Loading...
HomeMy WebLinkAbout20194730.tiffAugust 30, 2022 Corrha�-�b�k�2sF� FACILITIES DEPARTMENT PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Snow Removal Services; Bid (B1900143) L & M Enterprises was awarded the contract for Snow Removal Services for the South East Service Center. L & M Enterprises has continued to meet standards. Therefore, Facilities is recommending the next one season increment of their bid be awarded. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 2olq4130 iorosi2Z ,gei60Z1 r---1 rte= ! AMENDMENT #31O AGREEMENT BETWEEN WELD COUNTY AND L&M ENTERPRISES, INC. This Amendment is made and entered into this 5'1"` day of eC'kp _, zOZ2 , by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as the "Department", and L&M Enterprises, INC., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2019-4730, approved on November 6, 2019. WHEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amended as follows: 1. The current term of the Agreement ended on May 1, 2022. The term is hereby extended for one season commencing on October 1, 2022 and ending on May 1, 2023. 2. Beginning on the first day of the new term, the 10% annual escalation shall replace the current fee. 3. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: Namelllboenc O's Lgt) Title: c�res, R 4 �r) Date O°I -0 -i BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ott K. James, Chair OCT 05 2022 Page 1 of 1 020/9- ,L737 A��0 DATE(MM/DD/YYYY) � CERTIFICATE OF LIABILITY INSURANCE o„Q THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVEILY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Ewing -Leavitt Insurance Agency, Inc. 4090 C1 desdale Parkwa y y Suite 101 Loveland CO 80538 NAME: Renee McReynolds Alc No E#: (970) 679-7344 FAX No: (afifi)45fi-4265 E-MAIL renee-mcreynolds@leavitt.com ADDRESS: INSURERS AFFORDING COVERAGE NAIL # INSURER A: Selective Insurance Grou , Inc. 12572 INSURED L & M Enterprises, Inc. P O BOX W 735 E . Highway 56 Berthoud CO 80513 INSURERS:Pinnacol Assurance 41190 INSURER C: INSURER D: INSURER E : INSURERF: 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 PFOLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYpE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MM/DDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR X Blkt Addl Insureds X Y S 2302880 2/1/2022 2/1/2023 EACH OCCURRENCE $ 1, 000 , 000 DAMAGE TO RENTED PREMISES Ea occurrence $ 500 , 000 MED EXP (Any one person) $ 15, 000 X Blkt Waiver Subrogation GEN'LAGGREGATE LIMITAPPLIES PER: POLICY PRO Llioo OTHER: PERSONAL &ADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2, 000, 000 PRODUCTS-COMP/OPAGG $ 2,000,000 $ A AUTOMOBILE LIABILITY X ANYAUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED X HIREDAUTOS X AUTOS X Blkt Addl Insureds X BIkt WOS X y S 2302880 2/1/2022 2/1/2023 COMBINED SINGLE LIMIT Ea accident $ 1 , 000 , 000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ $ A X UMBRELLA LIAR X OCCUR EXCESS LIAR CLAIMS -MADE DED RETENTION $ Follow Form S 2302880 2/1/2022 2/1/2023 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5 , 000 , 000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA y Blkt Waiver of Subrogation 4188429 1/1/2022 1/1/2023 X PERTUTE OTH- STAER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE- EA EMPLOYEE $ 1, 000, 000 E.L. DISEASE - POLICY LIMIT $ 1 000 000 A Contractors Equipment $1000 deductible S 2302880 2/1/2022 2/1/2023 Leased/Rented Equipment $150,000 Installation Floater $1, 000, 000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Weld County CO is named as additional insured; waiver of subrogation is provided in favor of the additional insureds. sgaesaman@weldgov.com SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County Facilities Dept THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn : Sterling Geesaman ACCORDANCE WITH THE POLICY PROVISIONS. 1105 H Street AUTHORIZED REPRESENTATIVE Greeley, CO 80631 Steve Ewing/RESTEI V 1.'!VV'LV IY MVVRV VVRr VIt/^111 V1\. M11 111v11W 1woul\Cu. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (201401) New Contract Request Entity Information Entity Namer Entity 1D* ❑ New Entity? L & M ENTERPRISES INC 900020806 Contract Name* Contract 1D Parent Contract ID SOUTH EAST SERVICE CENTER SNOW REMOVAL (2019-4730) 6288 Contract Status Contract Lead?' Requires Board Approval CTR REViEW SGEESAMAN YES Contract Lead Email Department Project # sgeesamaniOco.weld.co. us Contract Description' ANNUAL RENEWAL AL OF SNOW REMOVAL CONTRACT FOR THE SOUTHEAST SERVICE CENTER 1 ANNUAL ESCALATION Contract Description 2 Contract Type' Department Requested BOCC Agenda Due Date RENEWAL BUILDINGS AND GROUNDS Date* 09/15/2022 09/19:2022 Amount' Department Email $3,327.50 CM- will a work session with 13OCC be required?* Build)ngGroundsaweldgov.c NO Renewable' orn NO Does Contract require Purchasing Dept. to be included? Department Head Email YES Automatic Renewal CM-Rui)d)ngCnounds- OeptHead@sneldgov.com [}eprHeadeldgou.corrs Bid/RFP#* c -ant 01900143 County Attorney GENERAL COUNTY FGA ATTORNEY EMAIL County Attorney Email CM- COUNTYATIOENEY@WELDG OV.COM If this is a renewal enter previous Contract ID if this is part of a MSA enter NSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnRase Contract Date Effective Date Review Date* Renewal Date 05101 +'2023 Termination Notice Period Committed Delivery Date Expiration Date* 05/0112023 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Purchasing Approver CHRISTIE PETERS Approval Process Department Head TORY TAYLOR DH Approved Date 09;28/2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 10105/2022 Originator SGEESAMAN Purchasing Approved Date 09130:`2022 Finance Approver CHERYL PATTELLI Finance Approved Date 0930/'2022 Tyler Ref #f AG 100522 Legal Counsel BRUCE BARKER Legal Counsel Approved Date 09/30/2022 Cov kv c-\- D 5Z?1 FACILITIES DEPARTMENT PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 September 1, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Snow Removal Services; Bid (81900143) L & M Enterprises was awarded the contract for Snow Removal Services for the South East Service Center. L & M Enterprises has continued to meet standards. Therefore, Facilities is recommending the next one season increment of their bid be awarded. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Zo- 4130 �ngpiy�� OR /6�120Z1 9-r,a-' i3C�OOZ� AMENDMENT #2 TO AGREEMENT BETWEEN WELD COUNTY AND L&M ENTERPRISES, INC. 1-Gv U< i n I This Amendment is made and entered into this day of , Gk, by and between the Board of Weld County Commissioners, on b alf cUthe Facilities Department, hereinafter referred to as the "Department", and L&M Enterprises, INC., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2019-4730, approved on November 6, 2019. WHEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amended as follows: 1. The current term of the Agreement ended on May 1, 2021. The term is hereby extended for one season commencing on October 1, 2021 and ending on May 1, 2022. 2. Beginning on the first day of the new term, the 10% annual escalation shall replace the current fee. 3. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: By: TiTjti�____. `.. Date Name:c_i �5fl Title: c�--es� Q�nk ATTEST:''' Weld County Clerk to tXIi Deputy Clerk to t BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair SEP 0 8 2021 Page 1 of 1 X1970 _JCOREF CERTIFICATE OF LIABILITY INSURANCE �� 2/3/2021 THIS CERTIFICATE 1S ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOTAFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION is WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Ewing -Leavitt Insurance Agency, Inc. 4090 Clydesdale Parkway Suite 101 Loveland CO 80538 Renee McReynolds NE (970) 679-7344 1 PAX tip (Seel ate -ilea aDo renee-mcreynoldsilleavitt.cam INSURER(S) AFFORDING COVERAGE NAIC 0 INSURERA:Clear Blue Specialty Insurance Company 37745 INSURED L & M Enterprises, Inc. P 0 Box W 735 E. Highway 56 Berthoud CO 80513 INSURERSsSelective Insurance Group, Inc. 12572 NSuRERC:Pinnacol