Loading...
HomeMy WebLinkAbout20153705.tiffCovl.h/o I c�LtLt2 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Renewal of Traffic Signal Maintenance Contract DEPARTMENT: Public Works DATE: 10/28/2022 PERSON REQUESTING: Kevin Hettinger, Maintenance Support Supervisor, Duane Naibauer Deputy Director Brief description of the problem/issue: In 2015 Weld County entered into a maintenance contract with Lumina Transportation Technologies, formerly W.L. Contractors, to maintain our only traffic signal located at the intersection of WCR 60.5 and WCR 47/Weld County Parkway. This contract has been renewed annually and will expire on November 23, 2022. Lumin8 Transportation Technologies is the only firm in the Central/Northern Colorado area to provide these types of services. Lumin8 provides daily monitoring of the signal, annual maintenance activities, and performs any emergency work necessary to keep this signal operating correctly. This contract has not exceeded $5000.00 in any of the previous 6 years that it has been in place. There have been no issues with Lumin8's performance and they are not requesting any changes to the existing contract. What options exist for the Board? (include consequences, impacts, costs, etc. of options): • Approve the renewal of this contract and allow it to be placed on the next available consent agenda • Deny the renewal of this contract and have a work session Recommendation: Public Works recommends the approval of the Contract extension/renewal with Lumin8 Transportation Technologies. A rove Schedule Recommendation Work Session Other/Comments: Perry L. Buck _________ Mike Freeman, Pro -Tern Scott K. James, Chair Steve Moreno Lori Saine oonw� Zo15 3— 15 t ALofl2 1J C00012 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS .,J. AND LUMIN8 TRANSPORTATION TECHNOLOGIES FOR SIGNAL MAINTENANCE AT THE WELD COUNTY PARKWAY/WCR 47 AND WCR 60.5 INTERSECTION This Agreement Extension/Renewal ("Renewal"), made and entered into`, day of , 2021 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 Lumin8 Transportation Technologies formerly W.L. Contractors, 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. 2015-3705, approved on November 23,2015. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on November 23, 2022. • The parties agree to extend the Original Agreement for an additional one (1) year period, which will begin November 24, 2022, and will codes November 23, 2023. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Pricing 2. • 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: Lumin8 Transportation Technologies Garret Maurer / VP of Operations Western Division Pfint0\A A d Name I f 7\ / Signature BOARD OF COUNTY COMMISSIONERS WEE OUNTY, COLORADO Sc t K. James, Chair C22 ATTEST: Weld C nt C rk tot oa BY: Deputy Clerk t the Board : 1861 �v /S-3711 5 November 24, 2022 to November 23, 2023. EXTRA WORK HOURLY COSTS VEHICLE EQUIPMENT 1. BUCKET TRUCK 2. BOOM / DIGCMc TRUCK 3. AIR COMPRESSOR 4. SERVICE/UTILITY TRUCK 5. FRONT END LOADER 6. BACKHOE / TRENCHER PERSONNEL 1. SUPERVISOR 2. FOREMAN 3. SIGNAL TECH III 4. SIGNAL TCCH II / ELECTRICIAN 5. SIGNAL TECH I / APPRENTICE ELECTRICIAN 6. MASTER ELECTRICIAN 7. OPERATOR 8. LABORER / GROUNDSMAN 9. TRAFFIC ENGINEER TINY? COSTS CONFLICT MONITOR TEST & DOCUMENTATION (PER LOCATION) ANNUAL PM QUARTERLY PM E HOURLY COST 3�:aa $37.50 75.00 25.00 4O6A,I $35.00 40.00 65.00 20x:00 $70.00 $65.00 $65.00 $60.00 $50.00 $90.00 $60.00 $45.00 $330.00 $600.00 $400.00 New Contract Request Entity Information Entity Name* Entity ID * ❑ New Entity? LUMIN8 TRANSPORTATION A000043272 TECHNOLOGIES LLC Contract Name* Contract ID Parent Contract ID RENEWAL OF TRAFFIC SIGNAL MAINTENANCE CONTRACT 6442 5387 Contract Status Contract Lead* Requires Board Approval CTB REVIEW KHETTINGER YES Contract Lead Email Department Project # khettingerveldgov.com Contract Description* MAINTENANCE CONTRACT FOR WELD COUNTY`S ONLY TRAFFIC SIGNAL AT WCR 60.5 AND WCR 47 :' WELD COUNTY PARKWAY. HOURLY RATES HAVE BEEN REVISED FROM ORIGINAL CONTRACT BUT TOTAL CONTRACT AMOUNT IS UNCHANGED. Contract Description 2 CONSENT AGENDA ITEM. Contract Type* Department Requested ROCC Agenda Due Date RENEWAL PUBLIC WORKS Date* 1 1 12:2022 11;16,2022 Amount* Department Email $5,000,00 CM- Will a work session with BOCC be required?* PublicWorks uweldgov.com NO Renewable* YES Department Head Email Does Contract require Purchasing Dept. to be included? CM-PublicWorks- NO Automatic Renewal oep1Headcoweldgov.com Grant County Attorney KARIN MCDOUGAL IGA County Attorney Email KMCD OUGALuCO, WELD.CO. US If this is a renewal enter previous Contract ID 5387 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 Ontase Contract Dates Effective Date Review Date* Renewal Date* 11/24/2022 09151X923 11/232023 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Entail Contact Phone 1 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head JAY MCDONALD DH Approved Date 1 1109/20.22 Final Approval BOCC Approved 1OCC Signed Date 10CC Agenda Date 11/19/2022 Originator KHETTINGER NG ER Contact Phone 2 Finance Approver Legal Counsel CHERYL PATTELLI BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 11/10/2022 11/102022 Tyler Ref # AG 111622 TAO # °S3 FS 1 MEMORANDUM TO: Esther Gesick, CTB DATE: November 3, 2021 FROM: Kevin Hettinger, Maintenance Support Supervisor / Curtis Hall, Deputy Director, Public Works SUBJECT: Contract Agreement Extension/Renewal Between Weld County & Lumin8 Transportation Technologies for Traffic Signal Maintenance at the Intersection of WCR 60.5 & WCR 47 (Weld County Parkway) Please place the attached Contract Agreement Extension/Renewal on the BOCC Consent Agenda. This item was approved by all 5 Commissioners on a pass -around dated October 29, 2021. The purpose of the Contract Agreement Extension/Renewal is to retain Lumin8 Transportation Technologies for an additional year to perform monitoring, annual maintenance, and any emergency work necessary to keep the traffic signal operating correctly. The total contract amount is $5,000.00. Work performed under the contract has not exceeded $5,000.00 in any of the previous 5 years that it has been in place. For example, from January 1, 2021 through today's date, a total of $792.50 in work has been performed under this year's contract. Kevin Hettinger will plan on attending the BOCC hearing to answer any questions that the Board may have regarding this Agreement. � fl Se cam+ c --a c:.c : Pt.v O ngas e, O0 t 5 - 3 -7 05 h/151 o)1 ppla BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Renewal of Traffic Signal Maintenance Contract DEPARTMENT: Public Works DATE: 10.25.2021 PERSON REQUESTING: Kevin Hettinger, Maintenance Support Supervisor, Curtis Hall Deputy Director Brief description of the problem/issue: In 2015 Weld County entered into a maintenance contract with Lumin8 Transportation Technologies, formerly W.L. Contractors, to maintain our only traffic signal located at the intersection of WCR 60.5 and WCR 47/Weld County Parkway. This contract has been renewed annually and will expire on November 23, 2021. Lumin8 Transportation Technologies is the only firm in the Central/Northern Colorado area to provide these types of services. Lumin8 provides daily monitoring of the signal, annual maintenance activities, and performs any emergency work necessary to keep this signal operating correctly. This contract has not exceeded $5000.00 in any of the previous 6 years that it has been in place. There have been no issues with Lumin8's performance anperforthince and they are not requesting any changes to the existing contract. What options exist for the Board? (include consequences, impacts, costs, etc. of options): • Approve the renewal of this contract and allow it to be placed on the next available consent agenda • Deny the renewal of this contract and have a work session Recommendation: Public Works recommends the approval of the Contract extension/renewal with Martin Marietta Materials for the 2021 Crushed Type II Cover Coat Aggregate Supply. Schedule Work Session Perry L. Buck Mike Freeman Scott K. James, Pro -Tern Steve Moreno, Chair J Y" Lori Saine 25 cc: Jay McDonald, Director Curtis Hall, Deputy Director Mona Weidenkeller, office Tech IV — Accts Payable/Receivable Attachments: 2021 Bid Schedule 2020 vs. 2021 Cost comparison Other/Comments: Karla Ford From: Sent: To: Subject: Attachments: Approve Sent from my iPhone Mike Freeman Monday, November 1, 2021 826 AM Karla Ford Re: Please Reply - PW Passaround image001 jpg; image002 jpg; Weld County2022 Renewal Agreement.pdf; Weld County Maintenance Proposed Renewal Rates 2022.pdf; 2021 Pass Around Form for Lumin8.doc On Oct 29, 2021, at 3:04 PM, Karla Ford <kford@weldgov.com> wrote: Please advise if you approve recommendation. Thank you! Karla Ford R Office Manager, Board of Weld County Commissioners 1150 0 Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kford wekigov.com :: www.weldoov.com :: **Please note my working hours are Monday -Thursday 7:00a.m.