Loading...
HomeMy WebLinkAbout20202882.tiffBOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Tree Disposal Services DEPARTMENT: WELD COUNTY PUBLIC WORKS DATE: lcic2gl:90� PERSON REQUESTING: Duane R. Naibauer, Deputy Director of Operations Brief description of the problem/issue: The original agreement for the Tree Disposal Service at East Davis and Mead Grader Shed can be extended from September 19, 2022, to November 7, 2023; as permitted by the contract. These extensions would be in the second year of a possible three-year term limit. The contract also allows for yearly rate adjustments based upon the current Denver/Boulder/Greeley CPI index. The Denver/Boulder/Greeley CPI index is 7.05%. Aesthetic Alternative Recycling (East Davis) and (Mead Grader Shed) have requested a per cubic yar price increase for removal of existing stockpiles on site, after-hours and additional tree price per cubic yard for 2022. Aesthetic Alternative Recycling has requested an increase on their 2022 bid schedule of 6.70%. This increase did not exceed the price per cubic yard beyond the C.P.I. index. They will be awarded additional services on an as needed basis. Attached to this pass around is a copy of the 2022 Fee Schedule. The budget amount in 2022 for this contract is $35,000, the total lump sum contract price for both sites would be $30,10.00. Aesthetic Alternative Recycling were awarded this contract in 2020 original contract ID #4287, bid #82000176 as the low bid contractors and the Public Works Department has been satisfied with their work. What options exist for the Board? (include consequences, impacts, costs, etc. of options): The Board may either approve or deny the contract renewal/extension. Recommendation: Public Works recommends approval for Oxford Recycling Inc, and Aesthetic Alternative recycling LLC, under the Tree Disposal Services contract. A rove Schedule Recommendation Work Session Other/Comments: Perry L. Buck - Mike Freeman, Pro -Tern Scott K. James, Chair Steve Moreno �V G Lori Saine q�a� rt, 4• a CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS 1 AND Aesthetic Alternative Recycling This Agreement Extension/Renewal (Renewal"), made and entered into_ day of November, 2022 by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Pubiic Works hereinafter referred to as the "Department", and Aesthetic Alternative Recycling, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as 20202882, approved on DoosittdBtn2,2WQ. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The original contract was approved on December 2, 2020. That original agreement was extended fora one-year term and approved by the Board of County Commissioners on October 25, 202,. • The parties now agree to extend the Original Agreement for an additional one-year period. • The Renewals, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. The attached 2022 Bid Schedule, attached, replaces the 2021 Bid Schedule. • Al) other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRA OR�:1 - Signature BOA OF COUNTY COMMISSIONERS WE CO ,COLORADO Chair AT'IES" 2C23 Clerk a Board _ �^ v Deputy Clerk to a Bo rd 1861. tea • O588i- 1) $ L=Q Sum Removal and disposal off all n tree debris/material from the East Davis �c I site that exist on the site as of October 17, 2022. Processing method and end - disposal of tree material to be approved by Weld County. 2) $ Lump Sum Removal and disposal off all tree debris/material from the Mead Grader Shed that exist on the site as of October 17, 2022. Processing method and end -disposal of tree material to be approved by Weld County. 3) $ Qer cu. yd Rate that tree limbs to be disposed of and hauled off site. (All costs shall be included in cu. yd rate). THIS RATE WILL BE USED IF ANY TREE DEBRIS/MATERIAL IS ADDED TO EAST DAVIS OR MEAD GRADER SHED PILES AFTER TREE PILES HAVE BEEN BID FOR 2022 AND FOR THE REMAINDER OF THE 2022 CONTRACT IF THE CONTRACT IS EXTENDED. 