Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20200443.tiff
by�w&(D�_5(OD BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Tree Trimming and Tree Removal Maintenance Contract DEPARTMENT: WELD COUNTY PUBLIC WORKS DATE: January 31, 2022 PERSON REQUESTING Duane R. Naibauer, Weld County Public Works Brief description of the problemlissue: The original agreement for the Tree Trimming/Removal Maintenance Contract can be extended from March 5, 2022 to March 4, 2023 as permitted by the contract. This extension would be in the third year of a possible three-year term limit. The contract also allows for yearly rate adjustments based upon the current Denver/Aurora/Lakewood CPI index, which has projected 7.05% increase from January 2021 to January 2022. American Arborist Services is requesting an increase of 3.61% with actual cost per line item listed on the 2022 Bid Schedule. Attached to this pass around is a 2022 Fee Schedule. The budget amount in 2022 for this contract is $225,000.00, American Arborist contract price would follow line represented by the 2022 bid schedule. American Arborist was awarded this contract in 2020 as the low bid contractor and the department has been satisfied with their performance. 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 American Arborist Services under the Tree Trimming and Removal contract. Schedule Work Session Other/Comments: Perry L. Buck Mike Freeman, Pro -Tern Scott K. James, Chair Steve Moreno Lori Saine yia Con�2 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS V AND AMERICAN ARBORIST SERVICES LLC This Agreement Extension/Renewal ("Renewal"), made and entered Into 4ay of M W. ,)2022. by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department",and American Arborist Service LLC hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") Identified by the Weld County Clerk to the Board of County Commissioners as document No. 2Q.QQJ.approved on March t. 2020. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which Is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The current term of the Agreement will end on March 4. 2022. • The parties agree to extend the Original Agreement for an additional one near period, which will begin March S. 2022. and will end on March 4. 2023. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. The 2022 Bid Schedule, attached, replaces the 2021 Bid Schedule. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Signature BOARD OF COUNTY COMMISSIONERS WELD UNTY, LORADO Scott K. James, Chair 19I4J U A X022 7'2420 3 2022 BID SCHEDULE OPTION #1: ENTIRE COUNTY (NORTH AND SOUTH OF U. S. HWY 34) $ hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and 93,00 per trim trees along with operation of bucket truck). 1 To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ 112.00 per hour trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ 93.00 per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. 2 To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ 112.00 per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -call" services for emergencies and after hours service. $ hour To provide a grapple truck only with operator(AND DRIVER) included for trash pickup 143.00 per along county right-of-way at various locations throughout Weld County. 3 To provide a grapple truck only with operator (AND DRIVER) included for trash $ 156.00 per hour pickup along county right-of-way at various locations throughout Weld County for "on - call" services for emergencies and after hours service. $ hour To provide stump grinder for the purpose of grinding stumps to a predetermined 83.00 per grade by Authorized county personnel at various locations throughout Weld County. 4 To provide stump grinder for the purpose of grinding stumps to a predetermined $ 93.00 per hour grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. $ lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and No Charge removed to dumpsite by County crews.(UP TO 30 DAYS ON SITE) Mobilization for "on -call" or emergency requests. This fee would apply after-hours 6 $ 166.00 lump sum due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. BID SUMMARY I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes. I further certify that the items offered for intended use by Weld County will meet all specifications it has so indicated on this bid form. American Arborist Service BUSINESS ADDRESS 9915 Navajo Ct. CITY, STATE, ZIP CODE Longmont, Colorado 80504 TELEPHONE NO. 303-833-2085 FAX NO. TAXPAYER I.D.# 84-0895033 BY: Roland Bunn TITLE: Owner DATE: January 18th 2022 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. CERTIFICATE OF EXEMPTION NO. 98-03551, ACE7►RLf CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 11 /17/2021 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 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 endorsement(s). PRODUCER Commercial Risk Solutions 6600 E Hampden NAME; $hell Lunder — -- — PHONE 303-996-7861,No:303 757 7719 Ave Ste 2OO Denver CO 80224 ADD s slun_derocrsdenver.com_ INSURE AFFORDING COVERAGE NAIC It T__.___ tNSURERA Transportation Insurance Co. 20494 INSURED AMARB-1 American Arborist Service INSURER B: National Fire Ins Co/Hartford 20478 9915 Navajo Court INSURERc: : Pinnacol Assurance 41190 _. Longmont CO 80504-9438 INSURERD: INSURER E INSURERF: : t,uVERAGES CERTIFICATE NUMBER:3252i077n acvIslnu ulnaanclo 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 POLICY NUMBER POLICY LIMITS A X COMMERCIAL GENERAL LIABILITY ( 5099290153 12/1/2021 12/1/2022 EACH OCCURRENCE $1,000,000 CLAIMS -MADE OCCUR _4J pRg� $ 100,000 ,,.. MED.EX) $ 15,000 .._� -., PERSONAL B ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY ❑ JEC5 LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: $ B AUTOMOBILELIABILI Y 5099290248 12/1/2021 12/1/2022 EeMBIN t) L IT $1,000,000 X ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED Li AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X HIRED XNON AUTOS ONLY PROPERTY DAMAGE $ AUTOS ONLY Lear acddenll UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LIAR .jcLAIMSSMADE I AGGREGATE $ _-_.-�_-- OO0 RETENTION $ $ C WORKERS COMPENSATION 4144860 12/1/2021 12/1/2022 X PER AND EMPLOYERS' EMPLOYERS' LIABILITY Y/N N _T STATUTE ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? ❑ N/A E.L. EACH ACCIDENT $ 100,000 (Mandatory In NH) If yes, describe under E.L. DISEASE - EA EMPLOYEE ----------------- $100.000 .�_.-. DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500,000 A Leased/Rented Equipment 5099290153 12/1/2021 12/1/2022 Limit 26,000 Deductible 1,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) All policy terms, conditions, and exclusions apply. Weld County Public Works PO Box 758 Greeley CO 80632-0758 ACORD 25 (2016103) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. C) 19tt8-ZU15 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Entity Information Entity Name* AMERICAN ARBORIST SERVICE Contract Na * TREE TRIMMING/TREE REMOVAL Contract Status CTB REViEW Entity ID* @00000237 ❑ New Entity? Contract ID 5626 Contract Lead DNAIBAUER Contract Lead Email dnaibauer@co.weld.co.us Contract Description * TREE TRIMMING AND TREE REMOVAL THRUOUT WELD COUNTY Contract Description 2 Parent Contract ID Requires Board Approval YES Department Project i Contract Type Department Requested BOCC Aqenda Due Date AGREEMENT PUBLIC WORKS Date* 02,'262022 03/02,/2022 Amount* Department Email $225,040.00 Cm- Will a work session with Bt7CC be required?* PublicWorksweldgov.com NO Renewable NO Department Head Email Does Contract require Purchasing Dept. to be included? CM-PublicWarks- Automatic Renewal DeptHead weldgovcom Grat County Attorney KARI N MCDOUGAL IGA County Attorney Email KMCl UGAL CO, #ELD.CO. S If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective e Review Date * Renewal Date 12/1912022 Committed Delivery Date Contact Information 03(04/2023 Expiration Date 03'04//2023 Contact Info Contact Name Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD DH Approved Date 02/26/2022 Final Approval 8OCC Approved 80CC Signed Date 80CC Agenda Date 03/02/2022 Originator DNAIRAUER Contact Type Contact Email Contact Phone 1 Purchasing Approved Date 02,/26/2022 Finance Approver CONSENT Finance Approved Date 02/26!2022 Tyler Ref # AG 030222 Contact Phone 2 Legal Counsel CONSENT Legal Counsel Approved Date 02;'26/2022 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Tree Trimming and Tree Removal Maintenance Contract DEPARTMENT: WELD COUNTY PUBLIC WORKS DATE: February 2, 2021 PERSON REQUESTING Duane R. Naibauer, Weld County Public Works Brief description of the problem/issue: The original agreement for the Tree Trimming/Removal Maintenance Contract can be extended from March 5, 2021 to March 4, 2022 as permitted by the contract. This extension 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/Aurora/Lakewood CPI index, which has projected 2.1% increase from January 2020 to January 2021. American Arborist Services is not requesting an increase with actual cost per line item listed on the 2021 Bid Schedule. Attached to this pass around is a 2021 Fee Schedule. The budget amount in 2021 for this contract is $225,000.00, American Arborist contract price would follow line represented by the 2021 bid schedule. American Arborist was awarded this contract in 2020 as the low bid contractor and the department has been satisfied with their performance. 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 American Arborist Services under the Tree Trimming and Removal contract. Approve Schedule Recommendation Work Session Other/Comments: Perry L. Buck Mike FreemanY1 Scott K. James, Pro -Tern Steve Moreno, Chair .✓- Lori Saine Cczv \cpckCk O/11 /.X b02 -/J7/' Joo-0L1L3 E&tco i9 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS a4.r.... AND AMERICAN ARBORIST SERVICES LLC This Agreement Extension/Renewal ("Renewal"), made and entered into day of February, 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 American Arborist Service LLC hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 202 O0443. approved on March 2. 