HomeMy WebLinkAbout20221233.tiffc.orivad-iDasg3z
PROFESSIONAL SERVICE AGREEMENT BETWEEN
WELD COUNTY AND TIGERTREE, INC.
TREE REPLACEMENT AT VARIOUS LOCATIONS
THIS AGREEMENT is made and entered into this 23 ay of M am , 2022, by
and between the Board of Weld County Commissioners, on behalf of the Facilities Department,
hereinafter referred to as "County," and TigerTree, Inc., hereinafter referred to as "Contractor".
WHEREAS, County desires to retain Contractor to perform services as required by County
and set forth in the attached Exhibits; and
WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to
perform the required services according to the terms of this Agreement; and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the
time, skill, expertise, and experience necessary to provide the 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 the attached Exhibits, each of which forms an integral part of this Agreement and
are incorporated herein. The parties each acknowledge and agree that this Agreement, including
the attached Exhibits, define the performance obligations of Contractor and Contractor's
willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this
Agreement and any Exhibit or other attached document, the terms of this Agreement shall control,
and the remaining order of precedence shall based upon order of attachment.
Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as
set forth in Bid Package No. B2200081.
Exhibit B consists of Contractor's Response to County's Request.
2. Service or Work. Contractor agrees to procure the materials, equipment and/or
products necessary for the Work and agrees to diligently provide all services, labor, personnel and
materials necessary to perform and complete the Work described in the attached Exhibits.
Contractor shall further be responsible for the timely completion and acknowledges that a failure
to comply with the standards and requirements of Work within the time limits prescribed by
County may result in County's decision to withhold payment or to terminate this Agreement.
3. Term. The term of this Agreement begins upon the date of the mutual execution
of this Agreement and shall continue through and until Contractor's completion of the
responsibilities described in the attached Exhibits. Both of the parties to this Agreement
understand and agree that the laws of the State of Colorado prohibit County from entering into
Agreements which bind County for periods longer than one year. This Agreement may be
extended upon mutual written agreement of the Parties.
conwirl- ctik-
65/ 23/ 2Z
ce ,st,,,,e),( 6-)
oA70/020.1
ZAZZ-IZ33
OUZeI
4. Termination; Breach; Cure. County may terminate this Agreement for its own
convenience upon thirty (30) days written notice to Contractor. Either Party may immediately
terminate this Agreement upon material breach of the other party, however the breaching party
shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination,
County shall take possession of all materials, equipment, tools and facilities owned by County
which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver
to County all drawings, drafts, or other documents it has completed or partially completed under
this Agreement, together with all other items, materials and documents which have been paid for
by County, and these items, materials and documents shall be the property of County. Copies of
work product that is incomplete at the time of termination shall be marked "DRAFT -
INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for,
and such compensation shall be limited to, (l) 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 Contractor 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 of this Agreement by County, Contractor shall have no claim of any kind
whatsoever against the County by reason of such termination or by reason of any act incidental
thereto, except for compensation for work satisfactorily performed and/or materials described
herein properly delivered.
5. Extension or Amendment. Any amendments or modifications to this agreement shall be
in writing signed by both parties. No additional services or work performed by Contractor shall be
the basis for additional compensation unless and until Contractor has obtained written
authorization and acknowledgement by County for such additional services. Accordingly, no
claim that the County has been unjustly enriched by any additional services, whether or not there
is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable
hereunder. In the event that written authorization and acknowledgment by the County for such
additional services is not timely executed and issued in strict accordance with this Agreement,
Contractor's rights with respect to such additional services shall be deemed waived and such
failure shall result in non-payment for such additional services or 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
Contractor for performance, an equitable adjustment in fees and completion time shall be
negotiated between the parties and this Agreement shall be modified accordingly by Change Order.
Any claims by the Contractor for adjustment hereunder must be made in writing prior to
performance of any work covered in the anticipated Change Order, unless approved and
documented otherwise by the County Representative. Any change in work made without such
prior Change Order shall be deemed covered in the compensation and time provisions of this
Agreement, unless approved and documented otherwise by the County Representative.
6. Compensation. Upon Contractor's successful completion of the Work, and
County's acceptance of the same, County agrees to pay Contractor an amount not to exceed
$69,083.25 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will
be made by County unless a Change Order authorizing such additional payment has been
2
specifically approved by Weld County as required pursuant to the Weld County Code. If, at any
time during the term or after termination or expiration of this Agreement, County reasonably
determines that any payment made by County to Contractor was improper because the service for
which payment was made did not perform as set forth in this Agreement, then upon written notice
of such determination and request for reimbursement from County, Contractor shall forthwith
return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended
funds advanced by County, if any, shall forthwith be returned to County. County will not withhold
any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely
responsible for the accurate reporting and payment of any taxes related to payments made pursuant
to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor
shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to
the contrary contained in this Agreement, County shall have no obligations under this Agreement
after, nor shall any payments be made to Contractor in respect of any period after December 31
of any year, without an appropriation therefore by County in accordance with a budget adopted by
the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado
Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR
Amendment (Colorado Constitution, Article X, Sec. 20).
7. Independent Contractor. Contractor agrees that it is an independent contractor and
that Contractor's officers, agents or employees will not become employees of County, nor entitled
to any employee benefits (including unemployment insurance or workers' compensation benefits)
from County as a result of the execution of this Agreement. Contractor shall be solely responsible
for its acts and those of its agents and employees for all acts performed pursuant to this Agreement.
8. Subcontractors. Contractor acknowledges that County has entered into this
Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall
not enter into any subcontractor agreements for the completion of the Work without County's prior
written consent, which may be withheld in County's sole discretion. County shall have the right
in its reasonable discretion to approve all personnel assigned to the Work during the performance
of this Agreement and no personnel to whom County has an objection, in its reasonable discretion,
shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County
and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by
the terms of this Agreement, and to assume toward Contractor all the obligations and
responsibilities which Contractor, by this Agreement, assumes toward County. County shall have
the right (but not the obligation) to enforce the provisions of this Agreement against any
subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor
shall be responsible for the acts and omissions of its agents, employees and subcontractors.
9. Ownership. All work and information obtained by Contractor under this Agreement or
individual work order shall become or remain (as applicable), the property of County. In addition,
all reports, documents, data, plans, drawings, records and computer files generated by Contractor
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.
Contractor shall not make use of such material for purposes other than in connection with this
Agreement without prior written approval of County.
3
10. Confidentiality. Confidential information of the Contractor should be transmitted
separately from non -confidential information, clearly denoting in red on the relevant document at
the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity,
Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S.
24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all
documents. Contractor agrees to keep confidential all of County's confidential information.
Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to
any other person or entity without seeking written permission from the County. Contractor agrees
to advise its employees, agents, and consultants, of the confidential and proprietary nature of this
confidential information and of the restrictions imposed by this Agreement.
11. Warranty. Contractor warrants that the Work performed under this Agreement will be
performed in a manner consistent with the standards governing such services and the provisions
of this Agreement. Contractor further represents and warrants that all Work shall be performed by
qualified personnel in a professional manner, consistent with industry standards, and that all
services will conform to applicable specifications.
12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor
shall submit to County originals of all test results, reports, etc., generated during completion of
this work. Acceptance by County of reports and incidental material(s) furnished under this
Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy
of the project. In no event shall any action by County hereunder constitute or be construed to be
a waiver by County of any breach of this Agreement or default which may then exist on the part
of Contractor, and County's action or inaction when any such breach or default exists shall not
impair or prejudice any right or remedy available to County with respect to such breach or default.
No assent, expressed or implied, to any breach of any one or more covenants, provisions or
conditions of the Agreement shall be deemed or taken to be a waiver of any other breach.
Acceptance by the County of, or payment for, the Work completed under this Agreement shall not
be construed as a waiver of any of the County's rights under this Agreement or under the law
generally.
13. Insurance. Contractor must secure, before the commencement of the Work, the
following insurance covering all operations, goods, and services provided pursuant to this
Agreement, and shall keep the required insurance coverage in force at all times during the term of
the Agreement, or any extension thereof, and during any warranty period. For all coverages,
Contractor's insurer shall waive subrogation rights against County.
a. Types of Insurance.