4) $er cu_ yd Contractor to be available when needed for after hours due to storms or anything classified as urgent or emergency by county personnel. (Cost of disposal to be included in cu. yd rate) Bidder agrees to perform all work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on quote for actual labor and equipment hourly rate for services. SIGNATURES: Dated this tq day of 2022 FIRM NAME: BY: � L 1 5 TITLE: c '� BIDDER'S LEGAL SIGNATURE: STATE OF INCORPORATION: CC) ADDRESS: TELEPHONE NO. FAX NO. Tc23 7% c New Contract Request Entity Information Entity Name* Entity ID * ❑ New Entity? AESTHETIC ALTERNATIVE RECYCLING W00O14527 INC Contract Name* Contract ID Parent Contract ID TREE DISPOSAL 6438 Contract Status Contract Lead* Requires Board Approval CT6 REVIEW DNAIPAUER YES Contract Lead Email Department Project # dnaibauer(Pco.weld.co.us Contract Description* DISPOSE OF TREE STOCK PILES AT DAVIS EAST SITE AND MEAD GRADER SHED Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date AGREEMENT PUBLICWORKS Date* 1 1"(331'2022 1 /0712022 Amount* Department Email $35,000.00 CM- Will a work session with BOCC be requiredi* PublicWorksveldgov.com NO Renewable* NO Department Head Email Does Contract require Purchasing Dept. to be included? CM-PublicWorks- Automatic Renewal DeptHeadAweldgov.com Grant County Attorney KARIN MCDOUGAL IGA County Attorney Email KMCOO0GALWCOWELD CO. US If this is a renewal enter previous Contract ID If this is part of a vitA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in Cn&ase Contract Dates Effective Date Review Date* Renewal Date 03,` 182023 Termination Notice Period Committed Delivery Date Expiration Date* 11 ;`07 2023 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel JAY MCDONALD CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 11/03/2022 11/042022 1107/2022 Final Approval BOCC Approved Tyler Ref # AG 11O922 BOCC Signed Date BOCC Agenda Date 11/09/2022 Originator DNAIBAUER ER C +v'-aC - I1 555 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Tree Disposal Services DEPARTMENT: WELD COUNTY PUBLIC WORKS DATE: 9/16/21 PERSON REQUESTING: Duane Naibauer, Road and Bridge Construction Supervisor Brief description of the problem/issue: The original agreement for the Tree Disposal Service at East Davis and Mead Grader Shed can be extended from September 20, 2021, to September 19, 2022, as permitted by the contract. These extensions would be in the second year of a possible three-year term limit. The contract also allows for yearly rate adjustments based upon the current Denver/Boulder/Greeley CPI index. The Denver/Boulder/Greeley CPI index is 2.10%. Aesthetic Alternative Recycling (East Davis) and (Mead Grader Shed) have requested a per cubic yard price increase for removal of existing stockpiles on site, after-hours and additional tree price per cubic yard for 2021. Aesthetic Alternative Recycling did not increase the price per cubic yard beyond the C.P.I. index. They will be awarded additional services on an as needed basis. Attached to this pass around is a copy of the contract extensions/renewals and the 2021 Fee Schedule. The budget amount in 2021 for this contract is $35,000, the total lump sum contract price for both sites would be $16,810.00. Aesthetic Alternative Recycling were awarded this contract in 2020 original contract ID #4287, bid #B2000176 as the low bid contractors and the Public Works Department has been satisfied with their work. What options exist for the Board? (include consequences, impacts, costs, etc. of options): The Board may either approve or deny the contract renewal/extension. Recommendation: We recommend approval for Oxford Recycling Inc, and Aesthetic Alternative recycling LLC, under the Tree Disposal Services contract. Approve Schedule Recommendation Work Session Other/Comments: Perry L. Buck _(O Mike Freeman rVe Scott K. James, Pro -Tern Steve Moreno, Chair Lori Saine _ Zozo- EC-00i$___. iulz51zoz,1 117/02c1/c2-I 2021 BID SCHEDULE FOR Aesthetic Alt. Inc. 0 1) $ 1� Lump Sum Removal and disposal off all tree debris/material from the East Davis site that exist on the site as of September 15, 2021. Processing method and end -disposal of tree material to be approved by Weld County. 2) $ t �' Lump _Sum Removal and disposal off all tree debris/material from the Mead Grader Shed that exist on the site as of September 15, 2015. Processing method and end -disposal of tree material to be approved by Weld County. 3) $ ` V1 per cu. vd Rate that tree limbs to be disposed of and hauled off site. (All costs shall be included in cu. yd rate). THIS RATE WILL BE USED IF ANY TREE DEBRIS/MATERIAL IS ADDED TO EAST DAVIS OR MEAD GRADER SHED PILES AFTER TREE PILES HAVE BEEN BID FOR 2021 AND FOR THE REMAINDER OF THE 2021 CONTRACT IF THE CONTRACT IS EXTENDED. 