-5:00p.m.** Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Magda Meza <mmeza@weldgov.com> Sent: Friday, October 29, 2021 12:35 PM To: Karla Ford <kford@weldgov.com> Cc: Kevin Hettinger <khettinger@weldgov.com>; Marjorie Caudill <mcaudill@weldgov.com> Subject: Passaround Please ask the Commissioners to review and sign. Thank you, Magda Meza 1 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND LUMIN8 TRANSPORTATION TECHNOLOGIES FOR SIGNAL MAINTENANCE AT THE WELD COUNTY PARKWAY/WCR 47 AND WCR 60.5 INTERSECTION This Agreement Extension/Renewal ("Renewal"), made and entered into ay of tbeY2021 by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Work, hereinafter referred to as the "Department", and Lumina Transportation Technologies formerly W L Contractors 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. 2015.3705, approved on November 23.2015. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on November 23.2021. * The parties agree to extend the Original Agreement for an additional one (1) year period, which will begin November 24, 2021, and will end on November 23. 2022. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. (See Attached Exhibit "A") 2. • 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: Lumina Transportation Technologies �nN ions ana er p• me Sir e '" \ t BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair NOV 15 ATTEST((�•itf6i Weld County Clerk to the Board BY�(eCD1,p, (2.. Deputy Clerk to the Board )O'3- 3-105 H B EXTRA WORK HOURLY COSTS VEHICLE EQUIPWNT HOURLY COST 1. BUCKET TRUCK 35.00 $37.50 2. BOOM / DIGGER TRUCK 75.00 3. AIR COMPRESSOR 25.00 4. SERVICE/UTILITY TRUCK 30.00 $35.00 5. FRONT END LOADER 40.00 6. BACKHOE / TRENCHER 65.00 PERSONNEL 1. SUPERVISOR 65.00 2. FOREMAN 55.00 3. SIGNAL TECH III 55.00 4. SIGNAL TECH II / ELECTRICIAN 50.00 5. SIGNAL TECH I / APPRENTICE ELECTRICIAN 45.00 6. MASTER ELECTRICIAN 65.00 7. OPERATOR 50.00 8. LABORER / GROUNDSMAN 35.00 9. TRAFFIC ENGINEER 125.00 UNIT COSTS CONFLICT MONITOR TEST & DOCUMENTATION 275.00 (PER LOCATION) ANNUAL PM 500.00 QUARTERLY PM 200.00 4 $60.00 $55.00 $50.00 $55.00 $40.00 New Contract Request Entity Information Entity Name* Entity ID ❑ New Entity? LUMIN3 TRANSPORTATION ?00043272 TECHNOLOGIES LLC Contract Name * Contract ID Parent Contract ID RENEWAL OF TRAFFIC SIGNAL MAINTENANCE CONTRACT 5387 4207 Contract Status Contract Lead* Requires Board Approval CTB REVIEW KHETTINGER YES Contract Lead Email Department Project # khetti ngerAweldgov.com Contract Description* MAINTENANCE CONTRACT FOR WELD COUNTY'S ONLY TRAFFIC SIGNAL AT WCR 60.5 AND WCR 47 WELD COUNTY PARKWAY. HOURLY RATES HAVE BEEN REVISED FROM ORIGINAL CONTRACT BUT TOTAL CONTRACT AMOUNT IS UNCHANGED. Contract Description 2 CONSENT AGENDA ITEM. Contract Type* Department Requested BOCC Agenda Due Date RENEWAL PUBLIC WORKS Date* 11 :06 2021 11?10;2021 Amount* Department Email 55,000.00 CM- Will a work session with BOCC be required?* PubiicWorks�weldgov.com NO Renewable YES Department Head Email Does Contract require Purchasing Dept. to be included? CM-PublicWorks- NO Automatic Renewal DeptHeadCweldgov.com Grant County Attorney BOB CHOATE IGA County Attorney Email BCHOATE`TCO.WELD.CO. US If this is a renewal enter previous Contract ID 4207 If this is part of a AMA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date* Renewal Date* 11;24,'2021 09:152022 11 23 2022 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head .CURTIS HALL DH Approved Date 11;`05/2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 1115,2021 Originator KHETTINGER Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approver BARB CONNOLLY Finance Approved Date 11 ; 08:'2021 Tyler Ref # AG 111521 Legal Counsel BOB CHOATE Legal Counsel Approved Date 1 1 ,=`09!2021 1h- 272°7 MEMORANDUM TO: Esther Gesick, CTB DATE: October 20, 2020 FROM: Erich Green, Project Manager / Lee Stephen, Maintenance Support Supervisor / Don Dunker, County Engineer, Public Works SUBJECT: Contract Agreement Extension/Renewal Between Weld County & W.L. Contractors Inc. for Traffic Signal Maintenance at the Intersection of WCR 60.5 & WCR 47 (Weld County Parkway) Please place the attached Contract Agreement Extension/Renewal on the BOCC Agenda. This item was approved by all 5 Commissioners on a pass -around dated October 15, 2020. The purpose of the Contract Agreement Extension/Renewal is to retain W.L. Contractors Inc. for an additional year to perform monitoring, annual maintenance, and any emergency work necessary to keep the traffic signal operating correctly. The total contract amount is $5,000.00. Work performed under the contract has not exceeded $5,000.00 in any of the previous 5 years that it has been in place. For example, from October 2019 through today's date, a total of $1,196.80 in work has been performed under this year's contract. Lee Stephen will plan on attending the BOCC hearing to answer any questions that the Board may have regarding this Agreement. t©12x120 e-'( >> /Ofit,o20 2015— 37©5 CO72 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Renewal of Traffic Signal Maintenance Contract DEPARTMENT: Public Works DATE: 10/15/20 PERSON REQUESTING: Lee Stephen, Maintenance Support Supervisor, Don Dunker, County Engineer Brief description of the problem/issue: In 2015 Weld County entered into a maintenance contract with W.L. Contractors to maintain our only traffic signal located at the intersection of WCR 60.5 and WCR 47/Weld County Parkway. This contract has been renewed for a few years now and will expire on November 23rd, 2020. W.L. Contractors is the only firm in the Central/Northern Colorado area to provide these type services. W.L. provides daily monitoring of the signal, annual maintenance activities, and performs any emergency work necessary to keep this signal operating correctly. This contract has not exceeded $5,000 in any of the previous 5 years that it has been in place. There have been no issues with W.L.'s performance over the past 5 years and they are not requesting any changes to the existing contract. What options exist for the Board? (include consequences, impacts, costs, etc. of options): • Approve the renewal of this contract and allow it to be placed on the next available consent agenda • Deny the renewal of this contract and have a work session Recommendation: Staff recommends approval. Mike Freeman, Chair Scott K. James Barbara Kirkmeyer Steve Moreno, Pro -Tern Kevin D. Ross approving this contract renewal and placing it on the next available consent agenda for Approve Schedule Recommendation Work Session ljf ____ Other/Comments: CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY & W. L. CONTRACTORS INC. FOR SIGNAL MAINTENANCE ATTHE WE This Agreement Extension/Renewal ("Renewal"), made and entered intd'('d ' day of (. LJf'<0?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 W. L. Contractors. Inc., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2015-3705. approved on November 23. 2015. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on November 23. 2020. • The parties agree to extend the Original Agreement for an additional one (1) year period, which will begin November 24. 2020. and will end on November 23. 2021. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. 2. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHER�OF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. W. L. ContractoM, Inc. Tim BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair 2 8 2020 A�EST: �.� �I • •�C.�p� �, OCTt� Weld County Clerk to the Board BY: L/ "' ' Deputy Clerk to 2o/a 37o New Contract Request Entity Information Entity Name* Entity ID* ❑ New Entity? WI CONTRACTORS 00034959 Contract Name* Contract ID Parent Contract ID RENEWAL OF TRAFFIC SIGNAL MAINTENANCE CONTRACT 4207 3252 Contract Status Contract Lead* Requires Board Approval CTB REVIEW LSTEPHEN YES Contract Lead Email Department Project # Istephen@caweld.co.us Contract Description* MAINTENANCE CONTRACT FOR WELD COUNTY"S ONLY TRAFFIC SIGNAL AT WCR 60.5 AND WCR 47/WELD COUNTY PARKWAY. ORIGINAL CONTRACT TERMS HAVE NOT CHANGED. Contract Description 2 CONSENT AGENDA ITEM. Contract Type* Department Requested BOCC Agenda Due Date RENEWAL PUBLIC WORKS Date* 10, 31 p2020 11/04x2020 Amount* Department Email $5,000.00 CM- will a work session with BOCC be required?