Assurance 41190 INSURERD: INSURER E: INSURERP: COVERAGES CERTIFICATE NUMBER:21-22 Snow REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYOF INSURANCE PE POLICY NUMBER poucyoxp LIMITS A X COMMERCIAL GENERAL LIABILITY CIAIMS.MADE D OCCUR Blkt Additional Insureds AP0l.U210224600 Snow Asmoval Opezations 2/1/2021 2/1/2022 EACH OCCURRENCE S 1,000,000 PR MI S 100,000 x MED EXPI arm $ 5,000 x Blkt Waiver of Subrogation PERSONAL a ADV INJURY $ 1,000,000 GEMLAGGREGATELIMITAPPLIESPER: POLICY LOG O GENERAL AGGREGATE 5 2,000,000 PRODUCTS-COMPIOPAGG $ 2,000,000 S B AUTOMOBILE LIABSJTY X ANYAUTO A,LL D SCHEDULED x MREDAUTOS x AUTOS ED AUTOS x BadMCS X B$tAddlnemadst 8 2302860 2/1/2021 2/1/2022 dem $ 1,000,000 BODILY INJURY (Per Pewon) S__ BODILY INJURY (Per eodent) S $ UMSREUALIAe EXCESS LIARI OCCUR I CWMS-MADE EACH OCCURRENCE S AGGREGATE S DEG I IRETERTIONS S ERLOUABUJTY ANYPROPRIETORPPARTNERRE(ECUTIVE YIN OFC (Ma^� InNM EXCLUDED?4108429 iM cry ) If vs4 desone wider PTI N OF OPERATIONS below N IA iael Blanket Waiver of Subrogation 1/1/2021 1/1/2022 X EL EACH ACCIDENT S 1,000,000 E.L. DISEASE . EA EMPLOYEE S 1,000,000 E.L DISEASE -POLICY LIMIT S 1,000.000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD lot, Additional Rematln sehed: le, may be tlhclyd N mom space Is ngulred) GCKI11'ILAIE nuLwcK Weld County South East Service Center 2950 9th Street Fort Lupton, CO 80621 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE McReynolds/RESTEIwd`�h°t reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD INS025 (201401) New Contract Request Entity Information Entity Name * Entity ID * ❑ New Entity? L & M ENTERPRISES INC ;?0020806 Contract Name * Contract ID Parent Contract ID SOUTH EAST SERVICE CENTER SNOW REMOVAL RENEWAL 5227 (2019-4730)* Requires Board Approval Contract Lead � '`��'� Contract Status SGEESAMAN YES CTB REVIEW Contract Lead Email Department Project # sgeesanian@co.weld.coo.us Contract Description * SOUTH EAST SERVICE CENTER SNOW REMOVAL CONTRACT RENEWAL Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date RENEWAL BUILDINGS AND GROUNDS Date* 09:09/2021 09 1 3 2021 Amount* Department Email S 3,02 5.00 CM- Will a work session with BOCC be required?* BuildingGroundsnweldgov.c NO Renewable* csm YES Does Contract require Purchasing Dept. to be included? Department Head Email YES Automatic Renewal CM-BuildingGrounds- DeptHead aweldgov.com Bid/RFP #* Grant B1900143 County Attorney GENERAL COUNTY IGA ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EY@WELDG 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 On Base Contract Dates Effective Date Review Date * Renewal Date 08 29 2022 10:012022 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TOBY TAYLOR DH Approved Date 0902,,2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09:082021 Originator SGEESAMANJ Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approved Date 09;'93,2021 Finance Approver CHRIS D'OVIDIO Finance Approved Date 0902:2021 Tyler Ref # AG090821 Legal Counsel BOB CHOATE Legal Counsel Approved Date 09'02;2021 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 October 6, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Snow Removal Services — Southeast Service Center Buildings; (2019-4730) As a result of the snow removal services bid for the Human Services buildings, L&M Enterprises was awarded contract through the winter season ending on May 1, 2020. The bid permitted an additional one-year increment for these snow removal services using the fees identified in their bid. Buildings & Ground is recommending the additional one-year increment from October 1, 2020 through May 1, 2021. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 20l9- W73o 3G0o2 f == CONTRACT AGREEMENT AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS AND GROUNDS AND L&M ENTERPRISES, INC. This Agreement Amendment, made and entered into 16th day of _September . 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and L&M Enterprises, Inc., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No 2019-4730, approved on November 6th. 2019. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement ended on May 1, 2020. • The parties agree to extend the Original Agreement for one-year increment period, which will begin October 1. 2020. and will end on May 1. 2021. • The Amendment/Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. 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: 3ykS�u s Printed e BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO vre Mike Freeman, Chair OCT 1 2 2020 ATTEST: Weld C unty I k to Boa d APPROVED AS TO S TAN CE: BY: Deputy Clerk t he Board —"- 1&61 Elected Official or Department Head APPROVED AS TO FUNOING/) n Controller APPRO ED AS TO FORM: County Attorney c2019'V TO ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDONYYY) �� 1/21/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT CONT: Renee McReynolds Ewing -Leavitt Insurance Agency, Inc. PHONE (970) 679-7344 I IA/FAC NO: (966)425-6100 4090 Clydesdale Parkway ADDRESS:renee-mcreynolds@leavitt.com Suite 101 INSURERISI AFFORDING COVERAGE NAIC # INSURERA:CM Vantage Specialty Insurance Company 41297 Loveland CO 80538 INSURED INSURERS: Selective Insurance Company o£ America 12572 L & M Enterprises, Inc. INsuRERc:Pinnacol Assurance 41190 735 E Highway 56 INSURERD: PO Box W INSURER E: Berthoud CO 80513 INSURERF: VVY crsn'co 1..CIC I Ir'1l.Alr NUIv,ne IC'GV-C1 Snow WFXIMlllal 551151.000. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP M M1DD Y LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR I EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES IEa occurrence $ 100, 000 X MED EXP (Any one person) $ EXCL Blkt Addl Insureds CHV-PLI-0018453-01 2/15/2020 2/15/2021 X Blkt MOS PERSONAL BADVINJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY Q JETO. LOC GENERALAGGREGATE $ 2,000,000 SNOW REMOVAL OPERATIONS PRODUCTS-COMP/OPAGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 X BODILY INJURY (Per person) $ B ANYAUTO AA JLTOSS MED ASUTOSDULED S 2302880 2/1/2020 2/1/2021 BODILY INJURY (Per accident) S HIRED AUTOS X NON -OWNED AUTOS X PROPERTY DAMAGE Par $ X $ ri BIIIAdi Insureds X 11111 WOS UMBRELLA LIAR OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE OEO El RETENTION $ C WORKERS COMPENSATION WORKERS EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ (Mandatoryin NH) If yes, describe under NIA inal Blanket Waiver of Subrogation 4188429 1/1/2020 1/1/2021 X PER (0TH - E.L. EACH ACCIDENT — $ 1 000,000 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1 000,000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) VCR I Ir'IbMI C I1:uLUCR I:ANGELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County South East Service Center THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 2950 9th Street Fort Lupton, CO 80621 AUTHORIZED REPRESENTATIVE teve Ewing/RESTEI ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD INS025 (201401) RESOLUTION RE: APPROVE AGREEMENT FOR SNOW REMOVAL SERVICES AT SOUTHEAST SERVICE CENTER AND AUTHORIZE CHAIR TO SIGN - L&M ENTERPRISES, INC. WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with an Agreement for Snow Removal Services at Southeast Service Center, between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Buildings and Grounds, and L&M Enterprises, Inc., commencing upon full execution of signatures, with further terms and conditions being as stated in said agreement, and WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Agreement for Snow Removal Services at Southeast Service Center, between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Buildings and Grounds, and L&M Enterprises, Inc., be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreement. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 6th day of November, A.D., 2019. ATTEST: �j�Q/�/ W. ..