Workers' Compensation / Employer's Liability Insurance as required by state statute,
covering all of the Contractor's employees acting within the course and scope of their
employment. The policy shall contain a waiver of subrogation against the County. This
requirement shall not apply when a Contractor or subcontractor is exempt under Colorado
Workers' Compensation Act., AND when such Contractor or subcontractor executes the
appropriate sole proprietor waiver form.
4
Commercial General Liability Insurance including public liability and property damage,
covering all operations required by the Work. Such policy shall include minimum limits as
follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal
injury $5,000; Medical payment per person.
Automobile Liability Insurance: Contractor 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.
b. Proof of Insurance. Upon County's request, Contractor shall provide to County a
certificate of insurance, a policy, or other proof of insurance as determined in County's
sole discretion. County may require Contractor to provide a certificate of insurance naming
Weld County, Colorado, its elected officials, and its employees as an additional named
insured.
c. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing
services under this Agreement have or will have the above described insurance prior to
their commencement of the Work, or otherwise that they are covered by the Contractor's
policies to the minimum limits as required herein. Contractor agrees to provide proof of
insurance for all such subcontractors upon request by the County.
d. No limitation of Liability. The insurance coverages specified in this Agreement are the
minimum requirements, and these requirements do not decrease or limit the liability of
Contractor. The County in no way warrants that the minimum limits contained herein are
sufficient to protect the Contractor from liabilities that might arise out of the performance
of the Work under by the Contractor, its agents, representatives, employees, or
subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or
prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved
of any liability or other obligations assumed or pursuant to the Contract by reason of its
failure to obtain or maintain insurance in sufficient amounts, duration, or types. The
Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance
that it may deem necessary to cover its obligations and liabilities under this Agreement.
e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that
it has met the insurance requirements identified herein. The Contractor shall be responsible
for the professional quality, technical accuracy, and quantity of all services provided, the
timely delivery of said services, and the coordination of all services rendered by the
Contractor and shall, without additional compensation, promptly remedy and correct any
errors, omissions, or other deficiencies.
14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its
officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits,
actions, claims, or willful acts or omissions of any type or character arising out of the Work done
in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or
recovered under workers' compensation law or arising out of the failure of the Contractor to
5
conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The
Contractor shall be fully responsible and liable for any and all injuries or damage received or
sustained by any person, persons, or property on account of its performance under this Agreement
or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor 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 Contractor agrees to waive
all rights of subrogation against the County its associated and/or affiliated entities, successors, or
assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the
work performed by the Contractor for the County. A failure to comply with this provision shall
result in County's right to immediately terminate this Agreement.
15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest
therein or claim thereunder, without the prior written approval of County. Any attempts by
Contractor to assign or transfer its rights hereunder without such prior approval by County shall,
at the option of County, automatically terminate this Agreement and all rights of Contractor
hereunder. Such consent may be granted or denied at the sole and absolute discretion of County.
16. Examination of Records. To the extent required by law, the Contractor agrees that an
duly authorized representative of County, including the County Auditor, shall have access to and
the right to examine and audit any books, documents, papers and records of Contractor, involving
all matters and/or transactions related to this Agreement. Contractor agrees to maintain these
documents for three years from the date of the last payment received.
17. Interruptions. Neither party to this Agreement shall be liable to the other for delays
in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where
such failure is due to any cause beyond its reasonable control, including but not limited to Acts of
God, fires, strikes, war, flood, earthquakes or Governmental actions.
18. 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. All notices or other communications made by one party to the other concerning
the terms and conditions of this contract shall be deemed delivered under the following
circumstances:
(a) personal service by a reputable courier service requiring signature for receipt; or
(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 and received by the sending party; or
6
Either party may change its notice address(es) by written notice to the other. Notice may be sent
to:
TO CONTRACTOR:
Name: David J. Leinbach
Position: Northern Colorado Consulting Arborist
Address: 110 Howe Road
Address: Larimie, Wyoming 82070
E-mail: office(a{tr`gertreeinc.com
Phone: 307-460-4767
TO COUNTY:
Name: Toby Taylor
Position: Director of Facilities
Address: 1105 H Street
Address: Greeley, CO 80634
E-mail: ttaylor(aweldgov.com
Phone: 970-400-2020
19. Compliance with Law. Contractor shall strictly comply with all applicable federal
and State laws, rules and regulations in effect or hereafter established, including without limitation,
laws applicable to discrimination and unfair employment practices.
20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or
use other Contractors or persons to perform services of the same or similar nature.
21. 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.
22. Fund Availability. Financial obligations of the County payable after the current fiscal
year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made
available. Execution of this Agreement by County does not create an obligation on the part of
County to expend funds not otherwise appropriated in each succeeding year.
23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-
50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld
County has any personal or beneficial interest whatsoever in the service or property which is the
subject matter of this Agreement.
24. Survival of Termination. The obligations of the parties under this Agreement that by
their nature would continue beyond expiration or termination of this Agreement (including,
without limitation, the warranties, indemnification obligations, confidentiality and record keeping
requirements) shall survive any such expiration or termination.
25. 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.
26. Governmental Immunity. No term or condition of this Agreement shall be construed
or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections
or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as
applicable now or hereafter amended.
27. 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.
28. 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.
29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant
thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any
provision included or incorporated herein by reference which conflicts with said laws, rules and/or
regulations shall be null and void. In the event of a legal dispute between the parties, Contractor
agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute.
30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants,
and agrees that it does not knowingly employ or contract with an illegal alien who will perform
work under this Agreement. Contractor will confirm the employment eligibility of all employees
who are newly hired for employment in the United States to perform work under this Agreement,
through participation in the E -Verify program or the State of Colorado program established
pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not enter into a contract with a
subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly
employ or contract with an illegal alien to perform work under this Agreement. Contractor shall
not use E -Verify Program or State of Colorado program procedures to undertake pre -employment
screening or job applicants while this Agreement is being performed. If Contractor obtains actual
knowledge that a subcontractor performing work under this Agreement knowingly employs or
contracts with an illegal alien Contractor shall notify the subcontractor and County within three
(3) days that Contractor has actual knowledge that a subcontractor is employing or contracting
with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing
or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not
8
terminate the subcontract if within three days the subcontractor provides information to establish
that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor
shall comply with reasonable requests made in the course of an investigation, undertaken
pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If
Contractor participates in the State of Colorado program, Contractor shall, within twenty days after
hiring an new employee to perform work under the contract, affirm that Contractor has examined
the legal work status of such employee, retained file copies of the documents, and not altered or
falsified the identification documents for such employees. Contractor shall deliver to County, a
written notarized affirmation that it has examined the legal work status of such employee and shall
comply with all of the other requirements of the State of Colorado program. If Contractor fails to
comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may
terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and
consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if
Contractor receives federal or state funds under the contract, Contractor must confirm that any
individual natural person eighteen (18) years of age or older is lawfully present in the United States
pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under
the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty
of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United
States pursuant to federal law, (b) shall produce one of the forms of identification required by
C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by
C.R.S. § 24-76.5-103 prior to the effective date of the contract.
31. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor
concerning this Agreement, the parties agree that each party shall be responsible for the payment
of attorney fees and/or legal costs incurred by or on its own behalf.
32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any
extra judicial body or person. Any provision to the contrary in this Agreement or incorporated
herein by reference shall be null and void.
Acknowledgment. County and Contractor acknowledge that each has read this Agreement,
understands it and agrees to be bound by its terms. Both parties further agree that this Agreement,
with the attached Exhibits, is the complete and exclusive statement of agreement between the
parties and supersedes all proposals or prior agreements, oral or written, and any other
communications between the parties relating to the subject matter of this Agreement.
CONTRACTOR:
TigerTree, Inc.