* PublicWorks weldgov.corn NO Renewable YES Department Head Email Does Contract require Purchasing Dept. to be included? CM-PublicWorks- NO Automatic Renewal DeptHead;Tveldgov.com rant County Attorney BOB CHOATE ICA County Attorney Email RCHOATE@CO. WELD.CO. US if this is a renewal enter previous Contract ID 3252 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 Contact Name Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD DH Approved Date 1022/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 10/28>>2020 Originator EGREEN Review Date * 10/01/2021 Committed Delivery Date Renewal Date* 11;232021 Expiration Date Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approved Date 1022/2020 Finance Approver CONSENT Finance Approved Date 10 `22 2020 Tyler Ref # AG 102820 Legal Counsel CONSENT Legal Counsel Approved Date 10/22/2020 ID BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Renewal of Traffic Signal Maintenance Contract DEPARTMENT: Public Works DATE: 11/21/19 PERSON REQUESTING: Don Dunker Brief description of the problem/issue: In 2015 Weld County entered into a maintenance contract with W.L. Contractors to maintain our only traffic signal located at the intersection of WCR 60.5 and WCR 47/Weld County Parkway. This contract has been renewed for a few years now and will expire on November 23`d, 2019. W.L. Contractors is the only firm in the Central/Northern Colorado area to provide these type services. W.L. provides daily monitoring of the signal, annual maintenance activities, and performs any emergency work necessary to keep this signal operating correctly. This contract has not exceeded $5,000 in any of the previous 4 years that it has been in place. There have been no issues with W.L.'s performance over the past 4 years and they are not requesting any changes to the existing contract_ What options exist for the Board? (include consequences, impacts, costs, etc. of options): • Approve the renewal of this contract and allow it to be placed on the next available consent agenda • Deny the renewal of this contract and have staff rebid this work Recommendation: Staff recommends approving this contract renewal and placing it on the next available consent agenda for approval. Arn,rove Recommendation Sean P. Conway Mike Freeman, Pro -Tern Scott James Barbara Kirkmeyer, Chair Steve Moreno Schedule Work Session Other/Comments: oho /'-- 370 �4 06 72. CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY & W. L. CONTRACTORS INC. FOR SIGNAL MAINTENANCE AT THE WELD COUNTY PARKWAY/WCR 47/& WCR 60.5 INTERSECTION This Agreement Extension/Renewal ("Renewal"), made and entered into day of bGit' 0 ( 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 W. L. Contractors. Inc., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2015-3705, approved on November 23. 2015. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on November 23, 2019. • The parties agree to extend the Original Agreement for an additional one (1) year period, which will begin November 24, 2019, and will end on November 23, 2020. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. 2. • 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. W. L. Contractors, Inc. i"4A)vf. Printed 7 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORA O Barbara Kirkmeyer, air D 09 2019 ATTEST: ia%i V. Weld Countv.Clerk to the Board 861 BY: '� rw Deputy Clerk to the ACORb°° CERTIFICATE OF LIABILITY INSURANCE �� DATE(MMIDD/YYYY) 4/29/2019 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 be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Fred Lautenbach NAME: Lautenbach Insurance Agency, LLC PHONE (303)798-2534 IA/C No; (303)796-2536 5721 S. Nevada St. E-MAL SS: fred@lautertbachjnsurance.com ADDRE Littleton, CO 80120 INSURER(S) AFFORDING COVERAGE NAIC S INSURERA:Travelers Property Casualty Co. 19046 INSURED INSURER a : Liberty Mutual Insurance 23043 W. L. Contractors, Inc. 5920 Lamar St. INSURERC: INSURERD: Arvada, CO 80003 INSURERE: INSURER F: LIUvcrvauw CENTIFICATE NUMBER: Certificate 2019-2020 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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 SUER ip POLICY NUMBER POLICY EFF MMIDD/Y POLICY EXP MMID LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR EACH OCCURRENCE S 1,000,000 DAMAGE TO RENTED PREMISES Ea occurrence) S 100,000 MED EXP (Any one person) $ 10,000 DT-CO-78904627-PHX-19 05/01/2019 05/01/2020 PERSONAL & ADV INJURY $ 1,000,000 GEWLAGGREGATE LIMIT APPUES PER: POLICY I JECT LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ 2,000,000 S OTHER: AUTOMOBILE LIABILITY COMBINEDSINGLELIMIT $ 1,000,000 X BODILY INJURY (Per person) $ A ANY AUTO AUTOWNED AUTOSULEO 810 -9M509755 -19-26-G 05/01/2019 05/01/2020 IALL BODILY INJURY (Per accident) S HIRED AUTOS X NON -OWNED AUTOS(Per X PROPERTY DAMAGE a d m $ Hired/borrowed S 1,000,000 X UMBRELLALIAB X OCCUR EACH OCCURRENCE S 5,000,000 A EXCESS LIAR CLAIMS -MADE CUP -4J513886-19-26 05/01/2019 05/01/2020 AGGREGATE $ 5,000,000 DED X RETENTION $ 10,000 S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) If yes, describe under N / A UB-9J605690-19-26-G 01/01/2019 01/01/2020 ER I X ST 0TH - 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 below A Rent,Leasa,Borrowed Equipment QT -660 -1H850054 -coo' -19 05/01/2019 05/01/2020 Lunt: 560,000 Ded. $1,000 B Installation Floater BMA 58252346 01/01/2019 01/01/2020 Limit: $1,000.000 Transit $10,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101. Additional Remarks Schedule, may be attached if more space is required) Weld County is listed as Addiitonal Insured with regards to the General Liability. A Waiver of Subrogation applies to all policies in favor of Weld County. Re: Weld County Parkway/WCR 47 & WCR 60.5 Intersection W.L. Job No. M1958 l.crcllrR.AIC HOLDER CANCFI I TIAN Weld County 1150 O Street Greeley, CO 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 ed Lautenbach/JENN ® 1988-2014 ACORD CORPORATION. All rig ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD INS025 (201401) Entity Information Entity Name Entity lD - El New Entity? WL CONTRACTORS §00034959 Contract Name* Contract ID Parent Contract ID RENEWAL OF TRAFFIC SIGNAL MAINTENANCE CONTRACT 3252 2276 Contract Status Contract Lead Requires Board Approval CTB REVIEW LSTEPHEN YES Contract Lead Email Department Project Istephenco.wweid..co us Contract Description * MAINTENANCE CONTRACT FOR O ELD COUNT S ONLY TRAFFIC' SIGNAL AT WCR 50 5 AND `v,%° °OR 47 E E COUNTY PARKWAY. ORIGINAL L CONTRACT TERMS HAVE NOT CHANGED. Contract Description 2 CONSENT AGENDA ITEM Contract .tract Type ent Requested C Agenda Due Date RENEWAL PUBLIC WORXS Date* •1/28(2019 12/02+201 Amounts Department Email 5000.0 CM- Will a work session with BOCC be required?* PubI cV orks; usf'eldgov corn NO Renewable* YES Department Head Email Does Contract require Purchasing Dept. to be included? C•IM-F ubllc"Vforks- u t atic Renewal CeptHead@weldgov3 corn County Attorney Grant BOB CHOATE County Attorney Email IGA ECHOATE CC.' JELD.C .US if this is a renewal enter previous Contract ID Note.:the Previous Contract Number and Master Set -vices Agreement Number should be left blank if those contracts are not in OnEase Effective Date Review ate * Renewal Date 10£'01.!2020 11.(25(2020 Termination Notice Period Committed mitted e livery Date Expiration Date 0- # Department Head •JAY MCDONALD DH Approved Date 12102//2019 BOCC Agenda Date 12109/2C19 $; (e•• iF Purchasing Approved Date 12/0212019 Tyler Ref # AG 120919 Legal Counsel CONSENT Legal Counsel Approved Date 12102/2019 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Renewal of Traffic Signal Maintenance Contract DEPARTMENT: Public Works DATE: 11/13/18 PERSON REQUESTING: Cameron Parrott Brief description of the problem/issue: In 2015 Weld County entered into a maintenance contract with W.L. Contractors to maintain our only traffic signal located at the intersection of WCR 60.5 and WCR 47/Weld County Parkway. This contract has been renewed for a few years now and will expire on November 23`d, 2018. W.L. Contractors is the only firm in the Central/Northern Colorado area to provide these type services. W.L. provides daily monitoring of the signal, annual maintenance activities, and performs any emergency work necessary to keep this signal operating correctly. This contract has not exceeded $5,000 in any of the previous 3 years that it has been in place. There have been no issues with W.L.'s performance over the past 3 years and they are not requesting any changes to the existing contract. What options exist for the Board? (include consequences, impacts, costs, etc. of options): • Approve the renewal of this contract and allow it to be placed on the next available consent agenda • Deny the renewal of this contract and have staff rebid this work Recommendation: Staff recommends approving this contract renewal and placing it on the next available consent agenda for approval. Approve Recommendation Sean P. Conway Julie A. Cozad Mike Freeman Barbara Kirkmeyer, Pro -Tern Steve Moreno, Chair Schedule Work Session Other/Comments: i _ate-i� 3 75__ W.L. Contractors 5920 Lamar Street Arvada, Colorado 80003 To Weld County 1111 H Street Greeley, CO 80632 Letter of Transmittal 303-422-7985 (tel) 303-422-3026 (fax) www.teamwl.com Date: November 13. 