2020. 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 March 4, 2021. • The parties agree to extend the Original Agreement for an additional one year period, which will begin March 5, 2021 and will end on March 4. 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: The 2021 Bid Schedule, attached, replaces the 2020 Bid Schedule. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: . Pri Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair FEB 7 21 ATT Wel BY: 4 i w ! OPTION #1: ENTIRE COUNTY NORTH AND SOUTH OF U. S. HWY 34 $ hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and per trim trees along with operation of bucket truck). To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ per hour trim trees along with operation of bucket truck) for "on -call" services for emergencies li 1. fj and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ c �; c) C; per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. 2 To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ lot d V� per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -call" services for emergencies and after hours service. $f. per hour To provide a grapple truck only with operator( ,N DRIVER included for trash pickup 4, along county right-of-way at various locations throughout Weld County. To provide a grapple truck only with operator ( NC3 t3F JVER included for trash $ /Is, oe, per hour pickup along county right-of-way at various locations throughout Weld County for "On call" services for emergencies and after hours service. $ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined .`c r£ ; grade by Authorized county personnel at various locations throughout Weld County. To provide stump grinder for the purpose of grinding stumps to a predetermined $ c� O,�,} /L per hour grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and removed to dumpsite by County crews .(t TO 30 DAYS ON SITE) Mobilization for "on -call" or emergency requests. This fee would apply after-hours 6 $ 1 B' lump sum due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. I certify that the above quotation is exclusive of any federal excise taxes and all other state and local taxes. I further certify that the items offered for intended use by Weld County will meet all specifications it has so indicated on this bid form. • Flinn�( 1\ i��•�i` �.i �� ��ta A� � f �!P ry i Q E I/ )_ BUSINESS ADDRESS _` 1 ., _ r `" CITY, STAFF, ZIP COD {ID r TELEPHONE NO. u - 2x3IY t O2 .; FAX NO. TAXPAYER I.D. 8Y: TITLE: DATE: o1 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. CERTIFICATE OF EXEMPTION NO. 98-03551.. New Contract Request Entity Information Entity * Entity ID* AMERICAN ARBORIST SERVICE X00000237 Contract * TREE TRIMMING/REMOVAL MAINTNANCE Contract Status CTB Contract Description" TRIM OR REMOVE TREES THRUOUT WELD COUNTY Contract Description 2 ❑ New Entity? Contract ID 4456 Contract Lead DNAIBAUER Contract Lead Email dnaibanerLmco.weld.co. us Parent Contract ID Requires Board Approval YES Department Project # Contract Type" Department Requested 11OCC Agenda Due Date AGREEMENT PUBLIC WORKS Date" 02,11;'21721 02'15 2021 Amount * Department Email $225,000.00 CM- Will a work session with BOCC be required?" PublicWorks- eldgov.com NO Renewable" YES Department Head it Does Contract require Purchasing Dept. to be included? CM-PublicWorks- Automatic a tic Renewal DeptHead� eldgov.corr Grant County Attorney GENERAL COUNTY ATTORNEY EMAIL IGA County Attorney Email CM- COUNTYATTOf NEY. ELDC OV.COM if this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnRase Contract Dates Effective Date * Renewal Date" 12'13 2021 03/0512022 Termination Notice Period itt Delivery Date Expiration Date Contact information Contact info Contact Maine Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing over Purchasing Approved Date CONSENT 02 f' 102021 Approval Process Department Head finance Approver JAY MCDONALD NA CONSENT DH Approved Date finance Approved Date 0211012O21 0210;2021 Final Approval P OCC Approved BOCC Signed Date EOCC Agenda Date 02,172021 Originator DNAiAUER Tyler Ref # AG 021721 Legal Counsel CONSENT Legal Counsel Approved Date 02,'1012021 con -1.f7 -z 313 MEMORANDUM TO: Board of Commissioners DATE: February 4, 2020 FROM: Jay McDonald, Director of Public Works SUBJECT: 2020 Tree Trimming & Tree Removal, B2000064 The Public Works Department recommends that the overall low bidder, American Arborist, be awarded the bid for tree trimming and tree removal. This is a one year contract with the possibility of two additional one year extension periods. There is $225,000.00 budgeted for this. If you have any ques . rrs - ease call me at extension 3761. (97 ' M:mona:wordfiles/bids/mtreetrimming20.docx &V\5w+ ad os/off./1.� cs- LfD) WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & AMERICAN ARBORIST SERVICES TREE TRIMMING AND TREE REMOVAL MAINTENANCE CONTRACT THIS AGREEMENT is made and entered into thisptOday of , 2020, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and American Arborist Services, a limited liability company who whose address is 9915 Navajo Ct. Longmont, CO 80504, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2000064". The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $225,000.00, which is the bid set forth in Exhibit A. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance 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 from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury $5,000 Medical payment one person Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Duane R. Naibauer. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: American Arborist Services Attn.: President, Roland E. Bunn Address: 9915 Navajo Ct. Longmont, CO 80504 E-mail: Arborbunn@gmail.com Phone:303-833-2085 County: Name: Duane R. Naibauer Position: Weld County road and Bridge Construction Supervisor 111Address: 1 l l l H Street, Greeley, CO 80632 E-mail: dnaibauer@weldgov.com Phone: 970-400-3786 or 970-381-4802 18. 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. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation 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 knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this 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. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this c day of , 2020. CONTRACTOR: : r'�f By Name: ' L. „ - ( Title: �,,, „ • WELD T ATTEST: Weldnty Clerk to the Deputy ¢irk to the rd_ Date - ,�, S -4r(/ BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ike Freeman, Chair MAR 0 2 ,2020 WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwalters(a)co.weld.co.us E-mail: reverett(c�co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: JANUARY 29, 2020 REQUEST FOR: TREE TRIMMING & TREE REMOVAL MAINT CONTRACT DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B2000064 PRESENT DATE: FEBRUARY 3, 2020 APPROVAL DATE: FEBRUARY 17TH, 2020 (1 YR CONTRACT W/EXTENDED TWO (2) ADDITIONAL ONE YEAR PERIODS VENDORS AMERICAN ARBORIST SERVICES 9915 Navajo Ct Longmont CO 80504 CoCAL LANDSCAPES SERVICES 333 E. 76TH AVENUE DENVER CO 80229 OPTION #1 $90/Hour $108/Hour $90/Hour $108/Hour $138/Hour $150/Hour $80/Hour $90/Hour No Charge/lump sum $160/lump sum $120/Hour $145/Hour $130/Hour $155/Hour $185/Hour $210/Hour $130/Hour $155/Hour $2,000/lump sum $250/lump sum OPTION #2 No Bid No Bid OPTION #3 No Bid No Bid t "aa. y --- Ca, c cry! WELD COUNTY I CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR 2020 Tree Trimming & Tree Removal Maintenance Contract (with options for 202112022) January 2020 for Weld County Public Works Road & Bridge Division 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-400-3786 TABLE OF CONTENTS The following provisions take precedence over Specifications or Plans and supplement the 2011 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications) which is to be used to control construction of this project. INVITATIONTO BID ............................ ....._........................................ _........ 2-4 BIDDING REQUIREMENTS Instruction to Bidders............................................................................. 4-8 Insurance Requirements.......................................... ... .......................... 9-10 Scope of Work & General Specifications.......................1.N........................ 11 BidSchedule..................................................................................... 12-13 BidChecklist....................................................................................... 14 Receiptof Addenda.............................................................................. 15 W-9................................................................................................... 16 Statement of Qualifications and Subcontractors........... 1 ............................ 17-19 Anti -Collusion Affidavit........................................................................1 20 CONTRACT FORMS Sample Contract ...............................................attached as a separate document B2000064 2 REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: JANUARY 15, 2020 BID NUMBER: B2000064 DESCRIPTION: 2020 TREE TRIMING & TREE REMOVAL MAINTENANCE CONTRACT DEPARTMENT: PUBLIC WORKS BID OPENING DATE: JANUARY 29, 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: 2020 TREE TRIMMING & TREE REMOVAL MAINTENANCE CONTRACT A mandatory pre -bid conference will be held on JANUARY 22, 2020 @ 10:00 AM at the Weld County Public Works Operations Large Conference Room. Located at: 1111 "H" Street, Greeley, Colorado 80631. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street, Room #107 Greeley, CO 80631 until: Wedpesday, Januy 29", 2020 cr_ 10:00 AM Weid County Purchasing Time Clock). 