By: Vakcxko
Name:
Title: Opleal(j6S
Nana,' ek
9
AlaI1, ZUZ,2
Date olf Signature
WELD CO
ATTEST:.1�1,.1 &.;
'�
Weld C . t'G, ty Clerk to the Bo
BY:
Deputy Clerk t./ he Bard
MAY 2 3 2022
0-Th
10
BOARD OF COUNTY COMMISSIONERS
WELT COUNTY, COLORADO
01042- /0233
Exhibit A
REQUEST FOR BID
WELD COUNTY, COLORADO
1150 O STREET
GREELEY, CO 80631
DATE: APRIL 7, 2022
BID NUMBER: B2200081
DESCRIPTION: TREE REPLACEMENT AT VARIOUS LOCATIONS
DEPARTMENT: FACILITIES
PRE -BID CONFERENCE: APRIL 14, 2022
BID OPENING: APRIL 28, 2022
1. NOTICE TO BIDDERS:
The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively
referred to herein as, "Weld County"), wishes to purchase the following:
TREE REPLACEMENT AT VARIOUS LOCATIONS
A mandatory pre -bid conference will be held on April 14, 2022 at 9:00 AM at 1250 H Street, Greeley, CO
80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids.
Bids will be received for the above stated merchandise, equipment, and/or services up to, but not later than:
April 28, 2022 at 11:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a
Microsoft Teams Conference Call on April 28, 2022 at 11:30 AM. To join, call the phone number and enter the
Conference ID provided below or you are invited to attend the bid opening in person at the Weld County
Administration Building, St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631.
Phone number: 720-439-5261 Phone Conference ID: 778986409
PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST
NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE
APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8.
2. INVITATION TO BID:
Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise
and/or equipment shall be delivered to the location(s) specified herein
Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts,
and she, ;n every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid.
You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/
Weld County Government is a member of BidNet Direct which is an online notification system being utilized by
multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals,
addendums, and awards on this one centralized system.
Did Delivery to Weld County:
1. Email. Emailed bids are required. Bids may be emailed to bids(weldgov.com. If your bid exceeds
25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to
BidNet is 500 MB. PDF format is required. Emailed bids must include the following statement on
the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we
receive your bid/proposal. Please call Purchasing at 970-400-4222 or 4223 with any questions.
3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION
Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each
bid must give the full business address of bidder and be signed by him with his usual signature. Bids by
partnerships must furnish the full names of all partners and must be signed with the partnership name by one of
the members of the partnership or by an authorized representative, followed by the signature and title of the
person signing. Bids by corporations must be signed with the legal name of the corporation. followed by the
name of the state of the incorporation and by the signature and title of the president, secretary, or other person
authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the
signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title
without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld
County Controller, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be
furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the
Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to
comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied
herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be
suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the
basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the
Bidder.
Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the
bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled,
"Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No
responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed
and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said
request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the pad of
a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are
expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be
at the bidders' risk.
In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to
resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also
u nderstood that Weld County will give preference to suppliers from the State of Colorado, in accordance with
C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing,
lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and
all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in
the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be
awarded to more than one vendor.
In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for
Proposal contained herein (including, but not limited to the product specifications and scope of services), the
formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners,
together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of
County Commissioners.
4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS
Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal
alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all
e mployees 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). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work
u nder this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that
BID REQUEST #B2200081 Page 2
the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this
Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to
undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful
bidder obtains actual knowledge that a subcontractor performing work under the public contract for services
knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County
within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or
contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing
or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate
the contract if within three days the subcontractor provides information to establish that the subcontractor has
not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable
requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado
Department of Labor and Employment. If Successful bidder participates in the State of Colorado program,
Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract,
affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the
documents, and not altered or falsified the identification documents for such employees. Successful bidder shall
deliver to County, a written notarized affirmation that it has examined the legal work status of such employee,
and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails
to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this
Agreement for breach. and if so terminated, Successful bidder shall be liable for actual and consequential
damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder
receives federal or state funds under the contract, Successful bidder must confirm that any individual 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 Successful bidder operates
as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States
or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms
of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification
required by C.R.S. § 24-76.5-103 prior to the effective date of the contract.
5. GENERAL PROVISIONS
A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By
acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the
current fiscal year.
B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting
confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential
information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on
the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a
public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open
Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents.
Tne bidder is responsible for ensuring that all information contained within the confidential portion of the submittal
is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and
confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for
bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any
of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are
not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential
information which is included within the body of the bid and not separately identified. Any document which is
incorporated as an exhibit into any contract executed by the County shall be a public document regardless of
whether it is marked as confidential.
C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a
waiver, express or implied. of any of the immunities, rights, benefits, protections or other provisions, of the
Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended.
BID REQUEST #B2200081 Page 3
Independent Contractor: The successful bidder shall perform its duties hereunder as an independent
contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and
employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or
employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its
employees and agents are not entitled to unemployment insurance or workers' compensation benefits through
Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or
any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and
its employees and agents only if such coverage is made available by the successful bidder or a third party. The
successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes
(if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or
implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the
contract. The successful bidder shall have the following responsibilities with regard to workers' compensation
and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and
unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when
requested to do so by Weld County.
D. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state
laws. rules and regulations in effect or hereafter established, including without limitation, laws applicable to
discrimination and unfair employment practices.
E. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied
in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein
by reference which conflicts with said laws, rules and/or regulations shall be null and void.
F. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement
of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly
reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action
whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties
that any entity other than the undersigned parties receiving services or benefits under the contract shall be an
incidental beneficiary only.
G. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful
bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the
payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder.
H. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises
will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against
on the grounds of race, color, national origin, sex, age, or disability in consideration for an award.
i . Procurement and Performance: The successful bidder agrees to procure the materials, equipment
and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and
materials necessary to perform and complete the project. The successful bidder shall further be responsible for
the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined
in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to
terminate this Agreement.
J. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County,
and shall continue through and until successful bidder's completion of the responsibilities described in the Bid.
K. 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.
BID REQUEST #B2200081 Page 4
L. Extension or Modification: Any amendments or modifications to this agreement shall be in writing
signed by both parties. No additional services or work performed by the successful bidder shall be the basis for
additional compensation unless and until the successful bidder has obtained written authorization and
acknowledgement by County for such additional services. Accordingly, no claim that the County has been
unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be
the basis of any increase in the compensation payable hereunder.
M. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in
reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not
enter into any subcontractor agreements for the completion of this Project without County's prior written consent,
which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to
approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel
to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful
bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed
by the subcontractor. to be bound to the successful bidder by the terms of this Agreement, and to assume toward
the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement,
assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this
Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate
in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees
and subcontractors.
N. Warranty: The successful bidder warrants that services performed under this Agreement will be
performed in a manner consistent with the standards governing such services and the provisions of this
Agreement. The successful bidder further represents and warrants that all services shall be performed by
qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all
services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware
that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during
which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance.
The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects,
whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum
specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the
goods are free and clear of all liens, encumbrances, and security interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time,
and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County,
Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after
said goods are first supplied to Weld County.
Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are
submitted:
Detailed equipment specifications to include the warranty.
Descriptive literature.
O. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest
therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder
to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County,
automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be
granted or denied at the sole and absolute discretion of County.
P. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure
to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause
beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or
Governmental actions.
BID REQUEST #B2200081
Page 5
Q. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other
contractors or persons to perform services of the same or similar nature.
R. Employee Financial Interest/Conflict of Interest — C.R.S. %24-18-201 et seq. and §24-50-507. The
signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or
beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County
has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere
with the performance of the successful bidder's services and the successful bidder shall not employ any person
having such known interests. During the term of this Agreement, the successful bidder shall not engage in any
business or personal activities or practices or maintain any relationships which actually conflicts with or in any
way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful
bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination
of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall
serve on a County Board, committee or hold any such position which either by rule: practice or action nominates,
recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder.
S. 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.
T. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra -judicial
body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null
and void.
U. 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.
V. Compensation Amount: Upon the successful bidder's successful completion of the service, and
County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted
bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless
a "change order" authorizing such additional payment has been specifically approved by the County's delegated
employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to
the Weld County Code.
W. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the
successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to
payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime
and/or double time rates for work done outside of normal business hours unless specifically authorized in writing
by County.