2018 Attn: Janet Lundquist, Maintenance Support Manager Re: Document 2015-3705 Contract Agreement Extension between Weld County & WL Contractors, Inc. We are Sending You: O Attached ❑ Under Separate Cover Via ❑ Shop Drawings ❑ Prints ❑ Plans ❑ Samples ❑ Copy of Letter ❑ Change Order ❑ Catalog Cut Sheets The Following: ❑ Specifications Copies Date Description 2 11/13/18 Contract Agreement Extenstion/Renewal between Weld County & WL Contractors, Inc. 1 11/13/18 Certificate of Insurance These are Transmitted as Checked below: Ii For Approval El For Your Use As Requested ❑ For Review & Comment ❑ For Bids Due: ❑ Approved as Submitted ❑ Approved as Noted ❑ Returned for Corrections ❑ Resubmit Copies for Approval Notes: Please return one (1) fully executed copy of the agreement for our records to Sherri Latimer, Project Coordinator. Thank you! cc: File Signed: Sherri Latimer, Project Coordinator Tim Leach, Operations Manager Transmittal #: M1858 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY & W. L. CONTRACTORS INC. FOR SIGNAL MAINTENANCE AT THE WELD COUNTY PARKWAY/WCR 47/& WCR 60.5 INTERSECTION pp This Agreement Extension/Renewal ("Renewal"), made and entered into day of o��0 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 W. L. Contractors, Inc.. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2015-3705, approved on November 23, 2015. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on November 23, 2018. • The parties agree to extend the Original Agreement for an additional one (1) year period, which will begin November 24, 2018, and will end on November 23, 2019. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. 2. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREFP the parties hereto have duly executed the Agreement as of the day, month, and year first above written. W. L.,tontractors. Inc. rinted Name BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair Nov 2 6 2016 ATTEST: Weld County Clerk to the Board BY:-�v'�'" Deputy Clerk o the Board 0 1.)O /) oZo /5 - 37 (S ACGRIJ CERTIFICATE OF LIABILITY INSURANCE DATEIMMIDD/YYYY) 4/24/2018 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(les) must 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 Lautenbach Insurance Agency, LLC 5721 S Nevada St Littleton, CO 80120 CONTACT Fred Lautenbach NAME PHCN u EXtI (303) 798-2534 plc No (303)798-2536 EMAIL fred@lautenbachinsurance corn ADDRESS INSURER(S) AFFORDING COVERAGE NAIC 6 INSURER A Travelers INSURED W L Contractors, Inc 5920 Lamar St Arvada, CO 80003 INSURER B Liberty Mutual Insurance Co INSURER C INSURERD INSURERS INSURER F COVERAGES CERTIFICATE NUMBER Certificate 2018-2019 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 SU DR POLICY NUMBER MMIDDY/YYYY MMIDDY� LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1, 000,000 A CLAIMS MADE ❑X OCCUR DAMAGE TO RENTED PREMISES Ea occurrence) $ 100,000 MED EXP (Any one person) $ 10,000 DT-CO-78904627-PHX-18 05/01/2018 05/01/2019 PERSONAL&ADVINJURY $ 1,000,000 GENLAGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ 2,000,000 POLICY I JECT LOC $ OTHER AUTOMOBILE LIABILITY COMBINEDdent SINGLE LIMIT Ea acc $ 1,000,000 BODILY INJURY (Per person) $ A X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON OWNED X HIRED AUTOS X AUTOS DT-810-7B904627-IND-18 05/01/2018 05/01/2019 BODILY INJURY (Per accident) $ PROPERTYDAMAGEEcRTnDAMAGE P $ Hired/Non Owned $ 1,000,000 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS MADE i DED I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y I/N X PER OTH STATUTE ER EL EACH ACCIDENT $ 1, 000, 000 EL DISEASE - EA EMPLOYE $ 1,000,000 OFFICA (MandaoryIn NH)MEMBER EXCLUDED? (Mandatory In NH) N / A UB-9J605690-18-26-G 01/01/2018 01/01/2019 EL DISEASE POLICY LIMIT $ 1, 000, 000 If yes descnbe under DESCRIPTION OF OPERATIONS below A Leased and Rented Equipment QT-660-1H850054-COF-18 05/01/2018 05/01/2019 Limit $50000 Ded $1,000 B Installation Floater BMW 58252346 01/01/2018 01/01/2019 Limit $1000,000 Transit$10,000 DESCRIPTION OF OPERATIONS (LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Weld County is listed as Addiitonal Insured with regards to the General Liability A Waiver of Subrogation applies to all policies in favor of Weld County Re Weld County Parkway/WCR 47 & WCR 60 5 Intersection W L Job No M1858 CERTIFICATE HOLDER L;ANL, LLA I ION Weld County 1150 O Street Greeley, CO 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 red Lautenbach/JENN © 1988-2014 ACORD CORPORATION All rights reserved ACORD 25 (2014/01) INS025 (201401) The ACORD name and logo are registered marks of ACORD RESOLUTION RE: APPROVE AGREEMENT FOR PROFESSIONAL SERVICES FOR SIGNAL MAINTENANCE AT INTERSECTION OF WELD COUNTY PARKWAY AND COUNTY ROADS 47 AND 60.5 AND AUTHORIZE CHAIR TO SIGN - W.L. CONTRACTORS, INC. WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with an Agreement for Professional Services for Signal Maintenance at Intersection of Weld County Parkway and County Roads 47 and 60.5 between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and W.L. Contractors, Inc., commencing November 23, 2015, and ending November 23, 2018, with further terms and conditions being as stated in said agreement, and WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Agreement for Professional Services for Signal Maintenance at Intersection of Weld County Parkway and County Roads 47 and 60.5 between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and W.L. Contractors, Inc., be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreement. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 23rd day of November, A.D., 2015. ATTEST: Weld County Clerk to the Board BY: Deputy Cle to the Boa APPROVED AS T rney Date of signature: BOARD OF COUNTY COMMISSIONERS W D COUNTY, CO ORADO /&Yd* Chair Mike Freeman, Pro-Tem Sean P. Conway Moreno 2015-3705 EG0072 min 5 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & W. L. CONTRACTORS. INC. FOR SIGNAL MAINTENANCE AT THE WELD COUNTY PARKWAY/WCR 477,/&D WCR 60.5 INTERSECTION THIS AGREEMENT is made and entered into thisig day of November, 2015, 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 "0" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and W.L. Contractors Inc., a corporation, who whose address is 5920 Lamar Street, Arvada, Colorado 80003, hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the 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, B and C, each of which forms an integral part of this Agreement. Exhibits A, B, and C, are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A, B, and C, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of Hourly Costs for Equipment and The Contract Professionals Staff. Exhibit B consists of a description of the work to be performed. The Contract Professional shall perform Annual Preventative Maintenance twice a year and any Emergency Repairs. Exhibit C consists of a description of Reporting and Monitoring performed by the Contract Professional. 2. Service or Work. Contract Professional 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 B which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits B and C. Contract Professional shall faithfully perform the work i 1 accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits B and C within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in 020/i-37oi Exhibits B and C. 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 Contract Professional 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. However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional shall deliver to County all drawings, drafts or other documents it has ';ompleted 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. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contract Professional 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 Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim tha: 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. In the event that wr:.tten authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services )r work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing rior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount nD greater than $5,000 annually. Contract Professional acknowledges no payment in excess of that amount will be made by County i unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of Cou:lty Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement iotwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum set forth herein. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. 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 Contract Professional 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, Contract Professional shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment cf any taxes related to payments made pursuant to the terms of this Agreement. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred. 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 Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional'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. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, 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 Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such cove rage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional 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 provide proof thereof when requested to do so by County. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contract Professional. Contract Professional 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 ;n 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. Contract Professional 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 Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, 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 Contract Professional and Contract Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this. Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contract Professional 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. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional 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. Contract Professional 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. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional 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, Contract Professional is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contract Professional 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. Upon completion of the work, Contract Professional 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 Contract Professional 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 Contract Professional, and County's action or inaction when any such breach or default shall exist 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 services completed under this A! reement 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. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all cperations, goods or services provided pursuant to this request. Contract Professionals shall keep the required in;urance 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 indorsement 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 Director of General Services 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 Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional 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 coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional 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 Contract Professional 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 Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional 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 Contract Professional and shall, without additional compensation, promptly remedy and correct an: errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done iii 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 Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional 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 Contract Professional 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 Contract Professional 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 Contract Professional 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 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 Contract Professional'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 Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: 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. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for thos+: positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 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 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, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, 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 Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies Dr shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional 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 Contract Professional 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 any 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, wal, 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, Director of Weld County Department of Public Works, or his designee. 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: Contract Professional: W.L. Contractors, Inc. Attn.: Gene Murren Address: 5920 Lamar Street Address: Arvada, CO 80003 E-mail:GMurren@teamwl.com County: Name: Janet Lundquist Position: Maintenance Support Manager Address: 1111 H Street Address: Greeley, CO 80632 E-mail: jundquist@weldgov.com 18. Compliance with Law. Contract Professional shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contract Professionals 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 mad.e 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 aver 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 Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional ;.hall not engage in any 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 Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 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 hereaftcr 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, Contract Professional 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. Contract Professional certifies;, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E - Verify program or the State of Colorado program established pursuant to C.R.S. §8-17,5-102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform wort. under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under thi.; Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedLres to undertake pre- employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional 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. Contract Professional 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. Contract Professional 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 Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identiuuication documents for such employees. Contract Professional 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 Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional 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(31\ if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of pei jury 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 (late of the contract. 29. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 30. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 31. Official Engineering Publications and Compliance with FHWA & CDOT Standards: Contract Professional acknowledges and agrees that the Federal Highway Administration "Mane al on Uniform Traffic Control Devices (MUTCD)" Standard Specifications and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement. Contract Professional agrees to meet or exceed all standards set by these publications. Contract Professional further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Contract Amount. Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that thi:> Agreement, with the attached Exhibits A, B, and C , is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this _ /2 day of November, 2015. CONTRACT PROF SSIONAL: (, &t. JA "0,,P I1:toL Date me: Title: Opcw+f'i,io f�kQ .y c4s�c� WELD COUNTY: ATTEST:; BOARD OF COUNTY COMMISSIONERS Weld Co Tk to he Boar WE D COUNTY, CO ORADO BY: Deputy Cle to the Board arbara Kirkmeyer, hair ND 2 3 2015 Director of Genera( Services 02O/,i-"5 77' EXHIBIT EXTRA WORK HOURLY COSTS VEHICLE EQUIPMENT HOURLY COST 1. BUCKET TRUCK 35.00 2. BOOM / DIGGER TRUCK 75.00 3. AIR COMPRESSOR 25.00 4. SERVICE/UTILITY TRUCK 30.00 5. FRONT END LOADER 40.00 6. BACKHOE / TRENCHER 65.00 PERSONNEL 1. SUPERVISOR 65.00 2. FOREMAN 55.00 3. SIGNAL TECH III 55.00 4. SIGNAL TECH II / ELECTRICIAN 50.00 5. SIGNAL TECH I / APPRENTICE ELECTRICIAN 45.00 6. MASTER ELECTRICIAN 65.00 7. OPERATOR 50.00 8. LABORER / GROUNDSMAN 35.00 9. TRAFFIC ENGINEER 125.00 UNIT COSTS CONFLICT MONITOR TEST & DOCUMENTATION 275.00 (PER LOCATION) ANNUAL PM 500.00 QUARTERLY PM 200.00 4 E IBIT ) n / �'llLsg WORK TO BE PERFORMED: Signal Maintenance: TS -1 Annual Preventive Maintenance (APM): Annual preventive maintenance shall be done on an annual basis and compl.. ted at each traffic signal location. The following shall be completed: Documentation: The Contractor shall check for all documentation as defined by the C ,veer. This documentation shall include, but not be limited to, the cabinet print',$), phasing diagram, intersection plan/as-built, controller data sheet(s), and log book. The Owner shall be notified of all missing, illegible, or damaged document€ration. 