�Cl�►•ei Weld County Clerk to the Board BY: Deputy Clerk to the Board D Date of signature: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, C LORADO arbara Kirkme er, Chai Mike Freeman, Pro -Tern EXCUSED Seani. Co CG:$GCTT(SG7. pUR 2/2-°/I9 2019-4730 BG0021 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 October 9, 2019 To: Purchasing From: Toby Taylor Subject: Southeast Service Center Parking Lot & Sidewalk Snow Removal As, this informal bid is for snow removal for the Southeast Service Center parking lot and sidewalks. The low bid is from L&M Enterprises and meets specifications. In addition, there is an option for three one- year renewal options with a 10% escalation rate for each subsequent year. Therefore, Buildings & Grounds is recommending award to L&M Enterprises for a total of $2,500.00 per each full removal and $1,800.00 per each partial removal needed. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & L&M ENTERPRISES INC. THIS AGREEMENT is made and entered into this day of'l '? , 201 /, 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 1 150 "0" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and L&M Enterprises, Inc., a corporation, whose address is 735 E. HWY 56; P.0.Box W Berthoud, CO. 80513 hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; 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. B1900143". The RFB 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 Exhibits A and B 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. 2019-4730 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 continued successful completion of the work, and County's acceptance of the same, County agrees to pay $1,800.00 for each Partial Snow Removal & $2,500.00 for each Full Snow Removal as defined in Exhibit A, which is the bid set forth in Exhibit B. 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. S. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of 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. 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; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury 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. 1.4. 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, Toby Taylor, Weld County Director of Buildings and Grounds. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: L&M Enterprises, Inc. Attn: Justus Bebo- President Address: 735 E. HWY 56 P. O. Box W Address: Berthoud, CO 80513 E-mail: iibebo c7,lmenterprisesinc.com Telephone: (970) 532-3706 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 1-1 Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylor(�,weldgov.com Facsimile: 970.304.6532 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. &7� IN W THE S WHEREOF, the parties hereto have signed this Agreement this day of 2019. CONTRACTOR: L&M Enterprises, Inc. Date 1 WELD COT ATTEST: Weld O6anty Clerk to t [:1s V ;t, BOARD OF COUNTY COMMISSIONERS e BQerd Y WELD COUNTY/,COLORADO , Deputy Cl c to the ��� Barbara Kirkmey r, Chair 40V 0 0 2019 REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 Exhibit A DATE: SEPTEMBER 30, 2019 BID NUMBER: B1900143 DESCRIPTION: SOUTHEAST SERVICE CENTER SNOW REMOVAL DEPARTMENT: BUILDINGS & GROUNDS BID OPENING DATE: OCTOBER 3, 2019 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: SOUTHEAST SERVICE CENTER SNOW REMOVAL A pre -bid conference will be held on October 3, 2019 at 9:00 AM, at the Southeast Services building located at 2950 9th Street, Fort Lupton, CO 80621. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 1150 O Street, Room #107, Greeley, CO 80631 until: October 8, 2019, at 10:30 AM (WELD 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://www.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. C •I 9 - - • - • •j'i ii 'Ii irqlir.i.ii 1. Email. Emailed bids are preferred. Bids may be emailed to: b i d s c we I d g o v. co m. 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. 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. BID REQUEST #B1900143 Page 2 §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 BID REQUEST #B1900143 Page 3 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. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing BID REQUEST #B1900143 Page 4 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. BID REQUEST #B1900143 Page 5 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 etseq. 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 forthe payment of any deductible or self - insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. BID REQUEST #B1900143 Page 6 The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. BID REQUEST #B1 900143 Page 7 Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subjectto all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B1900143 Page 8 DESCRIPTION This bid is for the snow removal from parking lots and the clearing of associated sidewalks at the Southeast Service Center located at 2950 9th Street, Fort Lupton, CO. FULL REMOVAL SPECIFICATIONS 1. Snow shall be removed from parking lots and all adjacent/campus sidewalks each weekday (Monday through Friday). 2. Snow must be removed before 0700 hours each weekday of snowfall more than one inch in depth. 3. Snow is to be piled on the property at locations that do not interfere with traffic flow. 4. With each full removal, ice melt shall be spread on all sidewalk areas. 5. Provide price below for FULL REMOVAL. PARTIAL REMOVAL SPECIFICATIONS 1. If snow continues through the day, Contractor is expected to return to site and remove snow greater than one -inch in depth. 2. Contractor will coordinate arrival and departures with Building & Grounds representative. 3. Contractor will not perform partial removals past 5 PM each weekday. However, depending on storm, Contractor may be called to remove snow to allow the Sheriff's office to be able to access the lot. 4. Contractor shall remove snow from all campus sidewalks. 5. Contractor shall plow drive paths in parking lot. 6. Removal of snow between parked cars is not required. 7. Snow is to be piled on the property at locations that do not interfere with traffic flow. 8. With each partial removal, ice melt shall be spread on all sidewalk areas. 9. Provide price below for PARTIAL REMOVAL. OTHER 1. Specify the type of equipment and quantities that will be used for your operation to fulfill this scope of work. 2. The quoted price for FULL REMOVAL or PARTIAL REMOVAL will be for completing all of these at the same time. 3. Bid will be for a one-year period with an optional renewal period up to three years (evaluated annually). The initial contract dates are from October 1, 2019 until May 1, 2020. 4. In addition, provide escalation percentage based on each subsequent year. PRICING FULL REMOVAL $ PARTIAL REMOVAL $ ANNUAL ESCALAT►ON __.. Ki.c. &.:i.l.f:.1jtI .ft]S.I1 t.. _. IlL Lit LI.WLP.1tL!1 tt'A 441 ,IS1Ij ..11:1 :9r;.r, s. ..� mLA!r. u '✓> d.fl +LFd v,�, c £,. FaM ."Y .' �:r%y ,.a �p TAY r.W. w...-:... . ...r v �yem .wrc 'a.. .. .. . . ,c c ^a x Iw U 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. #B1900143. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -8. ATTEST: Weld County Clerk to the Board Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #81900143 Page 10 iX �L �� b DESCRIPTION SOUTHEAST SERVICE CENTER PARKING & SIDEWALK LOTS SNOW REMOVAL This bid is for the snow removal from parking lots and the clearing of associated sidewalks at the Southeast Service Center located at 2950 9th Street, Fort Lupton, CO. FULL REMOVAL SPECIFICATIONS 1. Snow shall be removed from parking lots and all adjacent/campus sidewalks each weekday (Monday through Friday). 2. Snow must be removed before 0700 hours each weekday of snowfall more than one inch in depth. 3. Snow is to be piled on the property at locations that do not interfere with traffic flow. 4. With each full removal, ice melt shall be spread on all sidewalk areas. 5. Provide price below for FULL REMOVAL. PARTIAL REMOVAL SPECIFICATIONS 1. If snow continues through the day, Contractor is expected to return to site and remove snow greater than one -inch in depth. 2. Contractor will coordinate arrival and departures with Building & Grounds representative. 