6. INSURANCE REQUIREMENTS
General Requirements: Successful bidders must secure, at or before the time of execution of any agreement
or commencement of any work, the following insurance covering all operations, goods or services provided
pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during
the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance
shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as
"A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -
described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing
company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such
written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of
premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured
retention, County must be notified by the Successful bidder. Successful bidder shall be responsible forthe payment
of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a
bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of
claims.
BID REQUEST #B2200081 Page 6
The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do
not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits
contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the
performance of the work under this Contract by the Successful bidder, its agents, representatives, employees,
or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent,
maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other
obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in
sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional
kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this
Agreement. Any modification to these requirements must be made in writing by Weld County.
The successful bidder stipulates that it has met the insurance requirements identified herein. The successful
bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and
services provided, the timely delivery of said services, and the coordination of all services rendered by the
successful bidder and shall, without additional compensation, promptly remedy and correct any errors,
omissions, or other deficiencies.
INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and
employees, from and against injury, loss damage, liability, suits, actions: or claims of any type or character arising
out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising
or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform
to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and
liable for any and all injuries or damage received or sustained by any person, persons, or property on account
of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on
account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its
provisions of the materials required herein, or from any claims or amounts arising or recovered under the
Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration
or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation,
defense and judgment costs where this contract of indemnity applies. In consideration of the award of this
contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or
affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for
losses arising from the work performed by the successful bidder for the County. A failure to comply with this
provision shall result in County's right to immediately terminate this Agreement.
Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any
Agreement, insurance in the following kinds and amounts.
Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering
all of the successful bidder's employees acting within the course and scope of their employment. Policy shall
contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder
or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such successful bidder or
subcontractor executes the appropriate sole proprietor waiver form.
Commercial General Liability Insurance for bodily injury. property damage, and liability assumed under an insured
contract, and defense costs, with the minimum limits must be as follows:
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$2,000,000 products and completed operations aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person,
$1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles
operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in
the performance of this Contract.
BID REQUEST #B2200081 Page 7
Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement,
and shall keep in force at all times during the term of the Agreement as the same may be extended as
herein provided, a commercial general liability insurance policy, including public liability and property damage,
in form and company acceptable to and approved by said Administrator, covering all operations hereunder set
forth in the Request for Bid.
Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance,
a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and
inland marine, Successful bidder's insurer shall name County as an additional insured.
Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against
County.
Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other
entities providing goods or services required by this Agreement shall be subject to all of the requirements herein
and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall
include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under
its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to
provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other
entities upon request by the County.
The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to
the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated
herein by this reference.
BID REQUEST #82200081 Page 8
Tree Replacement at Various Locations
OVERVIEW:
Weld County is in need of replacing trees at various locations that have died, are dying or compromised. This
bid is for the removal of existing trees, along with installation and planting of replacement trees.
SPECIFICATIONS:
This project will involve selective installing the species and quantity of trees identified by location in the fee
section. Installation shall include the following.
1. Contractor shall be licensed in by the City of Greeley to perform this work.
2. Contractor shall obtain right-of-way permits from the City of Greeley.
3. Contractor shall obtain utility locates for work areas.
4. Contractor shall coordinate with the Weld County Grounds Supervisor daily on job location and
updates.
5. Contractor shall remove dead or dying trees according to International Society of Arboriculture (ISA)
standards.
6. Contractor shall grind stumps to a minimum depth of 24".
7. Contractor shall select replacement trees that are free of pests and disease, have good canopy
structure, and good root structure. The Weld County Grounds Supervisor will review and approve each
tree prior to planting. Proposed trees that do not meet this requirement shall be replaced.
8. Contactor shall plant proper trees according to table provided below. Exact locations will be viewable
during the pre -bid meeting.
9. Contractor shall plant the trees according to ANSI 300 standards.
10 Contractor shall stake the newly planted trees using the Double Stake Method.
11 Contractor shall create a water ring around the newly planted trees.
12 Contractor shall apply mulch within tree ring to a minimum depth of two inches.
13 Contractor shall water the new trees immediately after planting.
14 Contractor shall repair any damage to turf and irrigation done during the removal, grinding, and planting
process.
15. Based on a contract being ready by May 23, 2022, provide start and completion dates for this project in
the spaces provided below.
16. Davis -Bacon and Buy American requirements are NOT required.
17. No bid bond is required for this project.
18. ?ids over $50,000 will require a payment (100%) and performance (100%) bond.
19. All trash and debris to be properly disposed of offsite.
20. Weld County is a tax-exempt entity.
21. Contractor wil be required to provide builders risk insurance in the amount of the bid and professional
liability insurance. Costs for these insurances shall be included in the bid price.
22. Contractor will be required to enter into a contract for this service.
23. Minimum size should be an approximately 6 -foot tall tree in a #7 container and the maximum is a 2"
diameter tree that is balled and burlap.
BID REQUEST #82200081 Page 9
SCHEDULE:
Below is the anticipated schedule for this project:
Date of this Bid
Posted on BidNet Direct
Pre -bid Conference
Bids Are Due
Bid Award Notice
Contract Execution
Construction Start
Planting completions
PROPOSED SCHEDULE:
April 7, 2022
April 7, 2022
April 14, 2022
April 28, 2022
May 16, 2022
May 23, 2022
Immediately upon receipt of signed contract
June 15, 2022
Please provide proposed start and completion dates for this project.
START DATE
COMPLETION DATE
FEES:
Provide fees for each location along with total lump sum cost for this project that includes installation in the
table below
Building
Scientific
Name
Common
Name
Quantity
Installed
Price
1150
Greeley,
0 -Street,
CO
Cercis canadensis
Eastern
Redbud
2
$
1150
Greeley,
0 -Street,
CO
Malus
'Adams'
Crabapple
1
$
1150
Greeley,
O -Street,
CO
Malus
'Spring
Snow'
Crabapple
1
$
1250
Greeley,
H
-Street
CO
Ulmus
davidiana
'Choice
City'
Choice
City
Elm
5
$
BID REQUEST #B2200081
Page 10
1250
Greeley,
H
-Street
CO
Juniperus
scopulorum
Rocky
Juniper
Mountain
3
$
Avenue,
1301
North
17th
Greeley.
CO
Malus
'Red
Barron"
Red
Crabapple
Barron
1
$
Avenue,
1301
North
Greeley,
CO
17th
Larix decidua
Larch
1
$
Avenue,
1301
North
Greeley,
CO
17th
Acer
plantanoides
Red'
'Royal
Royal
Norway
Red
Maple
1
$
Avenue,
1301
North
Greeley,
CO
17th
x flavescens
Dropmore
Glenleven
linden
or
1
$
Tilia
1301
Avenue,
North
Greeley,
CO
17th
distichum
Bald
Cypress
1
$
Taxodium
1400
Avenue,
North
Greeley,
CO
17th
Amelanchier
canadensis
Serviceberry
2
$
1401
Avenue,
North
Greeley,
CO
17th
Corylus
colurna
Hazel
1
$
Turkish
1401
Avenue,
North
Greeley,
CO
17th
Malus
'Red
Barron"
Red
Crabapple
Barron
1
$
1401
Avenue,
North
Greeley,
CO
17th
Quercus x 'Crimschmidt'
Crimson
Oak
Spire
2
$
1401
Avenue,
North
Greeley,
CO
17th
Tilia
cordata
Littleleaf
Linden
1
$
1551
Avenue,
North
Greeley,
CO
17th
Pyrus calleryana
'Capital'
Ornamental
Pear
1
$
fr 1551
Avenue,
North
Greeley,
CO
17th
Catalpa
speciosa
Northern
Catalpa
2
$
BID REQUEST #B2200081
Page 11
1551
Avenue,
North
Greeley,
CO
17th
Malus
'Jarmin'
Marilee
Crabapple
1
$
1551
Avenue,
North
Greeley,
CO
17th
Pinus
heldreichii
Bosnian
pine
1
$
1551
Avenue,
North
Greeley,
CO
17th
Cercidiphyllum
japonicum
Katsura
tree
1
$
1551
Avenue,
North
Greeley,
CO
17th
Cladrastris
kentukea
Yellowwood
1
$
1551
Avenue,
North
Greeley,
CO
17th
Prunus 'Accolade'
'
Accolade
Flowering
Cherry
1
$
1555
Avenue,
North
Greeley,
CO
17th
Sophora
japonica
Japanese
pagoda
tree
1
$
1555
Avenue,
North
Greeley,
CO
17th
Phellodendron
amurense
Cork
1
$
Tree
1555
Avenue,
North
Greeley,
CO
17th
Cornus mas
Cornelean
Cherry
Dogwood
1
$
1555
Avenue,
North
Greeley,
CO
17th
Acer
plantanoides
Sentry'
'Crimson
Norway
Maple
1
$
1555
Avenue,
North
Greeley,
CO
17th
Magnolia
x soulangeana
Saucer
Magnolia
1
$
1555
Avenue,
North
Greeley,
CO
17th
Pyrus calleryana
'Redspire'
Ornamental
Pear
1
$
1555
Avenue,
North
Greeley,
CO
17th
Ptelea
trifoliate
Common
Hoptree
1
$
2110
Greeley,
O -Street,
CO
Malus
'Profusion'
Crabapple
2
$
BID REQUEST #B2200081
Page 12
2110
Greeley,
O -Street,
CO
Gleditsia
Inermis
'Skyline'
var.