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 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 at two locations: On the Weld County Purchasing website at https:/lwww.weldgov.com/departments/purchasing/bids proposals located under "Bids / Proposals / Tabulations". And, on the Bidnet Direct website at https://www,bidnetdirect.com/. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com. 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. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. B2000064 3 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107, Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have 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. 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. 62000064 4 §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 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 B2000064 5 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. 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. B2000064 6 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 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. B2000064 7 R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. 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 sentthirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. B2000064 8 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. Successful bidders shall secure and deliver to the County at or before the time of execution of this B2000064 9 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. B2000064 10 Purpose Weld County Public Works is in need of a contractor to work with County crews described within this bid identified below for tree trimming and removal. Work under this contract will generally be pre -scheduled and coordinated. However, the County is also in need of "on -call" services for emergencies and after hours service. It is the County's preference to award to one vendor but will consider multiple vendors. Scope of Work and General Specifications: Weld County is soliciting proposals for Tree trimming Services in the following Locations: OPTION #1: ENTIRE COUNTY (NORTH AND SOUTH OF U. S. HWY 34) WORKING WITH COUNTY CREWS -Weld County will provide all traffic control -Weld County will provide trucks and trailers to remove all tree debris and pay dump fees OPTION #2: SOUTH COUNTY AREA ONLY (SOUTH OF U. S. HWY 34) WORKING WITH COUNTY CREWS -Weld County will provide all traffic control -Weld County will provide trucks and trailers to remove tree debris and pay dump fees OPTION #3: NORTH COUNTY AREA ONLY (NORTH OF U. S. HWY 34) WORK WITH COUNTY CREWS -Weld County will provide all traffic control -Weld County will provide trucks and trailers to remove tree debris and pay dump fees The contractor is required to be a licensed and/or qualified Arborist with a minimum of five (5) years' experience in removal and trimming of various types of trees. All tree pruning will be in accordance with the most recent version of the American national Standards institution ANSI Z133.1 Tree Care Operations, and ANSI A-300 Pruning and Removal Specifications. Proper PPE equipment will be required when working in traffic, around power lines or any inclement weather. The contractor will be responsible for any actions him and his crew do without the approval of Weld County's authority. The contractor will be required to furnish all tools, equipment, and repairs with safety at the forefront when doing work for and with Weld County crews. Hourly rates for Summer hours at a predetermined staging area to be from 0600 to 1630 Monday through Thursday from approximately April 2nd to September 1St unless otherwise directed by the Public Works Director. Winter hours are September 2nd through April 1st from 0700 to 1530 Monday through Friday. When and if the contract has a breakdown with a delay causing crews to be on downtime, Weld County will stop the hourly rate after one hour of downtime. Weld County Contract: Questions related to the project and procedures should be directed to: Duane Naibauer- Road and Bridge Construction Supervisor Ron Graves -Road and Bridge Construction Foreman Weld County Public Works Weld County Public Works 970.400.3786 970.400.3787 dnaibauerr weldgov.com rgraves(c weidgov.com Terms and Conditions: All contractors will be required 'gn Weld County's construction service Agreement (see example attached). The Agreement shall commence approximately March 2020 and continue in full force and effect for one year. At the option of the County, the Agreement may be extended for up to two (2) additional one-year periods. Increases in the Cost may be negotiated for subsequent renewal of the second and third additional one-year periods. Price changes in the fee schedule will be negotiated by and agreed to by both parties and any increases shall not exceed the Denver -Boulder, Greeley CPI Index. The Contract may and will be used at the option of other Weld County Departments. B2000064 11 BID SCHEDULE Weld County's past two years averages are listed below: Removed approximately 200 - 250 trees in all parts of the county. The estimated work days per year are 100 - 150 for tree removal, add approximately 10 - 12 days of trash clean- up, and add 5-10 days for tree stump grinding. Each contractor is required to submit a bid based on the 2020 bid schedule for labor and equipment. OPTION #1: ENTIRE COUNTY (NORTH AND SOUTH OF U. S. HWY 34) 1 ci $ per hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck). To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ per hour trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county 2 vehicle (end dump) when necessary. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -call" services for emergencies andafterhours service. $ hour To provide a grapple truck only with operator included for%ash`p clu(p along county per right-of-way at various locations throughout Weld County. 3 To provide a grapple truck only with operator included for trash pickup along county 9 pp p $ per hour right-of-way at various locations throughout Weld County for "on -call" services for emergencies and after hours service. $ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized county personnel at various locations throughout Weld County. 4 To provide stump grinder for the purpose of grinding stumps to a predetermined $ per hour grade by Authorized county personnel at various'locations throughout Weld County for "on -call" services foremergencies encies and after hours service. 5 $ lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and removed to dumpsite by County crews. u P }-,o 3o Ji&,1g c R t'( Mobilization for "on -call" or emergency requests. This fee would apply after-hours 6 $ lump sum due to storms, accidents or anything classified as urgent or emergency by authorized county ersonnel. OPTION #2: SOUTH COUNTY AREA ONLY (SOUTH OF U. S. HWY 34) $ per hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck). 1 To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ per hour trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county 2 vehicle (end dump) when necessary. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dum for "on -call" services for emergencies and after hours service. 3 $ hour To provide a grapple truck only with operator included for trash pickup along county per right-of-way at various locations throughout Weld County. B2000064 12 pP To provide a grapple truck only with operator included for trash pickup along county $ per hour right-of-way at various locations throughout Weld County for "on -call" services for emergencies and after hours service. $ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized county personnel at various locations throughout Weld County. 4 To provide stump grinder for the purpose of grinding stumps to a predetermined $ per hour grade by Authorized county personnel at various locations throughout Weld County for "on -call' services for emer encies and after hours service. 5 $ lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and removed to dumpsite by County crews. Mobilization for "on -call" or emergency requests. This fee would apply after-hours 6 $ lump sum due to storms, accidents or anything classified as urgent or emergency by authorized county ersonnel. OPTION #3: NORTH COUNTY AREA ONLY (NORTH OF U. S. HWY 34) WORK WITH COUNTY CREWS $ per hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck). I To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ per hour trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary, 2 To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -call" services for emergencies and after hours service. $ per hour To provide a grapple truck only with operator included for trash pickup along county right-of-way at various locations throughout Weld County. 3 To provide a grapple truck only with operator included for trash pickup along county $ per hour right-of-way at various locations throughout Weld County for "on -call" services for emergencies and after hours service. $ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized county personnel at various locations throughout Weld County. 4 To provide stump grinder for the purpose of grinding stumps to a predetermined $ per hour grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. 5 $ lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and removed to dumpsite by County crews. Mobilization for "on -call" or emergency requests. This fee would apply after-hours 6 $ lump sum due to storms, accidents or anything classified as urgent or emergency by authorized county ersonnel. B2000064 13 Bid Opening Checklist: Al! of the following pages must be submitted with every bid submittal. Failure to submit any of these documents will disqualify your bid. ❑ Receipt of addenda(s), if any, should be signed. (page 15) ❑ W-9 (page 16) ❑ Statement of Qualification (must be signed and notarized) (pages 17-19) ❑ Anti -Collusion Affidavit. (page 20) ❑ Bid Schedule (pages 12-13) 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. #82000064. 