2. Cabinet: The Contractor shall check the general condition of the controller car inet. Clean cabinet and components thoroughly, replace disposable filters, clear permanent filters, lubricate locks and hinges, check door seals, check condition ► of cabinet caulking at the cabinet base and re -caulk if necessary. Remove poste';, tape, and graffiti from cabinet surface. Check the thermostat, fan, cabinet light, and convenience outlet for proper operation. Verify that the thermostat s set at 85 degrees as defined by the Owner. Verify that anchor bolts and ;round rod clamp(s) are tight. Ensure that all field wiring is identified with tags, indicating phase and direction. Tag field wiring that is not identified. Checl, field wire connections. Tighten field wire connections as needed. Report problems to the Owner. In cases of infestation by mice, etc. the Contractor shall notify the ('caner, take appropriate safety precautions, and immediately remove nesting material and debris. Required actions to limit the possibility for future infestatioi , including actions required to seal access points, shall be noted by the Coi !tractor and reported to the Owner. Material and labor used in the removal of nest t rag material and debris shall be billed to the Owner at contract rates as defined in this agreement. 3. Cabinet Switches: The Contractor shall check all switches, in the police door and inside he cabinet, for proper operation. These switches include flash, on/off, stop tir e, detector test, manual control, etc. Flash transfer relays and associated contacts shall be inspected for wear. Report problems to the Owner. 4. Controller.• The Contractor shall check all controller settings against what is st4lted on the controller data sheet(s). Check all indicator lamps, LEDS and LCD st for proper operation. Check all clearance intervals with a stopwatch. Obser e dynamic operation, insuring all functions to be operating properly. The Ow+ er shall be notified of all problems, controller data sheet discrepancies, and not ;d areas of concern. S. Conflict Monitor (CMU)/Malfunction Management Unit (MMU): The Contractor shall check voltage monitor operation by turnf ig off, or disconnecting, the controller. Check red fail operation by removing a load switch or flash transfer relay. Check for conflicts and conformance to NEMA specifications. Report problems to the Owner. Computerized testing using an ATSI approved tester may be perfo 'med at the Owner's request and charged as per unit pricing. Computerized test -esults shall include monitor location, manufacturer, model, serial number, tests completed, and test date. The technician shall review these results and check for conformance with tester standards. Copies of test results shall be left in the cabinet. 6. Uninterruptible Power Supply (UPS): The Contractor shall check the UPS for proper operation by discoiiecting the power source. Where the UPS functions properly, the power source rJiall remain disconnected for a period of no less than 5 minutes. Where the UPS fails operation, the power source shall be reconnected with the signal restored to normal operation. Additional checks shall be made using a battery load tester. Report problems to the Owner. 7. Coordination: The Contractor shall check telephone lines, interconnect, and all associated equipment for proper operation. Check for proper controller manipulation by use of holds, force off, max 2, etc. Check all settings per data sheet. Check clock on coordination equipment and reset if necessary. Report problems to the Owner. 8. Preempt: The Contractor shall test railroad preempt for proper operation with k test switch or by removing or jumping input as required. The Contractor shall tesi emergency vehicle preemption by use of an emitter from proper distance. Report problems to the Owner. 9. Detection: The Contractor shall check for proper operation of all vehicle detectioi r. Inductance Loops — Check vehicle detection for proper operation; re -tune detector amplifiers if necessary. Check loop splices; re -splice inductance loops if necessary and if the water valve boxes and/or pull boxes are readily accessible. Check detector amplifier settings, including extend/delay function settings, and make setting adjustments L:; necessary to maximize detection operation based on the Owner's sp: cifications. Make cursory checks regarding the general condition of the inductance loops, surrounding pavement, and water valve boxes. Repox`t pavement failures related to existing or imminent loop failures to the Owner. Report damaged, missing, buried, raised and/or sunken water valve l+axes, water valve box lids, and/or pull boxes to the Owner. Report problems to the Owner. Where vehicle detection is failed, the Contractor shall place the vehicle detection's associated vehicle phase on maximum recall and immediately notify the Owner. Video Detection — Check vehicle detection for proper operation Conduct a cursory check of the attachment hardware. Check video qu; tlity. Check cameras for proper alignment. Clean camera lenses. Report :,problems to the Owner. Where vehicle detection is failed, the Contractor shall place the vehicle detection's associated vehicle phase on maximum recall and immediately notify the Owner. 10. Signal Heads: The Contractor shall check all signal heads for proper height and alignment, check for damaged housings, lenses, reflectors, visors, burned out bulbs, inoperable LEDs, and worn mounting hardware. Report problems to tr ,,- Owner. 11. Poles: The Contractor shall visually check the alignment and general condition of poles. Check poles for damage, rust, and need of paint. Check for missilig or loose hand -hole covers, nut covers, and nuts. Conduct cursory visual ir,,pection of signal caissons, bolts, welds, and attachment hardware. Tighten holts where necessary. Document and report any deficiencies in the structure and/,.r hardware to the Owner. If the condition of any pole creates a safety hazard and the Contractor in its reasonable professional discretion determines that immediate t :,pair with extraordinary equipment or operations (such as use of a crane) is r. quired, the Contractor shall notify the Owner and then correct the safety hazard a., necessary. The Owner shall be responsible for the costs of any extraordinary equipment and operations necessary to correct a bona fide safety hazard. 12. Mast arms: The Contractor shall visually check the alignment and general condil on of mast arms. Check mast arms for damage, rust, and need of paint. Check for missing or loose hand -hole covers, bolts, and nuts. Conduct cursory visual ir-;pection of bolts, welds, and attachment hardware. Tighten bolts where necessary . Document and report any deficiencies in the structure and/or hardware to the Owner. If the condition of any mast arm creates a safety hazard and the Contractor in its reasonable professional discretion determines that immediate r,pair with extraordinary equipment or operations (such as use of a crane) is r: quired, the Contractor shall notify the Owner and then correct the safety hazard a. necessary. The Owner shall be responsible for the costs of any extraordinary equipment and operations necessary to correct a bona fide safety hazard. 13. Span -wire: The Contractor shall check all top and bottom span -wires for excessive; slack, sag, damage, fraying and proper height. Check all eyebolts, strand vice; s, hangers, hardware, signs, etc. for damage or excessive wear. Report probih;ms to the Owner. 14. Pull -boxes: The Contractor shall check all pull -boxes for damage. Check all pull boxes for missing, broken, and/or loose fitting lids. Check for proper height a :d potential trip hazards. Check condition of wiring including conductor insul ration, cable insulation, and splices. Check grounding where present to ensure grounding wires are correctly fastened and tight. Tighten and/or reattach conduit grounds where necessary. Re -splice and/or re -seal connections requiring immediaf attention. Report any problems to the Owner. 