Skyline
Honeylocust
2
$
Triacanthos
2110
Greeley,
O -Street,
CO
'
Malus
x zumi 'Caloarpa'
Zumi
Calocarpa
1
$
Crabapple
315
Avenue,
North
CO
Greeley,
11th
Gleditsia
Inermis
'Skyline'
var.
Skyline
Honeylocust
3
$
Triacanthos
315
Avenue,
North
CO
Greeley,
11th
Pyrus calleryana
'Capital'
Ornamental
Pear
4
$
1101
Greeley,
H
-Street,
CO
Acer campestre
Hedge
Maple
1
$
1101
Greeley,
H
-Street,
CO
Acer tataricum
Maple
1
$
Tatarian
1101
Greeley,
CO
i
'Chanticleer',
Pyrus
calleryana
'Aristocrat'
Ornamental
Pear
2
$
H
-Street,
1101
Greeley,
H
-Street,
CO
Syringa reticulata
lilac
Japanese
tree
1
$
1101
Greeley,
CO
Malus
'Purple
Prince'
Crabapple
1
$
H
-Street,
1101
Greeley,
H
-Street,
CO
Malus
'Prairie
Fire'
Crabapple
1
$
1101
Greeley,
H
-Street,
CO
Malus
'Profusion'
Crabapple
1
$
1101
Greeley,
H
-Street,
CO
Quercus muehlenbergii
Chinkapin
Oak
1
$
1101
Greeley,
H
-Street,
CO
Ginkgo
biloba
Maidenhair
Tree
1
$
1101
Greeley,
H
-Street,
CO
tomentosa
'Silver
king'
Silver
Linden
1
$
Tilia
1101
Greeley,
H -Street,
CO
Ulmus
japonica
'Accolade'
x
wilsoniana
Japanese
elm
1
$
1105
Greeley,
H
-Street
CO
Malus
'Purple
Prince'
Crabapple
1
$
1399
Avenue.
North
Greeley,
CO
17th
Carpinus
betulus
"Fastigiata'
European
hornbeam
2
$
BID REQUEST #B2200081
Page 13
,------1399
Avenue,
North
Greeley,
CO
17th
Acer grandidentatum
Big -tooth
Maple
1
$
910
10th
Greeley,
Avenue,
CO
Cercis canadensis
Eastern
Redbud
1
$
910
10th
Greeley.
Avenue,
CO
Quercus robur
English
Oak
1
$
910
10th
Greeley.
Avenue,
CO
Malus
'Jarmin'
Marilee
Crabapple
1
$
910
10th
Greeley,
Avenue,
CO
Cornus mas
Cornelean
Cherry
Dogwood
1
$
1104
Greely
H
-Street,
CO
Malus
' Thunderchild'
Crabapple
2
$
1104
Greely
H
-Street,
CO
Malus'Lollizam'
Lollipop
Crabapple
1
$
1104
Greely
H
-Street,
CO
Acer x
Freemanii 'Jeffersred'
Freeman
Maple
1
$
1104
Greely
H
-Street,
CO
Cotinus
obovatus
American
Smoketree
1
$
1950
Greeley,
O -Street
CO
Malus
'Robinson;
Robinson
Crabapple
1
$
1950
Greeley,
O -Street
CO
Malus
x zumi 'Caloarpa'
Zumi
Calocarpa
1
$
Crabapple
1390
Avenue,
North
Greeley,
CO
17th
Acer
tataricum
Maple
3
$
Tatarian
Grand
Total
$
BID SUBMITTAL INSTRUCTIONS:
The following items must be completed and submitted with your bid on or before the bid opening
deadline of 11:00 AM on April 28, 2022:
1. Page 9 of the Bid Specifications
2. Completed pages #10 — 15 of the Bid Specifications
3. W9 if applicable**
4. Any future Addenda must be completed
**A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your
W9 if there has been a change.
BID REQUEST #B2200081
Page 14
Failure to include any of the above items upon submittal of your bid may result in your bid being
incomplete and your bid being rejected.
The undersigned, by his or her signature, hereby acknowledges and represents that:
1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth
in the recuest for proposal for Request No_ #B2200081.
2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and
local taxes.
3. He or she is authorized to bind the below -named bidder for the amount shown on the
accompanying proposal sheets.
4. The signed bid submitted, all of the documents of the Request for Proposal contained herein
(including, but not limited to, product specifications and scope of services), and the formal
acceptance of the bid by Weld County, together constitutes a contract, with the contract date being
the date of formal acceptance of the bid by Weld County.
5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to
accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of
Weld County. The bid(s) may be awarded to more than one vendor.
FIRM
BUSINESS
ADDRESS
CITY, STATE, ZIP CODE
TELEPHONE NO FAX TAX ID it
PRINTED NAME AND TITLE
SIGNATURE
E-MAIL
DATE
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03551-0000.
YOU DO NOT NEED TO SEND BACK PAGES 1 - 8.
ATTEST: BOARD OF COUNTY COMMISSIONERS
Weld County Clerk to the Board WELD COUNTY, COLORADO
BY:
Deputy Clerk to the Board Scott K. James, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Controller
BID REQUEST #82200081 Page 15
Tree Replacement — Various Locations
B2200081 - QUESTION & ANSWERS
April 20, 2022
1. Some of the locations include tree removals and/or stump grinding that will not be replanted
(Example - 1105 H Street has two removals that will not be replanted and only one planting that does
not include a tree removal or stump grinding). Shall we include these associated removal costs in the
single line item as provided in the fee schedule?
Answer: Yes.
2. If the maps indicate the tree will not be replaced, would the County still like these tree stumps
ground?
Answer: Yes.
3. Centennial Plaza has several removals, stump grinding, and re -plantings in raised planting beds
that may make it difficult to gain access to planting sites, specifically getting stump grinding equipment
to. Has the County considered any alternatives to replanting in the same space if it becomes impossible
for contractors to access these areas?
Answer: The raised beds are on top of a buried structure. Stump grinding is not required for these
locations. Rather, the tree will be cut below grade and new tree installed in same vicinity.
4. Will the County be marking irrigation lines/systems for contractors?
Answer: Contractor will coordinate with Weld County Grounds Supervisor prior to digging to verify
location of irrigation. If irrigation is hit during excavation, Contractor will make notifications and Weld
County will repair.
5. Due to increasing demands and shortages of nursery inventories, will substitutions for the
desired tree species and cultivars listed on the fee schedule be accepted if they are not able to be
acquired?
Answer: Substitutions are permitted upon approval by the Weld County Grounds Supervisor.
6. 1150 0 St. - I was unable to locate the tree or stump indicated for removal along N 11th
Ave.. Using Google Earth, there appears to have been a spruce there previously, but currently looks like
it has been removed and stump ground. Please confirm.
Answer: This was already removed and will be replanted by Weld County.
7. 1250 H St. - I just wanted to confirm that the County would like three (3) ash trees removed in
the southern parking lot as the provided map has five (5) trees circled.