4) $ per Cu. yd Contractor to be available when needed for after hours due to storms or anything classified as urgent or emergency by county personnel. (Cost of disposal to be included in cu. yd rate) Bidder agrees to perform all work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on quote for actual labor and equipment hourly rate for services. SIGNATURES: Dated this 10 day of Si ptem b('Y' 2021 FIRM NAME:_ AeStyiC1Ci i✓ At-r4Wr1# iV,i I-C(4412(lYA BY: I .L4 Y1 S _ TITLE: DWn -(/Y BIDDER'S LEGAL STATE OF INCORPORATION: GO I 0 ✓'at 40 ADDRESS: 2-450 S• Sj r u.t I.Sci V1% b-P�'1VP�' , (i) gp23 j �G41,r n Gl, � TELEPHONE NO.G . 3 1M_ DIf UO FAX NO. CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND Aesthetic Alternative Recycling This Agreement Extension/Renewal ("Renewal"), made and entered into Lday of October 2021 by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and Aesthetic Alternative Recycling, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as 20202882, approved on December 2. x020. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which Is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The current term of the Original Agreement will end on September 19. 2021. • The parties agree to extend the Original Agreement for an additional one-year period, which will begin September 20. 2O2L and will end on September 19, 2022. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. The 2021 Bid Schedule, attached, replaces the 2020 Bid Schedule. • Ali other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR. Printed a rr,,,, Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair OCT 2 U 2021 ATTI Weli BY: ,o,ZO -21Y New Contract Request Entity Information Entity Name* Entity 1Ok AESTHETIC ALTERNATIVE RECYCLING L 10034527 INC Contract Name* TREE TUB GRINDING DISPOSAL Contract Status CTB REVIEW ❑ New Entity? Contract ID 5345 Contract Lead* DNAIBAUER Contract Lead Email dnai bau e ro)co.weld.co. u s Parent Contract ID Requires Board Approval YES Department Project # Contract Description * TUB GRIND AND DISPOSE OF TREES STACKPILED AT DAVIS EAST AND ON CALL SERVICES FOR TREE DISPSAL THRUUOUT THE YEAR AS NEEDED. Contract Description 2 Contract Type * Department AGREEMENT PUBLIC WORKS Amount* Department Email $35,000.00 CM- Publ icWorks=:weldgov.com Renewable * YES Department Head Email CM-PublicWorks- Automatic Renewal DeptHea&Aveldgov.com Grant County Attorney BOB CHOATE ICA County Attorney Email BCHOATE )CO.WELD.CO.US If this is a renewal enter previous Contract ID if this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Due Date Date* 1021 2021 1025, 2021 will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP#* B2000176 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date* 0705:2022 09202022 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD NALD DH Approved Date 10120/2021 Final Approval 8OCC Approved 8OCC Signed Date 8OCC Agenda e 10/25/'2021 Originator DNAIBAUER Contact Email Contact Phone 1 Purchasing Approved Date 10/20/2021 Finance Approver CONSENT Finance Approved e 10/20/202] Tyler Ref AG 102521 Contact Phone 2 Legal Counsel CONSENT Legal Counsel Approved Date 10'20/2021 SI.]Uj IA t f FOR THE for Weld County Public Works Road & Bridge Division 1111 H Street P.O. Box 758 B2000176 Greeley, Colorado 80632 970-304-6496 ` o2C720- 02882 �-�✓a 1 REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: AUGUST 28, 2020 BID NUMBER: #B2000176 DESCRIPTION: TREE DISPOSAL SERVICES DEPARTMENT: PUBLIC WORKS DEPT MANDATORY PRE -BID CONFERENCE DATE: SEPTEMBER 9, 2020 BID OPENING DATE: SEPTEMBER 18, 2020 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: TREE DISPOSAL SERVICES A mandatory pre -bid conference will be held on Wednesday, SEPTEMBER 9, 2020 at 10:00 AM at the Weld County East Davis Farm located on 23782 WCR 60.5/Hwy 263 between WCR 47 and WCR 49 (South side of road). Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. We will be adhering to current state social distancing guidelines. Bids will be received for the above stated equipment up to, but not later than: Friday, SEPTEMBER 18, 2020 at 10:00 AM (Weld County Purchasing Time Clock). **PLEASE NOTE: Due to the recent events surrounding the Coronavirus (COVID-19) pandemic, some county employees are teleworking; therefore, the bid opening will be held via a Skype Conference Call. See page 20 for conference call information.** 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 10. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. B2000176 2 Bid Delivery to Weld County: 1. Email. Due to the Coronavirus (COVID-19), emailed bids are required. Bids may be emailed to bids@weldgov.com; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet 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/Purchasing 'Director/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set 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/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (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. B2000176 3 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, 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. The bidder is responsible for ensuring that all information B2000176 4 contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24- 72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. B2000176 5 I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a 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 B2000176 6 period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. B2000176 7 T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. 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/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non- payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible forthe payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self - insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of 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 B2000176 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. 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 B2000176 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. B2000176 10 ACKNOWLEDGEMENT OF BID DOCUMENTS Bid Opening Checklist: All of the foilowina aas must be submitted wtth every bid submittal. Failure to submit any of three documents will disausftyyour bid ul Receipt of addenda(s), if any, should be signed. (page 12) i>' W-9 (page 13) Statement of Qualification (must be signed and notarized) (pages 14-16) Cd' Anti -Collusion Affidavit. (page 17) V Bid Schedule (pages 19) I have initialed each of the above items and have fully executed the corresponding documents. I hereby Acknowledge and understand the above required bid documents. thetiG 0lE Yn 1IVV 4reC W(i'1� (Contractor) Dated this I Oth day of eemey 20_ By:______________________ Title:Yllr RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No.____�� Addendum No. Addendum No, Date: By: Date: By: Date: By: �'"''• Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed. SIGNATURES: Dated this 1 0 ' h day of Tt 2 ty YYl b�/V .20 2.0 FIRM NAME:_ testhtii au nt TIVf BY: '44V -tic L(ttto TITLE: MG►har BIDDER'S LEGAL SIGNATUF STATE OF INCORPORATION: CO IOYa GtO ADDRESS: 2410 S. St.j acws-e Way Dw-el -, W SD231 TELEPHONE NO: ('0'7i)7cjp-''& Q FAX NO: 010, ATTEST: PIINN1L4 Qt. 7501 E. Lowry Blvd. ASSURANCE Denver, CO 80230-7006 303.361.4000 / 800.873.7242 Pinnacol.com NCCI #: WC0003138 Policy #: 3228986 Aesthetic Tree Service Inc & Aestheti 2450 S Syracuse Way Denver, CO 80231 ENDORSEMENT: Blanket Waiver of Subrogation CRS, Commercial Risk Solutions, Inc 6600 E. Hampden Ave Suite 200 Denver, CO 80224 (303) 996-7800 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us, This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE To any person or organization when agreed to under a written contract or agreement, as defined above and with the insured, which is in effect and executed prior to any loss. Effective Date:June 1, 2020 Expires on: June 1, 2021 Pinnacol Assurance has issued this endorsement May 19, 2020 7501 E. Lowry Blvd Denver, CO 80230-7006 Page 1 of 1 P SISSELJ - Underwriter 05/1912020 11:38:12 3228986 56007785 359-B STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT: S'e P t ern b&V 1 0, 2020 All questions herein must be answered by all bidders and the information given must be legible, clear in meaning and comprehensive. The bidder will not be given the opportunity to further explain or defend any answers beyond the time that this statement is submitted with the bid. This statement must be notarized. Questions may be answered on separate attached sheets if necessary. The Bidder may attach and submit any additional information which is believed to be pertinent to this bid. Failure to complete this form pursuant to the directions herein may be cause for rejection of the bid. All bidders are reminded that a contract for the work described in the Contract Documents will be awarded to the lowest reliable, responsible and qualified bidder as determined by the County. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Name of Bidder (Company or Firm): Olest 'wfl G a ti r 1 't -jive Permanent main office address: 7-40 i. cjrcl`cwe, Wa "d Phone Number: (3O 1& —i(.PLe0 Fax Number: n 1 3. Year Company was organized:. 