15. Push -buttons: The Contractor shall check pedestrian push buttons for proper . and secure mounting, proper operation, and general condition. Verify pedestrian push button operation to ensure that the correct pedestrian phase is called. Check the presence and condition of pedestrian push button instructional signs. Report any y problems to the Owner. Where pedestrian detection is failed, place the pedestrian detection'associated pedestrian phase on pedestrian recall and immediately notify the Owns r. 16. Voltage and Current Readings: Check and record the controller +24VDC, total intersection current, and the A. C. line voltage. 17. Annual Inventory: A written copy of the inventory of each location shall be provided to the Owner. The Contractor shall provide the appropriate information regardin. the items listed on the intersection inventory sheet. 18. Repair Report: All hazardous conditions shall be corrected immediately at additiona cost to the Owner. The Contractor shall supply the Owner with a detailed rep rt of work done and work required for each location at which an Annual Preventive Maintenance has been completed. TS -2 Quarterly Preventive Maintenance (QPM): (OPTION) Quarterly preventive maintenance shall be done on a quarterly basis and c ,,mpleted at each traffic signal location. A Quarterly Preventive Maintenance shall not btu scheduled or performed at locations during the quarter for which an Annual Preventive Maintenance is scheduled. Payment shall be executed after completion of an operation check of the follo°:nng: 1. Cabinet Fan 7. Vehicle Detectors 2. Controller/Coord Operation 8. Signal Indications 3. Conflict Monitor Indications 9. Signal Alignment 4. Flasher Circuits 10. Pedestrian Push Buttons 5. Signal Timing 11. Remove Graffiti/Tape 6. Time Base Clocks 12. Remove Unauthok zed Signs Repairs: All hazardous conditions shall be corrected immediately at additional cost to the Owner. A worksheet documenting all work done and work required for each locat rn shall be submitted. TS -3 Flashers And Beacons: Prior to the beginning of each school year or other time designated by the ('wner, each location will be reprogrammed for the coming school year and the following ; hecks shall be performed at that time. 1. Check condition of signs, poles, signal heads, and cabinet. 2. Clean lenses, reflectors, signs, and cabinet as necessary. 3. Check operation of clock, flasher, and signals. 4. Check for obstruction by trees, bushes, etc. 5. Check signals and signs for proper alignment, realign and secure as ne, essary. 6. Replace bulbs as necessary. TS -4 Speed Radar Signs: One time per year, each location will be checked for correct operation and display with the following checks being performed. 1. Check display operation. 2. Check accuracy of speed display with the use of the manufacturer sup :lied tuning fork. 3. Check limit settings based on posted speeds and Owner specifications. TS -5 Annual Light Bulb Change: All incandescent signal light bulbs at each traffic signal location will ' e replaced annually, costs will be charged per "Unit Cost" schedule. All burned out b ,rlbs will be replaced by the Contractor at no cost to the Owner for the duration of the cc'7tract year. Reported burned out bulbs will be replaced by the end of the following workii i:g day. EMERGENCY REPAIR: TS -6 Un-Scheduled And Emergency Repairs: All malfunctions of a controller and its auxiliary equipment shall be co r.sidered an emergency unless otherwise identified by the Owner. Equipment malfunct ins, and/or damage, which, in the opinion of the Owner, constitutes a serious hazard or inconvenience to the public shall be considered an emergency. Such malfunctions or damage may include, but not necessarily be limited to, situations where: (1) All red indications are out including bulbs, lenses or LEDs, for an one traffic movement; (2) Signal heads give conflicting indications to any intersection approach; (3) A signal has been knocked down; Contractor shall undertake each such emergency repair no later than two hot. rs after the Owner notifies Contractor of the emergency. Contractor shall be entitled to charge Owner for a minimum of one hour for the labor and equipment actually used to make any such repair in the event that the repair work takes less than one hour to complete. In the event that the repair work exceeds ore hour, the additional time shall be charged in one-half hour increments. The minimum of one hour for labor and equipment does not apply to Scheduled Preventive Mainte iance. The Owner shall pay Contractor for the materials, parts and/or supplies actua ly used by Contractor in making any such repair pursuant to this contract. TS -7 Extra Work: The term "extra work" shall be understood to mean and to include all work that may be required by the Owner which is not preventive maintenance or unscheduled and emergency repair work. Examples of extra work may include, but not be lir' ited to, the following: 1. Modifications to an existing signalized intersection. This wouf,.I typically describe intersection reconstruction requiring the relocation of all or part of the existing signal equipment. This would also include the installatic i of signal equipment not presently found at an existing signalized intersection. (Example: The installation of loop detectors on an approach with no existing dete , tion). 2. Installation of equipment and/or materials for a new signal installati :5n location, either complete or partial. 3. Changes in signal timing. 4. Painting of mast -arms, span -wire poles, control cabinets, signal heads :; nd visors. 5. Installation of School Speed Limit Flashers and warning beacons. TS -8 Time And Material Proposal: For any installations or extra work, the Contractor may submit a proposal foi acceptance or rejection by the Owner. The proposal shall include estimated time, eqt ppment and materials. If the proposal is accepted by the Owner, the installation or extra krork would be performed by the Contractor on a time and materials basis for a price fl( ►t to exceed that set forth in the proposal. Changes by the Owner, which occur after the 1►roposal has been submitted, will be considered as changes to the proposal. WARRANTY: W.L. Contractors, Inc. warrants all work performed and equipment installed fir one year from date of acceptance by Weld County. �Ytlt�s� a REPORTING & MONITORING: A. Daily System Checks: W.L. Contractors, Inc. understands that a traffic signal system is only beneficial if communications are operational, and if the stored data is accurate. As such, in 1998, W.L. Contractors, Inc. installed the hardware, software, and communications necessary to complete daily system checks of our customer's systems. In 2004, we realized the need to continue forward with this effort, use automated commands to simplify daily checks, and use maintenance technicians to verify the data received as a result of the automated checks. The purpose of daily system checks is to better assist Weld County in preparing for emergencies as they arise. Should a signal controller's program be lost or corrupted, it is essential that correct signal operation be restored as quickly as possible for the safety of the public. Through daily system checks and reporting, W.L. Contractors, Inc. can help to ensure the viability of signal communications as well as the accuracy of the county's traffic signal system database. As such, controller programs and signal operation can be restored quickly and accurately. Through these efforts, it may be possible for W.L. Contractors, Inc. to assist in reducing the county's liability. As part of the daily system checks, W.L. Contractors, Inc.: • Checks communications to ensure signal communications are available. • Reviews daily reports generated by the system checks to quickly determine the signals at which timing changes had occurred since the last check. • Assists the county's engineer in determining the validity of signal timing changes. • Creates modified reports to keep the city informed of all observances and situations and emails these reports to Weld County's traffic engineer on a daily basis. Additionally, as part of the real-time monitoring of the traffic signals, W.L. contractors has programmed the master controllers to send critical alarms back to our TOC. Through automated routines, our system can receive alarms from the master controllers and generate pages to our technician which notify our technician of the traffic signal controller's flash status. With reporting and paging being completed within two minutes of the traffic signal entering into flash, our technicians can quickly and accurately respond when signals enter into a flash condition. Through these efforts, it may be possible for W.L. Contractors, Inc. to