1
Answer: Five ash trees are to be removed.
8. 1401 N 17th Ave. - The provided map only dictates one ash removal in text. There are four large
cottonwoods circled in black pen along N 17th Ave. but these is no text explicitly stating these are the
trees to be removed. Can you confirm these are the trees to be removed for the requested replantings?
Answer: The ccttonwoods are NOT to be removed.
9. 2110 O St. (North Jail Complex) - Of the three ash removals along the NW side on the provided
map, one of these trees is an Honeylocust. Please confirm that this tree is to be removed.
Answer: Yes, it is to be removed.
10. 1101 H St. (Community Corrections) - There is a discrepancy in which tree is to be removed in
the NE parking lot as indicated on the provided map. The text indicates an ash is to be removed,
however, right below that a honeylocust is circled. Which tree would the County liked removed?
Answer: Just the two trees on the very north islands are to be removed.
11. 910 10th Ave. (Centennial Complex) - Please confirm that the two tree indicated for removal in
the SW corner of the provided map are maples and not crabapple as the text indicates. Just want to be
sure we are removing the correct trees.
Answer: There are two trees in the raised bed behind a sign on the southwest corner to be removed.
They could be maples.
2
Exhibit B
Tree Replacement at Various Locations
OVERVIEW:
Weld County is in need of replacing trees at various locations that have died, are dying or compromised. This
bid is for the removal of existing trees, along with installation and planting of replacement trees.
SPECIFICATIONS:
This project will involve selective installing the species and quantity of trees identified by location in the fee
section. Installation shall include the following.
1. Contractor shall be licensed in by the City of Greeley to perform this work.
2. Contractor shall obtain right-of-way permits from the City of Greeley.
3. Contractor shall obtain utility locates for work areas.
4. Contractor shall coordinate with the Weld County Grounds Supervisor daily on job location and
updates.
5. Contractor shall remove dead or dying trees according to International Society of Arboriculture (ISA)
standards.
6. Contractor shall grind stumps to a minimum depth of 24".
7. Contractor shall select replacement trees that are free of pests and disease, have good canopy
structure, and good root structure. The Weld County Grounds Supervisor will review and approve each
tree prior to planting. Proposed trees that do not meet this requirement shall be replaced.
8. Contactor shall plant proper trees according to table provided below. Exact locations will be viewable
during the pre -bid meeting.
9. Contractor shall plant the trees according to ANSI 300 standards.
10. Contractor shall stake the newly planted trees using the Double Stake Method.
11. Contractor shall create a water ring around the newly planted trees.
12. Contractor shall apply mulch within tree ring to a minimum depth of two inches.
13. Contractor shall water the new trees immediately after planting.
14. Contractor shall repair any damage to turf and irrigation done during the removal, grinding, and planting
process.
15. Based on a contract being ready by May 23, 2022, provide start and completion dates for this project in
the spaces provided below.
16. Davis -Bacon and Buy American requirements are NOT required.
17. No bid bond is required for this project.
18. Bids over $50,000 will require a payment (100%) and performance (100%) bond.
19. All trash and debris to be properly disposed of offsite.
20. Weld County is a tax-exempt entity.
21. Contractor will be required to provide builders risk insurance in the amount of the bid and professional
liability insurance. Costs for these insurances shall be included in the bid price.
22. Contractor will be required to enter into a contract for this service.
23. Minimum size should be an approximately 6 -foot tall tree in a #7 container and the maximum is a 2"
diameter tree that is balled and burlap.
BID REQUEST #B2200081 Page 9
SCHEDULE:
Below is the anticipated schedule for this project:
Date of this Bid
Posted on BidNet Direct
Pre -bid Conference
Bids Are Due
Bid Award Notice
Contract Execution
Construction Start
Planting completions
PROPOSED SCHEDULE:
April 7, 2022
April 7, 2022
April 14, 2022
April 28, 2022
May 16, 2022
May 23, 2022
Immediately upon receipt of signed contract
June 15, 2022
Please provide proposed start and completion dates for this project.
START DATE May 23, 2022
COMPLETION DATE June 3, 2022
FEES:
Provide fees for each location along with total lump sum cost for this project that includes installation in the
table below:
Building
Scientific Name
Common Name
Quantity
Installed Price
1150 O -Street,
Greeley, CO
Cercis canadensis
Eastern Redbud
2
$ 1,550.00
1150 O -Street,
Greeley, CO
Malus 'Adams'
Crabapple
1
$ 876.25
1150 O -Street,
Greeley, CO
Malus 'Spring Snow'
Crabapple
1
$ 837.50
1250 H -Street
Greeley, CO
Ulmus davidiana 'Choice City'
Choice City Elm
5
$ 4,206.25
BID REQUEST #B2200081
Page 10
1250 H -Street
Greeley, CO
Juniperus scopulorum
Rocky Mountain
Juniper
3
$ 2,033.75
1301 North 17th
Avenue, Greeley,
CO
Malus 'Red Barron"
Red Barron
Crabapple
'
1
$ 986.25
1301 North 17th
Avenue, Greeley,
CO
Larix decidua
Larch
1
$ 876.25
1301 North 17th
Avenue, Greeley,
CO
Acer plantanoides 'Royal
Red'
Royal Red
Norway Maple
1
$ 625.00
1301 North 17th
Avenue, Greeley,
CO
Tilia x flavescens
Dropmore or
Glenleven linden
1
$ 960.00
1301 North 17th
Avenue, Greeley,
CO
Taxodium distichum
Bald Cypress
1
$ 926.25
1400 North 17th
Avenue, Greeley,
CO
Amelanchier canadensis
Serviceberry
2
$ 1,605.00
1401 North 17th
Avenue, Greeley,
CO
Corylus colurna
Turkish Hazel
1
$ 818.75
1401 North 17th
Avenue, Greeley,
CO
Malus 'Red Barron"
Red Barron
Crabapple
1
$ 771.25
1401 North 17th
Avenue, Greeley,
CO
Quercus x 'Crimschmidt'
Crimson Spire
Oak
2
$ 1,275.00
1401 North 17th
Avenue, Greeley,
CO
Tilia cordata
Littleleaf Linden
1
$ 450.00
1551 North 17th
Avenue, Greeley,
CO
Pyrus calleryana 'Capital'
Ornamental
Pear
1
$ 990.75
1551 North 17th
Avenue, Greeley,
CO
Catalpa speciosa
Northern
Catalpa
2
$ 1,475.00
BID REQUEST #62200081
Page 11
1551 North 17th
Avenue, Greeley,
CO
Malus 'Jarmin'
Marilee
Crabapple
1
$ 1,217.50
1551 North 17th
Avenue, Greeley,
CO
Pinus heldreichii
Bosnian pine
1
$ 1,015.00
1551 North 17th
Avenue, Greeley,
CO
Cercidiphyllum japonicum
Katsura tree
1
$ 972.50
1551 North 17th
Avenue, Greeley,
CO
Cladrastris kentukea
Yellowwood
1
$ 1,415.00
1551 North 17th
Avenue, Greeley,
CO
Prunus 'Accolade'
Accolade
Flowering
Cherry
1
$ 1,142.50
1555 North 17th
Avenue, Greeley,
CO
Sophora japonica
Japanese
pagoda tree
1
$ 1,167.50
1555 North 17th
Avenue, Greeley,
CO
Phellodendron amurense
Cork Tree
1
$ 1,287.50
1555 North 17th
Avenue, Greeley,
CO
Cornus mas
Cornelean
Cherry
Dogwood
1
$ 842.50
1555 North 17th
Avenue, Greeley,
CO
Acer plantanoides 'Crimson
Sentry' Norway Maple
1
$ 895.00
1555 North 17th
Avenue, Greeley,
CO
Magnolia x soulangeana
Saucer
Magnolia
1
$ 877.50
1555 North 17th
Avenue, Greeley,
CO
Pyrus calleryana 'Redspire'
Ornamental
Pear
1
$ 997.50
1555 North 17th
Avenue, Greeley,
CO
Common
Ptelea trifoliata Hoptree
1
$ 663.75
2110 O -Street,
Greeley, CO
Malus 'Profusion'
Crabapple
2
$ 1,640.00
BID REQUEST #B2200081
Page 12
2110 O -Street,
Greeley, CO
Gleditsia Triacanthos var,
Inermis 'Skyline'
Skyline
Honeylocust
2
$ 1,445.00
2110 O -Street,
Greeley, CO
Malus x zumi 'Caloarpa'
Zumi Calocarpa
Crabapple
1
$ 1,297.50
315 North 11th
Avenue, Greeley,
CO
Gleditsia Triacanthos var.