2007 4. Number of years this Company has been engaged in similar projects as outlined in this bid: Under what firm, company or trade names has this company been engaged in this type of business, how long under each name, and how long has each company been bonding work? a ath�1 o a L-ce Vv a -riot r ewC/I I n 4- (3 c9?4rs 6. List all projects that the Company has under contract at the present time. Show the contract amount and the anticipated date of completion for each: G COIA q of broaylfi e! A $ IS, 000 `� zZ W An (oAY ij LaflM)II $ Zvi, i 7. List all contracts which were not completed by the contracted and completion date. Include the project description and state the number of days beyond the contract completion date. fl )&' a' 8. List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. flJ4 o, 9. Describe all contracts that the Company failed to complete. nIZ 10. Describe all contracts on which the Company defaulted or from which the Company was terminated. 11. List all of the subcontractors the Company Intends to use under this contract, the work that each subcontractor will do and the percents a of the Company's bid that each contractor's work comprises. IF REQUESTED, THOSE CONTRACTORS BEING FURTHER CONSIDERED FOR AWARD SHALL FURNISH WITHIN 24 HOURS AFTER THE BID OPENING A SEPARATE STATEMENT OF QUALIF16ATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM (FIFTEEN PERCENT) 16% OR MORE OF THE WORK. SUBCONTRACTOR WORK DESCRIPTION % OF WORK 12. List the principal members of the company who will be involved with this project. PERTINENT NAME I-VVtic Y tt� 9:i. (1ongn't c rf(- YRS. TITLE EXPERIENCE owner o Man1.g W l3 .DriV �jD t 13. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. n I The undersigned hereby swears and affirms that the information contained herein is complete and true and further, hereby authorizes and requests any person, company, firm or corporation to furnish any information requested by the County of Weld in verification of the recitals comprising this Statement of Qualifications and Subcontractors. Dated this !Dth day of Sep t t°m b€V 202Q_ Bidder: aeitYtenc a Ltt'VYIA IVfr YP'ajL l ►n Company By: Signature Name: 't Y11 6 -t1;C (Please Type) Title: m orl d elir NOTARY County of 1cca e • C) ) ss. State of G≥ i Being duly sworn, deposes and says that he is and '� �`�U(�►e+( Of t`QSti\L At vx UL{e cUt�� (Title) (Company Name) That the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this Its,* day of Crr lyi Y' . 20 tiU NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20114038317 COMMISSION EXPIRES 09, B20001/6 1n COLORADO DEPARTMENT OF TRANSPORTATION ")JE TNo ANTI -COLLUSION AFFIDAVIT I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, ti not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm, I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communlcatlon or agreement for the purpose or with the effect of restricting competition with arty other firm or person who Is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 28. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to sotidt, cause of Induce any firm or person who Is a bidder or potential prime bidder to retrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non. competitive bid or other form of complementary bid. 33. No agreement has been promised or solicited for any other firm or person who Is a bidder or potential prime bidder on this project to submit an intenbonaity high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm of person to submit any Intentionally high, noncom- petitNe or other form of complementary bid. 5. My firm has not offered or entered Into a subcontract or agreement regarding the purchase or sate of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, In consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any Intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any term or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my tirrrrs submitting any Intentionally high, nocompetitive or other form of Complementary bid, or agreeing or promising to do so, on this project 7. 1 have made a diligent inquiry of aft insulters, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated In any communication, consultation, discussion, agreement, coiit�ton, or other conduct inconsistent with any of the statements and representations made In this affidavit. 8. 1 understand and my firm understands that any misstatement in this affidavit is and shad be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract, I DECLARE UNDER PENALTY OF PERJURY iN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE CC111f IOf' 'nn .,: gompaly mmle gesthe-rc.aeternciiive r4 yc4irg Sworn to before me this 1.