3. Contractor will not perform partial removals past 5 PM each weekday. However, depending on storm, Contractor may be called to remove snow to allow the Sherriff's office to be able to access the lot. 4. Contractor shall remove snow from all campus sidewalks. 5. Contractor shall plow drive paths in parking lot. 6. Removal of snow between parked cars is not required. 7. Snow is to be piled on the property at locations that do not interfere with traffic flow. S. With each partial removal, ice melt shall be spread on all sidewalk areas. 9. Provide price below for PARTIAL REMOVAL. OTHER 1. Specify the type of equipment and quantities that will be used for your operation to fulfill this scope of work. 2. The quoted price for FULL REMOVAL or PARTIAL REMOVAL will be for completing all of these at the same time. 3. Bid will be for a one-year period with an optional renewal period up to three years (evaluated annually). The initial contract dates are from October 1, 2019 until May 1, 2020. 4. In addition, provide escalation percentage based on each subsequent year. PRICING FULL REMOVAL $_2.500 ' PARTIAL REMOVAL $_t00 00 ANNUAL ESCALATION tO'Ip % A ore -bid conference will be held on October 3.. 2019 at 9:00 AM at the Southeast Services building located at 2960 9th Street, Fort Lupton, CO. Bids will be received up to, but not later than October 8, 2019 at 10:30 AM (WELD COUNTY PURCHASING TIME CLOCK) BID REQUEST #81900143 Page 9 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1900143. 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 L M f El'SS BUSINESS ADDRESS ] 3S C- _N�p-t- .sC : d . S3x CITY, STATE, ZIP CODE E�,TEt G.J L( S 13 TELEPHONE NO 10- 5-SZ- 3106 FAX 91t1- 19�- 11k1S TAX ID # 8'-{-y"1Q3b48 PRINTED NA SIGNATURE DATE U)T( Rod **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #81900143 Page 10 Farm W. Request for Taxpayer Give Form to the (Rev. December2o14) Identification Number and Certification requester. Do not Department of the Treasury i send to the IRS. (eternal Revenue Service I Name (as shown on your income tax return). Name is required on this line: do not leave this fine blank. L and M Enterprises, Inc. N 2 Business name/disregarded entity name, it different from above m rn m a 3 Check appropriate box for federal tax classification: check only one of the following seven boxes: 4 Exemptions (codes apply only to p ❑ Individual/sole proprietor or Q C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate certain entities, not individuals: see instructions on page 3): N d e a o single -member LLC ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P= partnership) ► Exempt payee code (if any) 2 Note. For a single -member LLC that is disregarded, do not check LLC: check the appropriate box in the line above for Exemption from FATCA reporting Z'j the tax classification of the single -member owner. code (if any) C a o ❑ Other (see instructions) ► A45viai ro ac_avnrc,.s.rivrvv urrs;ve:ne US i u5 Address (number, street, and apt. or suite no.) Requester's name and address (optional) a PO Box W m 6 City, state, and ZIP code Berthoud, CO 80513 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SSN). However, for a � resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other —- entities, it is your employer identification number (ElN). If you do not have a number, see How to get a TIN on page 3. or Note. If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for Employer identification number guidelines on whose number to enter. F� 8 4 _ �{ 8 4 0 7 0 3 ti 4 8 Under penalties of perjury, I certify that: The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on oaoe 3. — A ere I Signature of y ,- _ _ � tA~ jL � S [ He re U.S. arson ► 1„%Date ► General Instructions 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/fw9. 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 ((TIN), 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 1099-8 (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 tnterjsl), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S, person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding? 