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 PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE FAX TAX ID # **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #9E-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -10. B2000064 14 RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. Date: By: Addendum No. Date: By: Addendum No. 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 day of , 2020. FIRM NAME: MA TITLE: BIDDER'S LEGAL SIGNATURE: STATE OF INCORPORATION:_ ADDRESS: TELEPHONE NO: FAX NO: ATTEST: B2000064 15 Form W-9 Request for Taxpayer Give Form to the (Rev, August 2013) requester. Do not I1=1antoftha3reaavy Identification Number and Certification send to the IRS. lnmmal Rlrvenue Servile Name (as shown on your income taxteturn) Business name/disregarded entity name, if different from above N Check appropriate box for federal tax classification: Exemptions (see instructions): o ❑ Individual/sole ietor ❑ C Corporation ❑ S Co oration Partnership p opr rp ❑ ❑ Trust/estate 3 Exempt payee code (if any) ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P_parinership) ► Exemption from FATCA reporting — y code (if any) ca ❑ Other (see instructions) ► E Address (number, sfreet, and apt, or suite no.) Requestot's name and address (optional) V City, state, and ZIP code List account number(s) here (optional) Taxpayer identification Number ti IN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" line Soolal security number to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other _ I I _ entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose jEmployer identification number number to enter. I I I Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am wailing 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 (o) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S, citizen or other US. person (defined below), and 4. The FATCA code(s) entered on this form Of 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 on page 3. 01911 1 Signatire of Here I U.S. person► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments, The IRS has created a page on IRS.gov for information about Form W-9, at www.irsgov/w9. Information about any future developments affecting Form W-9 (such as legislation enacted after we release it) will be posted on that page. Purpose of Form A person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) to report, far example, income paid to you, payments made to you in settlement of payment card and third party network transactions, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W-9 oily f you are a U.S. person (including a resident alien), to provide your correct-nN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If lirable w ou are also cartifyin that as a U S arson our allocable share of Dab' withholding tax on foreign partners'share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. Nor. ft you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States, • An estate (other than a foreign estate), or • A domestic trust (as defined in Regulations section 301.7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners' share of effectively connected taxable income from such business. Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tax. Therefore, F you are a U.S. peranr that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S, status app 9 p y and avoid section 1446 withholding on your share of partnership income. any partnership income from a U.S. trade or business is not subject to the Cat. No. 10231X Form W-9 (Rev. 8-2013) B2000064 16 STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT: 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): Permanent main office address: Phone Number: Fax Number: Year Company was organized: 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? 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: 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. 8. List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed. 9. Describe all contracts that the Company failed to complete. 10. Describe all contracts on which the Company defaulted or from which the Company was terminated. B2000064 17 11. List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage 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 QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM (FIFTEEN PERCENT) 15% 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. YRS. PERTINENT NAME TITLE EXPERIENCE 13. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. B2000064 18 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 day of , 20 NOTARY County of State of (Title) Bidder: Company Name: (Please Type) Title: ) ss. Of Signature Being duly sworn, deposes and says that he is (Company Name) and That the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this day of , 20 (SEAL) B2000064 19 COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT PROJECT NO LOCATION 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, if 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, communication or agreement for the purpose or with the effect of restricting competition with any 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. 2B. 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 solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain 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. 38, 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 intentionally 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 or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale 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 firm 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 firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I have made a diligent inquiry of all members, 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, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. I understand and my firm understands that any misstatement in this affidavit is and shall 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. Ceniraclo(s him or company name accompany name CII of i. venture Sworn to before me this Notary Public My 60MMI Is,or1 expi(es day of, NOTE: This document must be signed in ink. By TWO TWO 20 Dale CD0T Form 8606 1102 B2000064 20 INTENTIONALLY LEFT BLANK B2000064 21 2020 Tree Trimming & Tree Removal SIGN -IN SHEET Dates January 22, 2020 Locations P/W Operations Large Conference Room M:iDNIOCECONTg4CTATeeTrlmmmy&Traw gemooallzozo}(SIGN-W SHEET Iz�zo¢o rb)Slreetl NAME ENTITY ADDRESS CEMAUADD-,�, ova '� 333 e 7G hvC N d�e Je2 CO �.o�--�- rnt ses 'a.. rl PNDwa 303 '17 4iner≥in F ✓ �/ V k j ( CO ��� tNA1LAD1?RISSi s� Spry« Gdr+"ti`� fir'^ 63.., J C --C °"�"�l .MORE. So - `7 - 70 / Cwp p{gr��. � FrY iu.. RM AIL ADDRESS. PRONE. �i ,J �� it .,c,.✓r i �G . z r, �.� % f� Co _.__,4- !MAIL ADDRESS. PHONE. EMAIL ADDRESS. PMON& EMAIL ADDRESS, PRONE. EMAIL ADDRESS. PHONE. OPTION #2: SOUTH COUNTY AREA ONLY (SOUTH OF U. S. HWY 34) To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ per hour trim trees along with operation of bucket truck). To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ per hour trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. 2 To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -call" services for emergencies and after hours service. To provide a grapple truck only with operator'(AND DRIVER) included for trash $ per hour pickup along county right-of-way at various locations throughout Weld County. 3 To provide a grapple truck only with operator(AND DRIVER) included for trash $ per hour pickup along county right-of-way at various locations throughout Weld County for "on - call" services for emergencies and after hours service. $ hour To provide stump grinder for the purpose of grinding stumps to a predetermined per grade by Authorized county personnel at various locations throughout Weld County. 4 To provide stump grinder for the purpose of grinding stumps to a predetermined $ per hour grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. To have temporary dumpsite for storage of tree limbs that can be chipped and 5 $ lump sum removed to dumpsite by County crews. .(UP TO 30 DAYS ON SITE) Mobilization for "on -call" or emergency requests. This fee would apply after-hours 6 $ lump sum due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. OPTION #3: NORTH COUNTY AREA ONLY (NORTH OF U.S! HWY 34) WORK WITH COUNTY CREWS $ per hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck). To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ per hour trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and 2 $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -calf" services for emergencies and after hours service. $ hour To provide a grapple truck only with operator (AND DRIVER) included for trash per pickup along county right-of-way at various locations throughout Weld County. 3 To provide a grapple truck only with operator(AND DRIVER included for trash $ per hour pickup along county right-of-way at various locations throughout Weld County for "on - call" services for emergencies and after hours service. hour To provide stump grinder for the purpose of grinding stumps to a predetermined $ per grade by Authorized county personnel at various locations throughout Weld County. 4 To provide stump grinder for the purpose of grinding stumps to a predetermined $ per hour grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. 5 $ lump To have temporary dumpsite for storage of tree limbs that can be chipped and sum removed to dumpsite by County crews. J(UP 1O 30 DAYS ON SITE) Mobilization for "on -call" or emergency requests. This fee would apply after-hours 6 $ lump sum due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. ***Please submit a signed copy with your proposal. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE EMAIL January 22, 2020 r If4q ITIE)- 4••____ WELD COUNTY CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR THE 2020 Tree Trimming & Tree Removal Maintenance Contract (with options for 2021/2022) January 2020 for Weld County Public Works Road & Bridge Division 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-400-3786 REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: JANUARY 15, 2020 BID NUMBER: B2000064 DESCRIPTION: 2020 TREE TRIMING & TREE REMOVAL MAINTENANCE CONTRACT DEPARTMENT: PUBLIC WORKS BID OPENING DATE: JANUARY 29, 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: 2020 TREE TRIMMING & TREE REMOVAL MAINTENANCE CONTRACT A mandatory pre -bid conference will be held on JANUARY 22, 2020 10:00 AM at the Weld County Public Works Operations Large Conference Room. Located at: 1111 "H" Street, Greeley, Colorado 80631. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street, Room #107 Greeley, CO 80631 until: Wednesday, January 29''. 2020 @ 10:00 AM (Weld County urchaslna Time (lock). 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 locations) 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 at two locations: On the Weld County Purchasing website at https://www.weidgov.com/departments/purchasing/bids proposals located under "Bids / Proposals / Tabulations", And, on the Bidnet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com. 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. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. B2000064 3 TABLE OF CONTENTS The following provisions take precedence over Specifications or Plans and supplement the 2011 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications) which is to be used to control construction of this project. .«... Y . ...... e, « .,« .Y. .. . Y, i .«. . ,• 2-4 BIDDING REQUIREMENTS Instruction to Bidders...... ii,,.... ... . •1• 4-8 Insurance Requirements ............................................. ....................... 9-10 Scope of Work & General Specifications ............................................... . . 11 BidSchedule ... ... ... ... ... . . . . ............................................. . ...... ....... . ... 12-13 BidChecklist....................................................... . ............................... 14 Receiptof Addenda ............. ................ ...................................««.......... 15 W-9............................................................... 16 Statement of Qualifications and Subcontractors...... ..... __.. 17-19 Anti -Collusion Affidavit........................................__............. ........., 20 CONTRACT FORMS Sample Contract .................... ..............attached as a separate document 62000064 2 2. Mail or Hand Deligjy. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150O Street, Room #107, Greeley, CO 80631. Please call Purchasing at 970»400-4222 or 4223 if you have any uestions. 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. 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. B2000064 4 §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 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 B2000064 5 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. 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. B2000064 r 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 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. 62000064 7 R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. 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 for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee paymentof claims. B2000064 A 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. Successful bidders shall secure and deliver to the County at or before the time of execution of this 82000064 9 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 Subroctation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. S �bcontractors: 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. B2000064 10 Purpose Weld County Public Works is in need of a contractor to work with County crews described within this bid identified below for tree trimming and removal. Work under this contract will generally be pre -scheduled and coordinated. However, the County is also in need of "on -call" services for emergencies and after hours service. It is the County's preference to award to one vendor but will consider multiple vendors. Scope of Work and General Specifications: Weld County is soliciting proposals for Tree trimming Services in the following Locations: OPTION #1: ENTIRE COUNTY (NORTH AND SOUTH OF U. S. HWY 34) WORKING WITH COUNTY CREWS Weld County will provide all traffic control -Weld County will provide trucks and trailers to remove all tree debris and pay dump fees OPTION #2: SOUTH COUNTY AREA ONLY (SOUTH OF U. S. HWY 34) WORKING WITH COUNTY CREWS -Weld County will provide all traffic control -Weld County will provide trucks and trailers to remove tree debris and pay dump fees OPTION #3: NORTH COUNTY AREA ONLY (NORTH OF U. S. HWY 34) WORK WITH COUNTY CREWS -Weld County will provide all traffic control Weld County will provide trucks and trailers to remove tree debris and pay dump fees The contractor is required to be a licensed and/or qualified Arborist with a minimum of five (5) yearsexperience in removal and trimming of various types of trees. Al! tree pruning will be in accordance with the most recent version of the American national Standards institution ANSI Z133.1 Tree Care Operations, and ANSI A-300 Pruning and Removal Specifications. Proper PPE equipment will be required when working in traffic, around power lines or any inclement weather. The contractor will be responsible for any actions him and his crew do without the approval of Weld County's authority. The contractor will be required to furnish all tools, equipment, and repairs with safety at the forefront when doing work for and with Weld County crews. Hourly rates for Summer hours at a predetermined staging area to be from 0600 to 1630 Monday through Thursday from approximately April 2nd to September 19' unless otherwise directed by the Public Works Director. Winter hours are September 2nd through April 1st from 0700 to 1530 Monday through Friday. When and if the contract has a breakdown with a delay causing crews to be on downtime, Weld County will stop the hourly rate after one hour of downtime. Weld County Contract: Questions related to the project and procedures should be directed to: Duane Naibauer- Road and Bridge Construction Supervisor Ron Graves -Road and Bridge Construction Foreman Weld County Public Works Weld County Public Works 970.400.3786 970.400.3787 dnaibauerc weldgov com rQraves@,weldgov,com Terms and Conditions: All contractors will be required to sign Weld County's construction service Agreement (see example attached). The Agreement shall commence approximately March 2020 and continue in full force and effect for one year. At the option of the County, the Agreement may be extended for up to two (2) additional one-year periods. Increases in the Cost may be negotiated for subsequent renewal of the second and third additional one-year periods. Price changes in the fee schedule will be negotiated by and agreed to by both parties and any increases shall not exceed the Denver -Boulder, Greeley CPI Index. The Contract may and will be used at the option of other Weld County Departments. B2000064 11 BID SCHEDULE Weld County's past two years averages are listed below: Removed approximately 200 - 250 trees in all parts of the county. The estimated work days per year are 100 -150 for tree removal, add approximately 10 —12 days of trash clean- up, and add 5-10 days for tree stump grinding. Each contractor is required to submit a bid based on the 2020 bid schedule for labor and equipment. OPTION #1: ENTIRE COUNTY (NORTH AND SOUTH OF U. S. HWY 34) $ hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and 90.00 per trim trees along with operation of bucket truck). 1 To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ 108.00 per hour trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ 90.00 per hour operator for loading material or debris onto itself then off-loading onto a county 2 vehicle (end dump) when necessary. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ 108.00 per hour operator for loading material or debris onto itself then off-loading onto a county vehicle end dump) for "on -call" services for emergencies and after hours service. $ hour To provide a grapple truck only with operator included for trash pickup along county 138.00 per right-of-way at various locations throughout Weld County. 3 To provide a grapple truck only with operator included for trash pickup along county 9 PP P $ 150.00 per hour right-of-way at various locations throughout Weld County for "on -call" services for emergencies and after hours service. $ 80.00 per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized county personnel at various locations throughout Weld County. 4 To provide stump grinder for the purpose of grinding stumps to a predetermined $ 90.00 per hour grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. 5 $ lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and No Charge g removed to dumpsite by County crews. Mobilization for "on -call" or emergency requests. This fee would apply after-hours 6 $ 160.00 lump sum due to storms, accidents or anything classified as urgent or emergency by authorized county ersonnel. OPTION #2: SOUTH COUNTY AREA ONLY (SOUTH OF U. S. HWY 34) $ hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and per trim trees along with operation of bucket truck). 1 To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ per hour trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. 2 To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end duma)for "on -call" services for emergencies and after hours service. 