((.0 day of N�I;tryAinB.; NOTE: This document must be signed in ink. ,n[eM lqn 2O',L) NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20174038317 CDOr Farm Neu 1102 320000176 17 The Contract may and will be used at the option of other Weld County Departments. 2020 BID SCHEDULE 12 00 1) $ Lump Sum Removal and disposal off all tree debris/material from the East Davis site that exist on the site as of September 9. 2020. Processing method and end -disposal of tree material to be approved by Weld County, 2) $' 3,000 Lump Sum Removal and disposal off all tree debris/material from the Mead Grader Shed Gravel Pit Site that exist on the site as of September 9 202n Processing method and end -disposal of tree material to be approved by Weld County. cOO 3) $ g per cu vd Rate that tree limbs to be disposed of and hauled off site. (All costs shall be included In cu yd rate). THIS RATE WILL BE USED IF ANY TREE DEBRIS/MATERIAL IS ADDED EAST DAVIS OR MEAD GRADER SHED AFTER September 9.2020. TO THE TREE DEBRIS PILES AT THE EAST DAVIS OR MEAD SITES AND FOR 2021 AND 2022 IF THE CONTRACT IS EXTENDED. cOD 0' 4) $ per cu vd Contractor to be available when needed for afterhours due to storms or anything classified as urgent or emergency by county personnel. (Cost of disposal to be included in cu yd rate) Items #1 and #2 Cutoff date for contract renewal for 2"d and 3rd year option will be determined by Weld County Road and Bridge Construction Supervisor depending on quantity of trees stockpiled for the season. Two-week notice will be with bid due date and time given when notified for each yearly bid. Items #3 and #4 Yearly bid price for each contract year will be set by bid schedule for that contract year with a start date and end date specified at the time of yearly bid schedule. Estimated cubic yard quantities and total price on trees stockpiled after the Initial cutoff date will be estimated to road and bridge construction supervisor via email or In writing. To be approved In writing or by email by Road and Bridge supervisor prior to removal of those trees. B2000176 19 FIRM Ci atErna-cjv/ r(uoI In BUSINESS ---� ADDRESS 2-4c)O c. St4rU(i(4Scli w�tj CITY, STATE, ZIP CODE b -en Va-, o 23 f TELEPHONE NOS - FAX n(� TAX ID # OZ' OgDo PRINTED NAME AND SIGNATURE E-MAIL jib DATE 04110 rtic I-att& 1 Mnotgev **ALL BIDDERS SHALL PROVIDE A W-9 AT TIME OF BID OPENING"' WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO END BACK PAGES 1 - 0, ATTE 82000176 Clerk to the BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ,'\( /1fl Freeman, Chair Gc 0 2 2020 Rose Everett From: Kurt Katte <aestheticdenver@gmail.com> Sent: Wednesday, September 16, 2020 3:59 PM To: bids; Rose Everett Subject: Re: Request for Bid #B2000176 Attachments: Weld County Bid 2020.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Apologies for the error regarding bid #B2000176. Attached is an updated bid reflecting appropriate figures. Thank you for catching that and reaching out, Rose! Kurt Katte Manager (303) 888-9465 aestheticdenver com On Wed, Sep 16, 2020 at 12:20 PM Kurt Katte <aestheticdenver@Arnpii.com> wrote: Hello, Please see our attached bid for Weld County 2020 Tree Disposal Services. We will also upload to bidnet direct when upload is available. Thank you for the consideration, Kurt Katte Manager (303) 888-9465 nest h eticdenver com W-9 Request for Taxpayer Form Give Form to the (Rev. October 2018) Identification Number and Certification requester. Do not bepanmeru of the Twaaxy send to the IRS. internal Keane Service ► Go to Ia ww.hx Qov/FomtI% for instructions and the latest information. I Mane (at shown on your income tax retum). Name is required on INs line: do net leave thle line blank. aesth,v lc, ai-eerna fivtl ret,u5GtCn 2 Business nama/dlsregarded entity name, If different from above d7 3 Check appropriate box for federal tax classification of the person whose name Is entered on line 1, Check only one of the 4 Exemptions (codes apply only to following seven boxes, certain entities, not individuals; see 5 ❑ IndlvlduaVsole proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate instructions on page 3): single -member LLC , �[) Umlted liability company. Enter the tax classification (0•C corporation, S=S corporation, P=Partnership)►,_______ Exempt payee code (it any) / Notat Check the appropriate box In the