Page 9 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. #8200192. 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 thgiin the opinion of the Board of County Commissioners, is to the best interests of WId County. Th t}I'd(s) may be warded to mom than one vendor. FIRM ?E' "S (bpurtY v; ec l nC BUSINESS t r - ADDRESS l,D (QT.S \ C.Skluet t(n1Yi v CITY, STATE, ZIP CODE --1',1).AVOZ. t 0 ci TELEPHONE No VI Lb) FAX TAX ID # a' (oiI3 " PRINTED NAME AND TITLE (..),As hC+� SIGNATURE E-MAIL � /'/4471/70r3 DATE i/.r WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DGNOTNEEDXO SEN } ACK'PAGESu1 T 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 GS0323 BID REQUEST #2 Page 10 ACCPRE) CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 10/9/2023 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 NAMC e.' Johanna Hernandez E: Prime Insurance & Business Services LLC (acNNo, E.0: 303-459-2059 I rvc, No): E•M%11L ohanna amsure i com Or business insure i com ADDRESS: J C,� Pg � C,Pg 12203 E Iliff Ave Unit J INSURER(S) AFFORDING COVERAGE NAIL # Aurora CO 80014 INSURER A : Ohio Casualty Insurance Co. 24074 INSURED INSURER B : Infinity Insurance 22268 Applied Property Services Inc INSURER C : Ohio Casualty Insurance Co. 24074 INSURER D : Pmnacol Assurance 41190 6625 Washington St INSURER E : Denver CO 80229 INSURER F : COVERAGES CERTIFICATE NUMBER: 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 NSURANCE 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. TV TYPE OF INSURANCE NSD Sigfrig.POLICY NUMBER POLICY EFF (MM/DDIYYYY) AWAY') (MM/DD/YYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR Y Y BKS64959152 08/01/2023 08/01/2024 EACH OCCURRENCE $ 1,000,000 UAMAGt U s os I o PREMISES (Ea occurrence) $ 300,000 MED EXP (Any one person) $ 15,000 RERSONAL&ADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN1 AGGREGATE LIMIT APPLIES PER: X POLICY El JECOT X Loc OTHER: PRODUCTS - COMP/OP AGG $ 2,000,000 B AUTOMOBILE LIABILITY _ ANY AUTO OWNED AUTOS ONLY XHIRED AUTOS ONLY X SCHEDULED A AUTOS X NONOWNED A AUTOS ONLY Y Y 505-61771-6839-00 12/9/2022 12/9/2023 (Ea OMBINEDt)NGSILE LIMIT acciden $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERfYDAMAGE (Per accident) $ $ C X UMBRELLA LIAR EXCESS LIAB X OCCUR CLAIMS -MADE Y Y USO64959152 08/01/2023 08/01/2024 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 TRIA $ DED I XI RETENTION $ 10,000 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICERIMEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/C Y 4204120 08/01/2023 08/01/2024 X I STATUTE I I ER H E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate Holder is listed as an additional insured, Waiver of subrogation applies to all policies listed on this certificate. Applied Property Services Inc, Coverage applies to parking lot striping. IFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County Colorado ACCORDANCE WITH THE POLICY PROVISIONS. 1301 N 17TH ST AUTHORIZED REPRESENTATIVE GREEELEY CO 80631 ..+) r d'f e,r- 7, 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" APPLIED PROPERTY SERVICES INC @00045068 Contract Name * PARKING LOT STRIPING Contract Status CTB REVIEW Contract ID 7509 Contract Lead * SGEESAMAN (11 New Entity? Parent Contract ID Requires Board Approval YES Contract Lead Email Department Project # sgeesaman@co.weld.co.0 s;Iredfern@weldgov.com Contract Description * PARKING LOT STRIPING AT SEVERAL WELD COUNTY OWNED PARKING LOTS Contract Description 2 Contract Type* CONTRACT Amount* $9,150.00 Renewable" NO Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 10/14/2023 GROUNDS 10/18/2023 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2300192 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 12/31/2023 Termination Notice Period Contact Information Committed Delivery Date Expiration Date* 12/31/2023 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 10/16/2023 Approval Process Department Head Finance Approver Legal Counsel TOBY TAYLOR CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 10/16/2023 10/16/2023 10/16/2023 Final Approval BOCC Approved Tyler Ref # AG 102323 BOCC Signed Date Originator SGEESAMAN BOCC Agenda Date 10/23/2023
Hello