Inermis 'Skyline'
Skyline
Honeylocust
3
$ 2,517.50
315 North 11th
Avenue, Greeley,
CO
Pyrus calleryana 'Capital'
Ornamental
Pear
4
$ 3,315.00
1101 H -Street,
Greeley, CO
Acer campestre
Hedge Maple
1
$ 972.50
1101 H -Street,
Greeley, CO
Acer tataricum
Tatarian Maple
1
$ 758.75
1101 H -Street,
Greeley, CO
Pyrus calleryana
'Chanticleer', 'Aristocrat'
Ornamental
Pear
2
$ 1,145.00
1101 H -Street,
Greeley, CO
Syringa reticulata
Japanese tree
lilac
1
$ 647.50
1101 H -Street,
Greeley, CO
Malus 'Purple Prince'
Crabapple
1
$ 747.50
1101 H -Street,
Greeley, CO
Malus 'Prairie Fire'
Crabapple
1
$ 680.00
1101 H -Street,
Greeley, CO
Malus 'Profusion'
Crabapple
1
$ 647.50
1101 H -Street,
Greeley, CO
Quercus muehlenbergii
Chinkapin Oak
1
$ 827.50
1101 H -Street,
Greeley, CO
Ginkgo biloba
Maidenhair Tree
1
$ 1,285.00
1101 H -Street,
Greeley, CO
Tilia tomentosa 'Silver king'
Silver Linden
1
$ 970.00
1101 H -Street,
Greeley, CO
Ulmus japonica x wilsoniana
'Accolade'
Japanese elm
1
$ 1,122.50
1105 H -Street
Greeley, CO
Malus 'Purple Prince'
Crabapple
1
$ 2,037.50
1399 North 17th
Avenue, Greeley,
CO
Carpinus betulus "Fastigiata'
European
hornbeam
2
$ 1,865.00
BID REQUEST #62200081
Page 13
1399 North 17th
Avenue, Greeley,
CO
Acer grandidentatum
Big -tooth Maple
1
$ 987.50
910 10th Avenue,
Greeley, CO
Cercis canadensis
Eastern Redbud
1
$ 600.00
910 10th Avenue,
Greeley, CO
Quercus robur
English Oak
1
$ 637.50
910 10th Avenue,
Greeley, CO
Malus 'Jarmin'
Marilee
Crabapple
1
$ 587.50
910 10th Avenue,
Greeley, CO
Cornus mas
Cornelean
Cherry
Dogwood
1
$ 922.50
1104 H -Street,
Greely CO
Malus ' Thunderchild'
Crabapple
2
$ 1,520.00
1104 H -Street,
Greely CO
Malus 'Lollizam'
Lollipop
Crabapple
1
$ 1,090.00
1104 H -Street,
Greely CO
Acer x Freemanii 'Jeffersred'
Freeman Maple
1
$ 740.00
1104 H -Street,
Greely CO
Cotinus obovatus
American
Smoketree
1
$ 747.50
1950 O -Street
Greeley, CO
Malus 'Robinson;
Robinson
Crabapple
1
$ 922.50
1950 O -Street
Greeley, CO
Malus x zumi 'Caloarpa'
Zumi Calocarpa
Crabapple
1
$ 922.50
1390 North 17th
Avenue, Greeley,
CO
Acer tataricum
Tatarian Maple
3
$ 1,727.50
Grand
Total
$ 69,083.25
BID SUBMITTAL INSTRUCTIONS:
The following items must be completed and submitted with your bid on or before the bid opening
deadline of 11:00 AM on April 28. 2022:
1. Page 9 of the Bid Specifications
2. Completed pages #10 —15 of the Bid Specifications
3. W9 if applicable**
4. Any future Addenda must be completed
**A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your
W9 if there has been a change.
BID REQUEST #62200081
Page 14
Failure to include any of the above items upon submittal of your bid may result in your bid being
incomplete and your bid being rejected.
The undersigned, by his or her signature, hereby acknowledges and represents that:
1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth
in the request for proposal for Request No. #B2200081.
2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and
local taxes.
3. He or she is authorized to bind the below -named bidder for the amount shown on the
accompanying proposal sheets.
4. The signed bid submitted, all of the documents of the Request for Proposal contained herein
(including, but not limited to, product specifications and scope of services), and the formal
acceptance of the bid by Weld County, together constitutes a contract, with the contract date being
the date of formal acceptance of the bid by Weld County.
5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to
accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of
Weld County. The bid(s) may be awarded to more than one vendor.
FIRM TigerTree, Inc.
BUSINESS
ADDRESS 110 Howe Road
CITY, STATE, ZIP CODE Laramie, WY 82070
TELEPHONE NO (307) 460 - 4767 FAX TAX ID # 20 - 8658355
PRINTED NAME ND TITLE David J. Leinbach, Northern Colorado Consulting Arborist
SIGNATURE
E-MAIL ofice@tigertreeinc.com
DATE April 25, 2022
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 8.
ATTEST: BOARD OF COUNTY COMMISSIONERS
Weld County Clerk to the Board WELD COUNTY, COLORADO
BY:
Deputy Clerk to the Board Scott K. James, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Controller
BID REQUEST #B2200081
Page 15
Form W-9
(Rev. October 2018)
mba
InternalDepartment of the Treastay Revenue Sa
Request for Taxpayer
identification Number and Certification
► Go to www.kagov/Fornailt for Instructions and the latest information.
Give Form to the
requester. Do not
send to the IRS.
N Print or type.
I
See Specific instructions on page 3.
1 Name (as shown on your Income tax return). Name is required on this fine: do not leave this in. blank
TigetTree, Inc.
2 Business narne/dieregarded entity name, if different from above
3 Check appropriate
following seven boxes.
❑ Individual/sole
single -member
❑ Limited liability
Moen Check the
L103210 the LLC
another LLC that
Is disregarded
O Other (see InstructIons)►
box for federal tax classification of the person whose name is entered on line 1. Check only one of the
4 Exemptions
certain entitles,
Instructions
Exempt payee
Exemption
of any)
µpp's@ rosowds
(codes apply only to
not individuals; see
on page 3):
code (If any)
or • C Corporation 0 S Corporation • Partnership
• Trust/estate
proprietor
LLC
company. Enter the tax classification (C -C corporation, S=S corporation, P=Partnershlp)
appropriate box in the fine above for the tax classification of the single -member owner.
is olasslfied as a LLC that N disregarded from the owner umhes the owner
is net disregarded from the owner for U.S. federal tax purposes. Otherwise, a single
from the owner should check the appropriate box for the tax classification of its owner.
►
from FATCA reporting
Do not check
of the Lie is
-member LLC that
msIneVwdWvdr the US)
5 Address (number. street. and apt. or suite no.) See Instructions.
110 Howe Rd
Requester's name and address (optional)
e City, state, and 21P code
Laramie, WY 82070
7 List account number(s) here (optional)
Taxpayer Identification Number (TIN)
your TIN In the aoorooriate box. The TIN provided must match the name given on line i to avoid
J social security number
backup withholding. For individuals, this is generally your social security number (SSN). However, for a
resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other
entities, it is your employer identification number (EIN). If you do not have a number, see How to get a
TIN, later.
Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and
Number To Give the Requester for guidelines on whose number to enter.
or
employsr ldannllostion number
2
0
8
6
5
8
3
5
5
Part II
Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be Issued to me); and
2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certlllcatlon instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid,
acquisition or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement (IRA), and generally, payments
other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the Instructions for Part II, later.