3 $ hour To provide a grapple truck only with operator included for trash pickup along county per right-of-way at various locations throughout Weld County. B2000064 12 • To provide a grapple truck only with operator included for trash pickup along county $ per hour right-of-way at various locations throughout Weld County for "on -call" services for rg_ ncies and after hpurs service. �._ $ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized county personnel at various locations throughout Weld County. 4 ,.._ W. _ .e..... To provide stump grinder for the purpose of grinding stumps to a predetermined $ per hour grade by Authorized county personnel at various locations throughout Weld County for'on-call" services for emergencies and after hours service. 5 $ lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and removed to dumpsite by County crews. Mobilization for "on -call" or emergency requests. This fee would apply after-hours 6 $ lump sum due to storms, accidents or anything classified as urgent or emergency by authorized count ersonnel. OPTION #3: NORTH COUNTY AREA ONLY (NORTH OF U. S. HWY 341 WORK WITH CO:tifl Y CREWS $ per hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck). 1 To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ per hour trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle end dum when necessary. 2 To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -calf" services for erneigencies and after hours service. $ per hour To provide a grapple truck only with operator included for trash pickup along county right-of-way at various locations throughout Weld County. To provide a grapple truck only with operator included for trash pickup along county $ per hour right-of-way at various locations throughout Weld County for "on -call" services for emer encies and after' hours service. $ per hour To provide stump grinder for the purpose of grinding stumps to a predetermined grade by Authorized county personnel at various locations throughout Weld County. 4 To provide stump grinder for the purpose of grinding stumps to a predetermined $ per hour grade by Authorized county personnel at various locations throughout Weld County for "on -calf" services,for emergencies and after hours service, 5 $ lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and removed to dumpsite by County crews. Mobilization for "on -call" or emergency requests. This fee would apply after-hours 6 $ lump sum due to storms, accidents or anything classified as urgent or emergency by authorized county personnet. B2000064 13 Bid Opening Checklist: All of the following pages must be submitted with every bid submittal. Failure to submit any of these documents will disgualifv .,your bid. ❑ Receipt of addenda(s), if any, should be signed. (page 15) ❑ W-9 (page 16) ❑ Statement of Qualification (must be signed and notarized) (pages 17-19) ❑ Anti -Collusion Affidavit. (page 20) ❑ Bid Schedule (pages 12-13) 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. #B2000064. 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. !ft ............ 1i BUSI NESS ADDRESS Q91 Nov io Ct _ ______________ PRINTED NA SIGNATURE E-MAIL .RI;t?S�rbtjnt1 .111oiLconi DATE. •dan.ua1 2.242Q **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #96-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -10. 82000064 14 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: .lanuaW 22 7020 By. flue r7 t, 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 day of _ as acX—� �_ �, 2020. FIRM NAME: American Arborist Service BY:.m._R.oland_Ea,tmn.._.._____._ _— TITLE: TITLE: BIDDER'S LEGAL SIGNATURE STATE OF INCORPORATION:_ Colorado TELEPHONE NO: r�.g 33-2Qs5 FAX NO: 3-20O_ ATTEST: B2000064 15 Form W'"9 Request for Taxpayer Give Form to the (Rev. December 2014) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service t Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. ROLAND E BUNN DBA AMERICAN ARBORIST SERVICE N --- d Ruslnosa naane/disregardcd entity name, if different frornabove m 3 Check appropriate box for federal tax classification; check only one of the following seven boxes: 4 Exemptions (codes apply only to o c certain entities, not individuals; Q Individual/sole proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate see instructions on page 3): 0 o single -member LLC ❑ Limited liability Enter the tax S=S P=partnership) ► Exempt payee code (ii any) company. classification (C=C corporation, corporation, p ng Braga box in the line above for Note. Fair si le -member LLC that Is d1 rded do not check LLC; check the appropriate Exemption from FATGA reporting c c the tax classification of rho single•ntembcr owner. code (if any) as L:1 Other (see Instructions)► (Applies to accounts me{n!y%%nod outside the U3) u lE __ 5 Address (number, street, and apt. or suite no.) Requestees name and address (optional) 8 9915 NAVAJO COURT 8 City, state, and ZIP code LONGMONT, CO 80504 7 List account number($) here (optional) ___.__. ••niuI Taxpayer identification lumber tN4 Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social sacuritynumber backup withholding. For individuals, this Is generally your social security number (SSN). However, for a'I ' resident alien, sole proprietor, or disregarded entity, see the Part! instructions on a e 3. For other page _ a 3(�j ) (O entities, It is your employer Identification number (EIN). If you do not have a number, see How to get a �j JI TIN on page 3. Note. It the account is in more than one name, see the instructions for line 1 and the chart on page 4 for I Eroptoyor klonUficatfon number ) guidelines on whose number to enter. 8 4- 0 8 9 5 0 3 3 IergIII • • 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'l 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 d(vtd , you are not required to sign the certification, but you must provide your correct TIN. See the instructions art tngie 3. - fJ Her1 signature of r ✓ l Date ► . " r C7� C Ch. V Here u.s-person ► fly �r_ �_ j General Instructiohs Section references are to the Internal Revenue Code unless otherwise noted. Future developments. Information about developments affecting Form W-9 (such as legislation enacted after we release it) Is at www.irs.gov//w9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TiN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), 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), 1008-T (tuition) • Form 1099-G (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? on page 2. By signing the filled -out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee, If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business Is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA codes) entered on this form (if any) Indicating that you nre exempt from the FATCA reporting, is correct. See What is FATCAi reporting? on page 2 for further information. Cat, No. 1023'Ix Form W-9 (Rev. 12-2014) STATEMENT OF QUALIFICATIONS AND SUBCONTRACTORS DATE OF THIS STATEMENT:�aryj,2g0 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. 1. Name of Bidder (Company or Firm): American Arborist Service 2. Permanent main office address: g9'!pjo Ct Phone Number: 303-833-2085 Fax Number:303-833-2085 3. Year Company was organized: 1978 4. Number of years this Company has been engaged in similar projects as outlined in this bid: From 1997 to resent date 5. 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? American Arborist Service since 1978, 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: Weld County $_180.000 March 2020 r7 t:] E 10 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. List all contracts within the last 3 years for which liquidated damages were assessed or may be assessed Describe all contracts that the Company failed to complete. Describe all contracts on which the Company defaulted or from which the Company was terminated. B2000064 17 11 _ List all of the subcontractors the Company intends to use under this contract, the work that each subcontractor will do and the percentage 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 QUALIFICATIONS COMPLETED BY EACH SUBCONTRACTOR WHO WILL PERFORM (FIFTEEN PERCENT) 15% OR MORE OF THE WORK. SUBCONTRACTOR WORK DESCRIPTION % OF WORK Not Applicable 12, List the principal members of the company who will be involved with this project. YRS. PERTINENT NAME TITLE EXPERIENCE Roland E, Bunn Owner 59 Years n[al hn_ston S, .revisor __ __ 1S �Cears 13. List all lawsuits previously filed against or currently pending against you, the Company or any officers of the Company. Not Applicable B2000064 18 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 _2,3 day of January 20_20 Company NOTARY Title:.Owner County of ) �r d ) ss, State of L CJlc3cczjo ) r y .C ii Ci (Ae� r l L.0YIr N Being duly sworn, deposes and says that he is Of 6 # : byt ` ncoc. and (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 day of _ _A. 202 0 (SEAL) AMBER JOHNSON NOTARY PUBLIC - STATE OF COLORADO NOTARY ID 201540O3931 MY COMMISSION EXPIRES JAN 28, 2023 B2000064 19 COLORADO DEPARTMENT OF TRANSPORTATION .+ ANTI -COLLUSION AFFIDAVIT LOCATION 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, it 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, communication or agreement for the purpose or with the effect of restricting competition with any 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 solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain 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. 3B. 