Une above for the tax daselflcatlon of the single -member owner. Do not chock Exemption from FATCA reporting II LLC If the LLC Is classified as a single -number LLC that N disregarded from the owner unless the owner of tit. ! LC is another LLC that is rot disregarded Mom the owner for U. S federal tax purposes. Otherwise, a single -member LLC that code (if any) is disregarded from the owner should check the appropriate box for the tax classification of lie owrur, Oli er(ate frrotrUCttOft4)► Pwnrrac to eccounL-nwmeam colsve rho ll Sa 5 Addiess (murder, street, and apt. or suite no.) see Instructions. Requester's name and address (optional) 3 2-460 r. ra s WWj 6 City, State. and ZIP code D�Ye�V ( g'07 -',t I 7 Uet account number(s) hers (optional) II Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Sepal 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 — entitles, it Is your employer identification number (EIN). If you do not have a number, see How to cat a TIN, later, or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and fitoydewlncaticn number Number To Give the Requester for guidelines on whose number to enter. = (-(.„j . ( 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. Certification 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. 'rgn Signature of Here u.s. person ► %, / Date ► If f , ? C3 General Instructions • Form 1099-DIV (dividends, including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise • Form 1099-MISC (various types of Income, prizes, awards, or gross noted. proceeds) Future developments. For the latest Information about developments • Form 1099-B (stock or mutual fund sales and certain other related to Form W-9 and its instructions, such as legislation enacted transactions by brokers) after they were published, go to www.1rs.govfFormW9. • Form 1099-S (proceeds from rear estate transactions) Purpose of Form • Fonn 1099-K (merchant card and third party network transactions) An Individual or entity (Form W-9 requester) who Is required to file an • Form 1098 (home mortgage interest), 1098-E (student loan Interest), Information return with the IRS must obtain your correct taxpayer 1098-T (tuition) identification number (TIN) which may be your social security number • Form 1099-C (canceled debt) (SSN), Individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer Identification number • Form 1099-A (acquisition or abandonment of secured property) (EIN), to report on an Information return the amount paid to you, or other Use Form W-9 only If you are a U.S. person (Including a resident amount reportable on an information return. Examples of information alien), to provide your correct TIN. returns Include, but are not limited to, the following. If you do not return Form W-9 to the requester with a TIN, you might • Form 1099-) NT (Interest earned or paid) be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Nov. 10-2018) ACcRQI CERTIFICATE OF LIABILITY INSURANCE DATE(raM/DDmrvn 5!2O/2O2O THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the poilcy(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 nut confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Commercial Risk Solutions Scott Anderson CIC •__ ___ _ _ _L _ RE 303.1 6600 E Hampden Ave Ste 200 Denver 6-7833 _ ]r3O3-757 771 B RAW CO 80224 �e@g underson@crsdenvercorn M{BURERI6) AFFORDING COVERAGE MAx: r A, §§w insurance co. _ _ __a. — INSURED ASSTH 1 Aesthetic Alternative Recycling LLC e rR ,e : Plnnacol Assurance 41190 2450 S. Syracuse Way Denver CO 80231 xanan __ _— _ INsunaR D F: w w rlrn vcn I IrILq i c FeumDcn: u0115O4 HEVISILIN 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. LIMIT_ S SHOWN, MAY HAVE BEEN REDUCED BY PAID CLAIMS TVPE OF INSURANCE _ V Y N MBER LIMITS A X COMMERCIAL GENERAL LIABILITY Y 20CP003253280 6/20/2020 5/20/2021 EACHOCCURRENCE $1000,0(X! t-i f1 CLAIMS -MADE I -- 1 OCCUR p$FMLCFA(Baoccu 5500,000 _.. AEiEXjAnyonesotl $10,000 PERSONAL 8 ADV INJURY $1,000,000 GENL AGGREGATE LIMIT APPLIES PERGENERAL AGGREGATE 62°00000 POLICY JECT LI LOC PRODUCTS -COMP/OP AGG $2 000 000 OTHER; - - --- . $ A AUTOMOBILELL19IUTY BOA003253289 5/2012020 5/20/2021 S1,00D,000 X ANY AUTO BODILY INJURY (Per person) $ AUTOS SCHEDULED BODILY INJURY Per ecddent $ AUTOS ONLY AUTOS ( ) X HIRED NON -OWNED AUTOS ONLY AUTOS ONLY $ A UMBRELLALIAS X OCCUR 2000003253281 5120/2020 5120/2021 EACH OCCURRENCE $4,000,000 X EXCESS LIAR CLAIMS -MADE- AGGREGATE $4000 O0 XRETENTION $ WORKERS COMPENSATION H ANO CNP1.oYEf1O•wa1LITY Y/H 3228885 6/1/2020 6!1!2021 X STATUTE._ -1 ER. _ .. ANYPROPRI ETORIPARTNERIEXE0UTI V E OFFICERIMEMBEREXCLUDEO7N N/A E.L EACH ACCIDENT $1,000,0130 (Mandatory In NH) EL. DISEASE -_EA EMPLOYEE 01.000000 If yes. dasaibe under DESCRIPTION OF OPERATIONS below E L DISEASE - POLICY LIMIT $1,000,000 A Inland Merino 20CP003253280 5/20/2020 5/20/2021 Rentedfjd Equip. 