Sign
Here
ateneture ofd
U.S. parson►
Date P. 1/4/2022
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments. For the latest Information about developments
related to Form W-9 and its instructions, such as legislation enacted
after they were published, go to www.6s.gov/FormW9.
Purpose of Form
An individual or entity (Fore W-9 requester) who is required to file an
information retum with the IRS must obtain your correct taxpayer
identification number (TIN) which may be your social security number
(SSN), individual taxpayer identification number (MN), adoption
taxpayer identification number (ATIN), or employer Identification number
(EIN), to report on an Information return the amount paid to you, or other
amount reportable on an Information return. Examples of information
returns include, but are not limited to, the following.
• Form 1099-INT (interest earned or paid)
• Form 1099-DIV (dividends, Including those from stocks or mutual
funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross
proceeds)
• Form 1099-B (stock or mutual fund sales and certain other
transactions by brokers)
• Form 1099-S (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest), 1098-E (student loan interest),
1098-T (tuition)
• Form 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S. person (including a resident
alien), to provide your correct TIN.
If you do not return Form W-9 to the requester with a TIN, you might
be subject to backup withholding. See What is backup withholding,
later.
Cat. No. 10231X
Form W-9 (Rev. 10-2018)
TIGEINC-01
JESSIES
AW O'
CERTIFICATE OF LIABILITY INSURANCE
DATE (IM,DO/YYYY)
4127/2022
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(8), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(Ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on
this certificate does not confer rights to the certificate holder in lieu of such sndorsemaH(s).
PRODUCER
Mountain West In & Fin Sery LLC
510 Bell Ave
Alamosa, CO 81101
INSURED
TlgerTree, Inc. dba TlgerTree Land Management
110 Howe Rd
Laramie, WY 82070
Weir Jessie Salazar
FN°' a E.q: (719) 599-7741
)E ssi.slamtnwst.com
MURMUR AFFORDING COVERAGE
I PA, Nol: (719) 589.5757
INSURER A:The Cincinnati spiclelly Underwriters Bitumen Company
INSURER B : Cincinnati Insurance Company
INSURER c : Pinnacol Assurance
INSURER 0 :
NAIC e
13037
10677
41190
INSURER E :
INSURER F
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.
TYPE OF INSURANCE
N
p
POLICY NUMBER
/YIIO D0I YT n
POUCY EXP
DilinIEWYMI
LIMITS
A
X
COMMERCIAL GENERAL maxim
X
x
CSU0154717
7/31/2021
7/3112022
EACH OCCURRENCE
$ 1,000,000
Nag Ea vocumencel
5RENTED 100.000
CLAIMS -MADE
X
OCCUR
MED EXP (A One WWI)
M
$ 1,000
PERSONAL a ADV INJURY
S 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEML
AGGREWIF
POLICY
OTHER:
LIMIT APPLIES
PER:
LOC
PRODUCTS - COMP(OP AGG
$ 2,000,000
S
B
AUYtIIfome
X
UAelure
AUTO
AAU��TTOSS� ONLY
AUTOS ONLY
X
X
AUTOS
BMW
X
X
ENP05858121EBA0585812
7/3112021
7/31/2022
CO BED SINGLE LIMIT
lEeANY
S 1,000,000
E mmLLy g&AJRY peer Qarso„)
$
BODILY IITNYµ1I�tYMUp'(e�rEaoddaol)
5
LP6L� aocitleM)
$
S
UMBRELLA LIAB
EXCESS LIAB
—
OCCUR
CLAIMS -MADE
EACH OCCURRENCE
S
AGGREGATE
$
DEO I I RETENTIONS
$
C
Irr� B UsmioN
ASIL1T
ANY PROPRI ORIPEMEDREECUME
yyYStl,�� SCRIPTtDN OPERATIONS below
DE
YIN
N/A
4141111
1W1/2021
10/1/2022
&
LL EACH ACCIDENT
1,000,000
$
E -L- DISEASE -EAEMPLOYEE,
$ 1,000,000
L LJA
E.DISEASE - POLICY IIT
$ 1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Addelensi Re n*Iba Schedule, may be attached I man space Is numbed).
Certificate Holder is named as Additional Insured reg ng General Liability and Auto Liability. Waiver of Subrogation Applies. Professional Liability Included
under the General Liability, Form CSIA405 (08/09)-0.
CERTIFICATE HOLDER
CANCEL
N
Weld County
1150 0 Street
Greeley, CO 80631
SHOULD ANY OF THE ASOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
goll0
ACORD 25 (2016/03)
01988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
Contract Form
New Contract Request
Entity Information
Entity Name*
TIGER TREE INC
Contract Name*
TREE REPLACEMENT VARIOUS LOCATIONS
Contract Status
CTB REVIEW
Contract Description *
REPLACE TREES AT VARIOUS LOCATIONS
Contract Description 2
Contract Type
CONTRACT
Amount*
$69,08.25
Renewable*
NO
Automatic Renewal
Grant
IGA
Entity ID*
{0003 7790
❑ New Entity?
Contract ID
5832
Contract Lead*
SGEESAMAN
Contract Lead Email
sgeesamang)co.weld.co.us
Parent Contract ID
Requires Board Approval
YES
Department Project #
Department Requested BOCC Agenda Due Date
BUILDINGS AND GROUNDS Date* 05x'21 2022
05 25:2022
Department Email
CM-
BuildingGroundscreldgov.c
O1T1
Department Head Email
CM-BuildingGrounds-
DeptHeadg weldgov.com
County Attorney
GENERAL COUNTY
ATTORNEY EMAIL
County Attorney Email
CM-
COUNTYA I I ORNEY 4WELDG
OV.COM
If this is a renewal enter previous Contract ID
If this is part of a MSA enter MSA Contract ID
Will a work session with BOCC be required?*
NO
Does Contract require Purchasing Dept. to be included?
YES
Bid/REP #*
B2200081
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*
12 19 2022
Renewal Date
Termination Notice Period
Committed Delivery Date
Expiration Date*
12 19x`2022
Contact Information
Contact Info
Contact Name
Purchasing
Purchasing Approver
CHERYL PATTELLI
Approval Process
Department Head
TOBY TAYLOR
DH Approved Date
05; 17 2022
Final Approval
BOCC Approved
BOCC Signed Date
BOCC Agenda Date
05:'23:2022
Originator
SGEESAMAN
Contact Type Contact Email
Finance Approver
CHERYL PA I I ELL[
Contact Phone 1
Purchasing Approved Date
05. 18,+2022
Finance Approved Date
05:18,2022
Tyler Ref #
AG 052322
Legal Counsel
BRUCE BARKER
Contact Phone 2
Legal Counsel Approved Date
05;1812022
FACILITIES DEPARTMENT
PHONE: (970) 400-2023
FAX: (970) 304-6532
WEBSITE: www.co.weld.co.us
1105 H STREET
P.O. BOX 758
GREELEY, COLORADO 80632
May 4, 2022
To: Board of County Commissioners
From: Toby Taylor
Subject: Tree Replacement at Various locations (B2200081)
As advertised, this bid is for replacement of trees at various locations that have died. The low bid is
from Tiger Tree Inc. and meets specifications.
Therefore, the Facilities Department is recommending the award to Tiger Tree LLC in the amount of
$69,083.25
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
05/1
ZoZZ- I Z33
6coc7!4
DATE OF BID: APRIL 28, 2022
REQUEST FOR: TREE REPLACEMENT AT VARIOUS LOCATIONS
DEPARTMENT: FACILITIES
BID NO: B2200081
PRESENT DATE: MAY 2, 2022
APPROVAL DATE: MAY 16, 2022
VENDOR
TIGER TREE, INC
110 HOWE RD
LARAMIE, WY 82070
WELD COUNTY PURCHASING
1150 O Street, Room #107, Greeley, CO 80631
E-mail: cmpetersna.weldgov.com
E-mail: reverettc weldgov.com
Phone: (970) 400-4223 or 4222
Fax: (970) 336-7226
START FINISH GRAND
DATE DATE TOTAL
05/23/22 06/03/22 $69,083.25
THE FACILITIES DEPARTMENT IS REVIEWING THE BID.
2022-1233
05/0Z,
5GIC)0V-V
Hello