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 intentionally 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 or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale 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 safe of materials or services to any firm 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 firm's submitting any Intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents o1 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, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. i understand and my firm understands that any misstatement In this affidavit is and shall 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. Contraolora 11rm orcompmfy fame rSp ^ _ CS. O (J / ../ er v'W Tae i/�L�i 2n,1 t.yr..o.n.'5 See t t c'mrWw(Sarno fIl l.trtt .n;f ..J UY rkV Sworn to before me this day of, SalltAaC 2O ?© Nulary Public AMBER JOHNSON My commission expires C) f / NOTARY PUBLIC STATE OF COLORADO w NOTARY ID 2O15400 39 3 NOTE: This document must be signed in ink. MY COMMISSION EXPIRES JAN 28, 202) a .-&T 44ttt a6U6 1102 82OOOO64 2O INTENTIONALLY LEFT BLANK B2000064 21 ADDENDUM#1 REQUEST FOR PROPOSAL: 82000064 TREE TRIMMING & TREE REMOVAL Public Works Dept Page 12 Items 3 & 5 and Page 13 items 3 & 5 - Please note the changes in RED BID SCHEDULE Weld County's past two years averages are listed below: Removed approximately 200 — 250 trees in all parts of the county. The estimated work days per year are 100 —150 for tree removal, add approximately 10 —12 days of trash clean- up, and add 5-10 days for tree stump grinding. Each contractor is required to submit a bid based on the 2020 bid schedule for labor and equipment. OPTION #1: ENTIRE COUNTY (NORTH AND SOUTH OF U. S. HWY 34) $ hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and 90.00 per trim trees along with operation of bucket truck). To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ per hour trim trees along with operation of bucket truck) for "on -call" services for emergencies 108.00 and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county 90.00 vehicle (end dump) when necessary. 2 To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ 108.00 per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -call" services for emergencies and after hours service. $ hour To provide a grapple truck only with operator(AND ORLVERl included for trash pickup 138.00 per along county right-of-way at various locations throughout Weld County. 3 To provide a grapple truck only with operator (AND DRIVERj included for trash $ 150.00 per hour pickup along county right-of-way at various locations throughout Weld County for "on - call" services for emergencies and after hours service. $ hour To provide stump grinder for the purpose of grinding stumps to a predetermined 80.00 per grade by Authorized county personnel at various locations throughout Weld County. 4 To provide stump grinder for the purpose of grinding stumps to a predetermined $ 90.00 per hour grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. 5 $ lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and No Charge removed to dumpsite by County crews 4aTo 30 DAYS ON sigj Mobilization for "on -call" or emergency requests, This fee would apply after-hours 6 $ 160.00 lump sum due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. OPTION #2: SOUTW COUNTY AREA ONLY (SOUTH OF U. S. HWY 34) $ hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and per trim trees along with operation of bucket truck). To provide minimum 01 50 foot bucket with truck and operator (operator to cut and $ per hour trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. 2 To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for on -call" services for emergencies and after hours service. $ hour To provide a grapple truck only with operator(AND DRIVER) included for trash per pickup along county right-of-way at various locations throughout Weld County. 3 To provide a grapple truck only with operator AND DRIVE included for trash $ per hour pickup along county right-of-way at various locations throughout Weld County for "on - call" services for emergencies and after hours service. $ hour To provide stump grinder for the purpose of grinding stumps to a predetermined per grade by Authorized county personnel at various locations throughout Weld County. 4• To stump provide p grinder for the purpose of grinding stumps to a predetermined $ per hour grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. 5 $ lump To have temporary dumpsite for storage of tree limbs that can be chipped and sum removed to dumpsite by County crews. ,(UP TO 30. DAYS ON SITE) Mobilization for "on -call" or emergency requests. This fee would apply after-hours 6 $ lump sum due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. OPTION #3: NORTH COUNTY AREA ONLY (NORTH OF U. S. HWY 34) WORK WITH COUNTY CREWS $ per hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and trim trees along with operation of bucket truck). To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ per hour trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and 2 $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -call" services for emergencies and after hours service. To provide a grapple truck only with operator LAND DRl E& included for trash $ per hour pickup along county right-of-way at various locations throughout Weld County. 3 To provide a grapple truck only with operator(AND DRIVER) included for trash $ per hour pickup along county right-of-way at various locations throughout Weld County for "on - call" services for emergencies and after hours service. $ hour To provide stump grinder for the purpose of grinding stumps to a predetermined per grade by Authorized county personnel at various locations throughout Weld County. 4 To provide stump grinder for the purpose of grinding stumps to a predetermined $ per hour grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. 5 $ lump To have temporary dumpsite for storage of tree limbs that can be chipped and sum removed to dumpsite by County crews. TC 30 DAYS ON SITEI Mobilization for °on -call" or emergency requests. This fee would apply after-hours 6 $ lump sum due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. ***Please submit a signed copy with your proposal. Thank You!*** Addendum received by: American Arborist Service FIRM 9915 Navajo CI. ADDRESS Arborbunn@p,maiLcom EMAIL January 22, 2020 ddit • PRENTICE �\ ' 120E r -- J< pulp•' r ' 1 •e •' • r .• 5 I _ .. - tom. $ /• L. t' 1 _ ,i. . 1. t! Is ,l t f e • w I 4. --a : J. .--, .:.ter. -�. 1 1 •-444444444::•.''•:•.• .. $� insions and We Length: 166 " (421.64 cm) Width: 62.5 " (158.75 cm) Height: 72.5 " (184.15 cm) Weight - Engine Option One: 2750 lbs (1247.38 kg) igine Option One Make and Model: Perkins 104-22 Number of Cylinders: 4 Gross Horsepower (Maximum): 50 hp (37.28 kw) Fuel Tank Capacity: 12 gal (45.42 L) Fuel Type: Diesel Cutterwheel System Cutterwheel Diameter without Teeth: 23 " (58.42 cm) Cutterwheel Thickness: .75 "(1.91 cm) Cutterwheel Cut Above Ground: 24 " (60.96 cm) Cutterwheel Cut Below Ground: 19 " (48.26 cm) Number of Teeth: 30 Hydraulic System Tank capacity: 3.5 gal (13.25 L) Electrical System System Voltage: 12 volt Warning Lights: Turning, License, Brake, Side markers Last Updated: 001912010 Conttdns Information from Vermeer Corporation operated web alto, Its use Is subject to lanna and condlllons of Vermeer Corporation operated web Gila agreement at https:/1Wwm2,vemteer oom, Corporation reserves the right to make changes in engineering, design and opoafdn000ne; add Impmvemants; or discontinue menufaoture of any lime without notice or obligation. ®2009 Corporation. All Rights Reserved. 1/17/2011 .•a-rt ;_ :c.,. r. • j 1 * , all. _ 2003 Freightliner FL70 Rotobek Continuous Rotation Grapple Entire unit rebuilt and put together in 2010 New hydraulic tank New 25 cubic yard box New rims and tires All new lights and wiring Custom rear box for 12 Ft1 pole saw Freshly painted Added front leaf springs for added load capacity Air bag suspension in rear Side tool boxes for storage Tool boxes carry all the tools and hydraulic hoses need in case of repair Ladders on front and rear for easy access Truck is equipped with first aid kits and emergency reflectors a 1 2002 GMC C7500 Caterpillar 3126 Engine Prentice 120E telescoping grapple 25 cubic yard box New hydraulic pumps and lines All new lights and wiring Custom cage and bumpers Freshly painted Added front leaf springs for added load capacity Side tool boxes for tools and hydraulic hoses needed in case of quick repair This is our secondary grapple truck for backup or in case of another disaster w.. ii - . . ••z-; •-• •: i. •• Mn '.' y •• •w .- ll•F n F o ;t 1l �i�y:m y1 aIII'wa yl �; �r li iw'J�II�L��� I . t u • :-.• , Wn • '"t •_i-_ - - eygYie.• • :. a �r y' •n � l- . •• •.. )1; . • -, 1 2000 International T444E Utility Truck 7.3 Liter Turbo Diesel with Allison Automatic 2000 Terex Hi -Ranger rear mount with a 60 foot working height Equipped with full Utility boxes on both sides Cage built over cab for added extra protection On this unit we carry: * Ropes * Climbing Saddles * Chains * Tree Cables * Snatch Blocks * Rakes and pitch forks for clean up * We carry chains along with parts for all saws and the tools need for repairs and maintenance * Truck is equipped with fire extinguishers, first aid kits and emergency reflectors * Truck carries cones and signs for traffic control * 1 Stihl 088 Chainsaw with 41" and 47" bars * 2 Stihl ms 660 Chainsaws with 36" bars * 2 Stihl ms 460 Chainsaws with 28" bars * 2 Stihl ms 362 Chainsaws with 20" bars * 5 Stihl ms 200T Chainsaws with 16" bars * 3 Stihl ht 131 Pole Chainsaw with 16" bars * 2 Stihl hs 80 Hedge trimmers with 30" blades * Hydraulic Pruner * Fiberglass 16' pole pruner A+IC`CW" CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 12/18/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAMEA T Amber Hernandez Commercial Risk Solutions PHONE _ TAX Ne,.€tl 303 996 7861 �c No:3L 03-757-7719 6600 EHampden Ave Ste 200 le�G w Denver CO 80224 AE-MAIL ahernandez(a crsdenver.com INSURERS AFFORDING COVERAGE NAIL M INSURERA: Transportation Insurance Co. INSURERS: National Fire Ins Co/Hartford 20494 20478 INSURED AMARB-1 American Arborist Service 9915 Navajo Court _„________ _-innacol Assurance INSURER C : P...