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 code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting? on page 2 for further information. Cat. No. 10231 X Form W-9 (Rev. 12-2014) ACCORQ® �,. CERTIFICATE OF LIABILITY INSURANCE DATE (MMMDIYYVY) 1/29/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(Ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsemen s PRODUCER Ewing -Leavitt Insurance Agency, Inc. 4090 Clydesdale Parkway Suite 101 Loveland CO 80538 CONTACT Renee McReynolds PHO (970) 679-7344 fFNc (866)425 6160 4ML renee-mcreynolds@leavitt.con INSURERS AFFORDING COVERAGE "CO INsuRERR :Scottsdale Insurance Company 41297 INSURED L & M Enterprises, Inc. P 0 Box W 735 E. Highway 56 Berthoud CO 80513 MSURERa:8elective Insurance Company 12572 INsuRERc:Pinnacol Assurance 41190 INSURER D: COVERAGES CERTIFICATE NUMBER:19-20 snow 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 TERNS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCEB POLICY EFF POLICY E}P UMR3 A X I COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR Blanket $(T}S CPS2982560 SNOW RDf VA[ OPERATIONS 2/1/2019 2/1/2020 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED $ 100,000 x MEDd(p one on $ 5,000 x Blkt Add' Insureds PERSONA.&ADVINJURY $ 1,000,000 GEN'L AGGREGATE UNIT APPLIES PER POLICY JECTT LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS- COMPIOP AGO $ 2,000,000 B AUTOMOBILE LIABILITY X ANY ALTO AU ED ri SCHEDULED NON -OWNED HIRED AUTOS x AUTOS X Blanket WOS x 8lkt add Insureds S 2302880 2/1/2019 2/1/2020 COMBINED SING UMT $ 1,000,000 BODILY INJURY (Per person) -- $ BODILYINJURY(Peracciden() $ PROPERTY DAMAGE $ $ UMBRELLA h AS EXCESS UAB LI OCCUR I CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ S C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORPARTNEREX IECtUTIVE Y t N OFRCER,(EMBER EXCLUDED? E (Mandatory In NH) If yea. desaibo under flESCRLPT)ONOFOPERATI0NSbowE.L NIA inel Blanket Waiver of Subrogation 4188429 1/1/2019 1/1/2020 x PER I 0T7f- E.L. EACH ACCIDENT $ 1,000,000 E.L DISEASE - EA EMPLOYE $ 1,000,000 DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached N more apace Is required) Weld County South East Service Center 2950 9th Street Fort Lupton, CO 80621 ACORD 25(2014/01) INRn9a,�n„e„) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORISLD REPRESENTATIVE McReynolds/RESTEI ® 1988-2014 ACORD CORPORATION. All rights reserves. The ACORD name and logo are registered marks of ACORD Entity Name Entity iD * ❑ New Entity? L & M ENTERPRISES INC @0002045 Contract Name* SOUTH EAST SERVICE CENTER SNOW REMOVAL Contract Status CTB REVIEW Contract ID 3196 Contract Lead SGEESAMAN Contract Lead ail sgeesaman@cowetcLco.us Contract Description * SNOW REMOVAL SERVICES FOR THE SOUTHEAST SERVICE CENTER Contract Description 2 Parent Contract ID 1 a a Contract tract Type Department Requested 8OCC Agenda Due Date CONTRACT BUILDINGS AND GROUNDS Date* 10/3112019 11104/2019 Amount* Department Email 52.5K00 CM- Will a work session C be required?* BuildingGrounds =field ovv.co NO Renewable * m YES Does tract require Purchasing Dept. to be inclu ded? rrAerit Fi' ail Automatic Renewal C!-BuildingGrounds- D tHead C veldgov.com Grant County Attorney! GENERAL L COUNTY ATTORNEY EMAIL IGA County Attorney Email CM- COUNTYATTORNEY@ WELD GOV.COM if this is a renewal enter previous Corflract 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 OnOase Effective Date Review Date * Renewal Date 1012112020 10=2112020 Termination Notice Period mitted Delivery Date Expiration Date Contact Information Contact Info Contact Narne Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR DH Approved Date 10,'2912019 Final Approval 80CC Approved 80CC Signed Date BOCC Agenda Date 11/06/2019 Originator SGEESAMAN Submit Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approver CHRIS D'OVIDIO Finance Approved Date 10/312019 Tyler Ref # AG 110619 Legal Counsel BOB CHOATE Legal Counsel Approved Date 11/01/2019 Hello