assist in reducing the county's liability. Daily system checks are completed at no additional cost to Weld County. Charges to the city only occur if and when W.L. Contractors, Inc. is required to complete additional or extra work resulting from the daily system checks. In those instances, labor rates are charged as per the hourly rates defined in the "Fee Schedule" included as part of our RFP response. B. Work Progress Tracking System: W.L. Contractors, Inc. created WL-Online three years ago. WL-Online is our real-time, paperless work progress tracking system that saves you time, money, and allows you to manage the work we do for you at an unprecedented level. Combined with our daily systems monitoring, W.L. Contractors, Inc. provides the fastest, most effective, and most transparent maintenance in Colorado. Through WL-Online, W.L. Contractors, Inc. records when a trouble call request and/or extra work requests are issued; date and time. The issuing agency, contact person, and phone number. The trouble call and/or extra work request details. The W.L. Contractors, Inc. technician assigned to complete the repairs and/or extra work. Once the repairs and/or extra work have been completed, technicians record the time and date that they arrived on site, what they found, the repairs and/or extra work they completed, the materials they used, and the time and date they completed the work. Features of W.L. Online include: • An unlimited number of user accounts. • Security with hidden user defined passwords. • 24/7 access to database information. • Personalized user settings which allow for the customer to receive automatic email notifications of trouble calls and extra work as requests are queued in our database, and as repairs and/or extra work are completed. • Query tools that allow the customer to conduct research and generate reports on their traffic signal histories. • Query tools that allow our technicians to conduct extended research on traffic signal histories for all customers. Through the use of WL-Online, Weld County may realize the following benefits: • Time and money savings can be realized by reducing the amount of traditional communication, like phone calls and county generated emails, to check on the status of trouble calls and extra work requests. W.L. Contractor's, Inc. has provided our maintenance technicians with secure, wireless laptops which enable them to view and enter data directly from the job site and keep the status information real-time. Through these services, W.L. Contractors, Inc. provides the fastest, most effective, and most transparent maintenance in Colorado while limiting administrative costs for both Weld County and ourselves. Improved monitoring of a projects progress, to determine when a project approaches key points and site visits are required, and to monitor W.L. Contractor's, Inc. response time to trouble reports and ensure that we meet contract requirements. Use W.L. Contractors', Inc. database as a tool to better control the maintenance budget. As our database presently spans more than five years and includes the ability to run electronic queries on database data, queries may assist Weld County's traffic engineer in determining signal fault trends early on. As such, major signal failures may be avoided, and budgetary focus may better be placed on areas requiring additional attention. With the growth of the database through expanded years of service, trend data may be more precise, limiting Weld County's liability. Through WL-Online, Weld County maintains the greatest control, limits their liability, and improves in the coordination between the city and W.L. Contractors, Inc. Access is secure, proven, and reliable with all system access being provided through the internet. Access has been provided to the county at no cost and shall continue as such while W.L. Contractors, Inc. retains Weld County's maintenance contract. W.L. Contractors, Inc. employs a full time programmer. We continually strive to expand and add functionality to the system to ensure that our customers are kept up to date with operations. We encourage our customers to provide feedback, both positive and negative, regarding the site. A demonstration of WL-Online is available upon request. Method & Term of Payment: METHODS OF PAYMENT MP -1 Payment: Customer may make payment using either check or Credit Card. Type of payment will be at the customer's convenience. Both check and Credit Card are acceptable methods of payment. TERMS OF PAYMENT TP-1 Payment Schedule: Unit monthly costs, un-scheduled and emergency repair work, extra work, and "Annual Bulb Change" costs shall be invoiced on a monthly basis. Costs associated with the "Annual Bulb Change" shall be invoiced based upon the number of bulbs replaced during the specified month. TP-2 Invoice Disputes: Should an invoice dispute arise, the Contractor shall supply and review the associated records with the Owner. Should a mistake be found within the Contractor's records, the Owner shall be adjusted and a new invoice shall be issued. Where no mistake has been made by the Contractor, the invoice shall stand with payment being made pursuant to this Agreement and the original date of invoice. The Owner shall be responsible for all invoices associated with maintenance and repairs of traffic signals and equipment included as part of this Agreement. Should the Owner deem any maintenance or repair completed by the Contractor, which is in any way associated with traffic signals and equipment included as part of this agreement, to be the responsibility of a different agency or third party, it shall be the Owner's responsibility to contact the responsible party and recoup the fees invoiced by the Contractor. The Owner shall pay the Contractor all costs associated with the disputed invoice pursuant to this Agreement. TP-3 Payment Schedule: All payments for invoiced work as part of this Agreement are due Net 30 days. Should payments for invoiced work pass a Net 60 day period, an interest charge of 1.5% per month shall be added to the invoice. TP-4 Payment Option: W.L. Contractors is offering an "On Line" Credit Card Payment Option. Customer may make Credit Card payment "On Line". A 3% convenience fee will apply. M1658 ACORN® CERTIFICATE OF LIABILITY INSURANCE �� DATE(MWDDIYYYY) 11/19/2015 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 be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT Fred Lautenbach NAME: Lautenbach Insurance Agency, LLC 5721 S. Nevada Street PHONE (303)798-2534 A/C No: (303)798-2536 E-MAIL SS:fred@lautenbachinsurance.com ADDRE INSURER(S) AFFORDING COVERAGE NAIC # Littleton, CO 80120 INSURER A :Travelers Property Casualty Co. 25615 INSURED INSURER B iiberty Mutual Insurance 23043 INSURERC: : W. L. Contractors, Inc. 5920 Lamar Street INSURERD: Arvada, CO 80003 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER:Certificate 2015-2016 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE IN UB POLICY NUMBER MMMIIDD/YYYY MMI YD� LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR EACH OCCURRENCE $ 1,000,000 AMA ET RENTED PREMISES Ea occurrence $ 300,000 MED EXP (Any one person) $ 10,000 DT-CO-7B904627-COF-15 05/01/2015 05/01/2016 PERSONAL&ADVINJURY $ 1,000,000 AGGREGATE LIMIT APPLIES PER: POLICY PRO LOC GENERAL AGGREGATE $ 2,000,000 GENT PRODUCTS-COMP/OPAGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY Ea aBB,ddeDt IN L LIMIT $ 1,000,000 BODILY INJURY (Per person) $ A X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS DT-810-75904627-TIL-15 05/01/2015 05/01/2016 BODILY INJURY Peracciden ( t ) $ X NON -OWNED HIRED AUTOS R AUTOS PROPERTY DAMAGE Peracddent $ Hired/borrowed $ 1,000,000 X UMBRELLA LIAR ! OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 A EXCESS LIAB CLAIMS -MADE DTSM-CUP-7B904627-TIL-15 05/01/2015 05/01/2016 DED R RETENTION 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N IA DTK-UB-9D562112-IND-15 01/01/2015 01/01/2016 R PER0TH- STATUTE ER E.L. EACH ACCIDENT $ 1, 000, 000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 B Installation Floater 01 -CI -307344-6 01/01/2015 01/01/2016 Limit: $1,000,000 Tansit:$10,000 A Leased or Rented Equip. DT-CO-7B904627-COF-15 05/01/2015 05/01/2016 Limit: $50,000 Dad. $1,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Weld County is listed as Addiitonal Insured with regards to the General Liability. A Waiver of Subrogation applies to all policies in favor of Weld County. Re: Weld County Parkway/WCR 47 & WCR 60.5 Intersection W.L. Job No. M1658 In nVL-YCrr Weld County 1150 O Street Greeley, CO 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 Fred Lautenbach/JENN r e © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (2014011 Hello