®,..,..._..___..,._�.__...._._.,,.�..__.._.,..... . 41190 Longmont CO 80504-9438 INSURERD; INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 198740846 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. fN5R' -. - .. _ - -----. _-..- A b_ SUBRr -- - -_ _-- - - - POLICY EFF POUCY EXP LTR I TYPE OF INSURANCE $ POLICY NUMBER MMtD I - M LIMITS A X COMMERCIAL GENERAL LIABILITY ( X I ( 5099290153 12/1/2019 { 12/1/2020 I EACH OCCURRENCE AZ3 1`S E7ITED I $1,000.000 - - CLAIMS -MADE i✓ OCCUR E _ REMISES (Ea occurrence $ooe_ MED EXP (An one erson) $ 15,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER. POLICY X _,.._ Iy.q J I LOC _. _...�, PRODUCTS_COMP/OPAGG _»...-..,....--......,._........�.�. $2,000,000 - -- ---- $ OTHER: 8 AUTOMOBILE LIABILITY 5099290248 12/1/2019 12/1/2020 COM81NEDSINuLEUMIT acKfitlen}i,_ $1,000,000 X I ANY AUTO -tea BODILY INJURY (Per person) $�_ OWNED AUTOS ONLY .�._ 1 SCHEDULED _! AUTOS BODILY INJURY (Per accitlenq $ I- PROPERTYIMAGE I X HIRED AUTOS ONLY Xj AUOTOS ONLY $ k UMBRELLA LIAB I OCCUR EACH OCCURRENCE $ _ f g 1 EXCESS LIAB 4 CLAIMS -MADE t AGGREGATE k I DED I I RETENTION $ $ c WORKERS COMPENSATION P 4144860 12!1/2019 12/1/2020 -,STATUTE �ERH - --- --- LAND EMPLOYERSLIABILITY YIN I EL. EACH ACCIDENT $ 100,000 ANYPROPRIETOR/PARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? N/A p "--- ----- --- - (Mandatory in NH) 3 I E_L. DISEASE - EA EMPLOYEE S100,000 If yes, describe under DESCRIPTION OF OPERATIONS below ? E_L. DISEASE - POLICY LIMIT ----- $ 500,000 A Leased/Rented Equipment 5099290153 12/1/2019 I 12/1/2020 j Limit , 25,000 F I f i Deducible 1,000 DESCRIPTION OF OPERATIONS I LOCATIONS! VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) All policy terms, conditions, and exclusions apply. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Weld County Public Works PO Box 758 At1T ORiZEOREPRESENTA7CVE Greeley CO 80632-0758 © 1988-2015 ACORD CORPORATION. All rights reserved, ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD New Con l ra+ t Request Entity Information Entity Name AMERICAN ARBORIST SERVICE Contract Name * TREE TRIMMING AND TREE REMOVAL Contract status CTB REVIEW Entity ID* 00000237 ❑ New Entity? Contract ID 3436 Contract Lead * DNAIBAUER Contract Lead Email diiaibauer@co.weld.era.us Contract iptira* TREE TRIMMING AND TREE REMOVAL ON WELD COUNTY RIGHT OF WAY Contract Description 2 Parent Contract iD Requires Board Approval YES Department Project # Contract Type Department Requested BOCC Agenda Due Date CONTRACT PUBLIC WORKS Date * 0212712020 0310212020 Amount* Department Email $225,000.00 CM- Will a work session with BOCC be required?* PublcWarksiJwe1dgovcom No Renewable YES Department Head Email _ Does Contract require Purchasing Dept. to be included? CM-PublicWorks- YES Automatic Renewal DeptHead eldgov.sm `* County Attorney B2000064 B20 Grant BOB CHOATE County Attorney Email iGA BCHOATE@CO- ELD.CO.US If this is a renewal enter previous Contract ID if this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in Cnaase Contract Dates Effective Date 031042028 Termination Notice Period Review Date 01'0412021 Committed Delivery Date Renewal Date 03/0512021 Expiration Date Contact. Info Contact Name Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD PH Approved Date 02/25/2020 final Approval BOCC Approved ROCC Signed Date BOCC Agenda Date 0310212020 Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approved Date 02/25/2020 Finance Approver CONSENT Finance Approved Date 0212512020 Tyler Ref AG 030220 Legal Counsel CONSENT Legal Counsel Approved Date 0212512020 MEMORANDUM TO: Board of Commissioners DATE: February 4, 2020 FROM: Jay McDonald, Director of Public Works SUBJECT: 2020 Tree Trimming & Tree Removal, 82000064 The Public Works Department recommends that the overall low bidder, American Arborist, be awarded the bid for tree trimming and tree removal. This is a one year contract with the possibility of two additional one year extension periods. There is $225,000.00 budgeted for this. If you have any quesions pease call me at extension 3761. M:mona:wordfiles/bids/mtreetrimming20.docx 2020-©YL13 �2�1� 6-0075 WELD COUNTY PURCHASING 1150O Street, Room #107, Greeley, OO80631 E-mail: rturf a.weldgov.com E-mail: reverett(a�weldgov.com E-mail: cmpetersna.weldgov.com Phone: (970) 400-4216,4222 or 4223 Fax: (970) 336-7226 DATE OF BID: JANUARY 29, 2020 REQUEST FOR: TREE TRIMMING & TREE REMOVAL MAINT CONTRACT DEPARTMENT: PUBLIC WORKS DEPT BID NO: #62000064 PRESENT DATE: FEBRUARY 3, 2020 APPROVAL DATE: FEBRUARY 19T", 2020 (1 YR CONTRACT W/EXTENDED TWO (2) ADDITIONAL ONE YEAR PERIODS.) 1N:IklI�7� ; AMERICAN ARBORIST SERVICES 9915 Navajo Ct Longmont CO 80504 CoCAL LANDSCAPES SERVICES 333 E. 76TH AVENUE DENVER CO 80229 $90/Hour $108/Hour $90/Hour $108/Hour $138/Hour $150/Hour $80/Hour $90/Hour No Charge/lump sum $160/lump sum $120/Hour $145/Hour $130/Hour $155/Hour $185/Hour $210/Hour $130/Hour $155/Hour $2,000/lump sum $250/lump sum OPTION #2 No Bid OPTION #3 No Bid 2020-0443 Cho)/O� O01 Each contractor is required to submit a bid based on the 2020 bid schedule for labor and equipment. OPTION #1: ENTIRE COUNTY (NORTH AND SOUTH OF U. S. HWY 34) $ hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and per trim trees along with operation of bucket truck). To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ per hour trim trees along with operation of bucket truck) for "on -call)" services for emergencies and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. 2 To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -call" services for emergencies and after hours service. $ hour To provide a grapple truck only with operator included for trash pickup along county per right-of-way at various locations throughout Weld County. 3 To provide a grapple truck only with operator included for trash pickup along county $ per hour right-of-way at various locations throughout Weld County for "on -call)" services for emergencies and after hours service. $ hour To provide stump grinder for the purpose of grinding stumps to a predetermined per grade by Authorized county personnel at various locations throughout Weld County. 4 To provide stump grinder for the purpose of grinding stumps to a predetermined $ per hour grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. 5 $ lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and removed to dumpsite by County crews. Mobilization for "on -call" or emergency requests. This fee would apply after-hours 6 $ lump sum due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. OPTION #2: SOUTH COUNTY AREA ONLY (SOUTH OF U. S. HWY 34) $ hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and per trim trees along with operation of bucket truck). To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ per hour trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. 2 To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -call" services for emergencies and after hours service. $ hour To provide a grapple truck only with operator included for trash pickup along county per right-of-way at various locations throughout Weld County. 3 To provide a grapple truck only with operator included for trash pickup along county $ per hour right-of-way at various locations throughout Weld County for "on -call" services for emergencies and after hours service. $ hour To provide stump grinder for the purpose of grinding stumps to a predetermined per grade by Authorized county personnel at various locations throughout Weld County. 4 To provide stump grinder for the purpose of grinding stumps to a predetermined $ per hour grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. 5 $ lump To have temporary dumpsite for storage of tree limbs that can be chipped and sum removed to dumpsite by County crews. Mobilization for "on -calla or emergency requests. This fee would apply after-hours 6 $ lump sum due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. OPTION #3: NORTH COUNTY AREA ONLY (NORTH OF U. S. HWY 34) WORK WITH COUNTY CREWS $ hour To provide minimum of 50 foot bucket with truck and operator (operator to cut and per trim trees along with operation of bucket truck). To provide minimum of 50 foot bucket with truck and operator (operator to cut and $ per hour trim trees along with operation of bucket truck) for "on -call" services for emergencies and after hours service. To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) when necessary. 2 To provide include a 27- ft grapple truck with a 25 cubic yard capacity truck and $ per hour operator for loading material or debris onto itself then off-loading onto a county vehicle (end dump) for "on -call" services for emergencies and after hours service. $ hour To provide a grapple truck only with operator included for trash pickup along county per right-of-way at various locations throughout Weld County. 3 To provide a grapple truck only with operator included for trash pickup along county 9 pP p $ per hour right-of-way at various locations throughout Weld County for "on -call" services for emergencies and after hours service. $ hour To provide stump grinder for the purpose of grinding stumps to a predetermined per grade by Authorized county personnel at various locations throughout Weld County. 4 To provide stump grinder for the purpose of grinding stumps to a predetermined $ per hour grade by Authorized county personnel at various locations throughout Weld County for "on -call" services for emergencies and after hours service. 5 $ lump sum To have temporary dumpsite for storage of tree limbs that can be chipped and removed to dumpsite by County crews. Mobilization for "on -call" or emergency requests. This fee would apply after-hours 6 $ lump sum due to storms, accidents or anything classified as urgent or emergency by authorized county personnel. PUBLIC WORKS IS REVIEWING BID AT THIS TIME.
Hello