25,000 ACV/Special j Deducible 1,000 DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES (ACORD 101, Addhional Remarks Schedule, maybe attached II more space is required) RE: All Projects Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents and volunteers are included as additional Insured on the General Liability With respect to ongoing and completed operations of the named insured for the certificate holder as required by written contract. All policy terms. Conditions and exclusions apply. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Weld County 1111 H Street AUTHORIZED REPRESENTATIVE Greeley CO 80632 ✓� , �.— e 1988.2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Entity Information Entity Name'* Entity ID* AESTHETIC ALTERNATIVE RECYCLING z00©34527 I N C. Contract Name * TREE DISPOSAL SERVICES Contract Status CTB REVIEW ❑ New Entity? Contract ID 4287 Contract Lead * DNAI BAU E R Contract Lead Email dnaibauer@co.weld.co.us Contract Description * DISPOSE OF TREES STOCKPILED AT EAST DAVIS AND MEAD GRADER STATION SITES. Contract Description 2 Parent Contract ID • Requires Board Approval YES Department Project # Contract Type * Department Requested BOCC Agenda Due Date AGREEMENT PUBLIC WORKS Date* 1112812020 12/02/'2020 Amount* Department Email $35,000.00 CM- Will a work session with BOCC be required?* PuhlicWorksW-weldgov.com NO Renewable YES Department Head Email Does Contract require Purchasing Dept. to be included? CM-Public'Works- Automatic Renewal DeptHead eldgov.con Grant County Attorney BOB CHOATE IGA County Attorney Email BCHOATECa=CO.WELD.CO. US If this is a renewal enter previous Contract ID if this is part of a MSA enter MSA Contract ID Notethe Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date * Renewal Date * Termination Notice Period Contact Information 0705%2021 Committed Delivery Date 0912012O21 Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD DH Approved Date 1201//'2020 Final Approval eocC Approved lC Signed Date I OCC Agenda Date 12/0212020 Originator O NAI BAU EFL Purchasing Approved Date 1201 2020 Finance Approver CONSENT Finance Approved Date 12;01/2020 Tyler Ref # AG 120220 Legal Counsel CONSENT Legal Counsel Approved Date 12/01'2020 MEMORANDUM TO: Board of Commissioners DATE: September 22, 2020 FROM: Jay McDonald, Director of Public Works SUBJECT: 2020 Tree Disposal Services, B2000176 The Public Works Department recommends that tree disposal at the East Davis site be awarded to Aesthetic Alternative Recycling at a lump sum cost of $12,300.00. We further recommend that tree disposal at the Mead Grader shed site be awarded to Aesthetic Alternative Recycling at a lump sum bid of $3,000.00. They were the lowest bidder for both locations. We recommend award to Aesthetic Alternative Recycling for additional tree disposal services if needed at a cost of $8.00 per cubic yard. A total of $35,000 has been budgeted for this service. This is a one year contract with the possibility of two additional one year extension periods. If you have any questions, please call me at extension 3761. M:mona:wordfiles/bids/mtreedisposal2020.docx 2020 - 28 82 F&ao r8 WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: rturf(@weldgov.com E-mail: reverett(�weldgov.com E-mail: mwalers(@weldgov.com Phone: (970) 400-4216,4222 or 4223 Fax: (970) 336-7226 DATE OF BID: SEPTEMBER 18, 2020 REQUEST FOR: TREE DISPOSAL SERVICES DEPARTMENT: PUBLIC WORKS DEPT BID NO: B2000176 PRESENT DATE: SEPTEMBER 21, 2020 APPROVAL DATE: OCTOBER 5, 2020 (contract renewal for up to two (2) additional years) VENDOR AESTHETIC ALTERNATIVE RECYCLING 2450 S SYRACUSE WAY DENVER CO 80231 EAST DAVIS SITE REMOVAL OF TREES AS AS OF SEPT 9, 2020 $12,300.00 MEAD GRADER PIT SITE RATE OF TREE RATE TO REMOVAL OF TREES AS LIMBS TO USE AS OF SEPT 9. 2020 DISPOSE & HAUL OFF NEEDED $3,000.00 $8.00/cu yd $8.00/cu yd OXFORD RECYCLING INC $12,600.00 No bid $4.00/cu yd $8.00/cu yd 2400 W OXFORD AVE ENGLEWOOD CO 80110 HAGEMAN EARTH CYCLE $25,850.00 $4,500.00 $8.50/cu yd $12.00/cu yd 3501 E. PROSPECT +- 3,942 cy to grind FT. COLLINS CO 80525 +- 2,168 cy to haul PUBLIC WORKS WILL REVIEW THE BIDS. 202®-2 d�2 6-O©75 Hello