Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20181692.tiff
C r i-,Z-773 33 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 5, 2020 To: Board of County Commissioners From: Toby Taylor Subject: South County Lawn Maintenance; Bid 1800108 In 2018, a bid award was approved for maintaining the lawn at the south County buildings. The bid was awarded to Panorama Coordinated Services, Inc. This attached agreement is for the next one-year increment for calendar year 2020. Buildings & Grounds is recommending approval of the next increment to Panorama Coordinated Inc in the amount of $13,840.00 for calendar year 2020. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director G2� 02 o U/1 )-O ,2D/t- /4, q� ,C�� ooh c� AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & PANORAMA COORDINATED SERVICES INC. SOUTH COUNTY LAWN MAINTENANCE 4209 WCR 24.5 LONGMONT, CO & 2950 9TH STREET FT. LUPTON, CO THIS AGREEMENT is made and entered into this l(0 'day of d2YU , 202Q, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Panorama Coordinated Services, Inc. whose address is 395A E. Rogers RD., Longmont, CO 80501, hereinafter referred to as "Contract Professional". WHEREAS, County requires an independent contractor to perform the services required by County; 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: 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 Exhibit of which forms an integral part of this Agreement. The Exhibit is specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including, specifically the Exhibit, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. The Exhibit 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 nec ssary to perform and complete the Project described in the Exhibit which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, andtacknowledges that a failure to comply with the standards and requirements within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities c2O/r- /��� described in the Exhibit. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $13,840.00, which is the bid set forth in Exhibit. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Panorama Coordinated Services, Inc. Attn.: J. Peter K. Storz, President/Owner Address: 395A E. Rogers Rd. Address: Longmont, CO 80501 E-mail: info'a my panorama.com Telephone: (303) 975-2144 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylorraco.weld.co.us 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 Exhibit 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 Exhibit, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 'emu c ry . , 20QD CONTRACTOR: Panorama Coordinated Services Inc. By: Name: Title: Date day of v WELD C T X.:L;(1 ATTEST: Weld o n Clerk to th - B • . r BY: Deputy C Mike Freeman, Chair BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO MAR 0 9 2020 Exhibit pANORAmA ppRptNATED SERVICES Panorama Coordinated Services 395A E. Rogers Rd. Longmont, CO 80501 303/774-9449 FAX: 303/774-7664 email: info@mypanorama.com www.mypanorama.com Date: Proposal submitted to: Primary Contact: Phone: Job location: Service Period: 2/6/2020 Weld County PO Box 758 Greeley, CO 80631 Toby Taylor 970/400-3155 email: ttaylor@co.weld.co.us SW Weld Services Building 4209 WCR 24.5 Longmont, CO 80621 March, 2020 - November, 2020 We hereby submit the Grounds Management schedule for the above named property. Per Service Description Frequency Occurrence Extension Cleanup -Spring Debris removal Cleanup - Fall Debris Removal Mid Season Prune Debris removal Lawn mow & trim Native mow Turf aeration Turf fertilization Sprinkler Turn On Sprinkler Winterization Sprinkler Checks Weed Control: turf Weed Control: Non -turf Total Per month (0 months) Property Specifics: 21 5 3 5 $200.00 $990.00 $4,200.00 $4,950.00 $325.00 $975.00 $125.00 $625.00 sio,7so ai $1,343.75 Rate Schedule: Service General Labor $57.50/hour Tree/Shrub Work $72.50/hour Sprinkler Repair $85/hour plus parts Winter Watering (Trees & Shrubs) $70.00/hour I. Fertilization. Panorama Coordinated Services uses time release fertilizer which requires only one application per season. We also offer an organic option, which is an alfalfa based fertilizer that has 3 recommended applications throughout the season. Our fertilizers do not provide weed control. 2. Trimming. Trim all turf areas inaccessible to mowing equipment as needed to maintain a neat, well- groomed appearance. 3. Blowing. After mowing operations are completed, all grass clippings will be blown and/or removed from walks, drives, etc. 4. Edging. Edging of designated areas will be done on an as -needed basis through the use of a steel -blade edger. Edging is limited to concrete areas, in order to avoid damage to irregular asphalt, flagstone, brick, 5. Tree and Shrub care. Panorama Coordinated Services can limb up/prune trees on your property up to 15 feet high. For more comprehensive tree service, we are happy to enlist one of our service partners to provide an estimate. General pruning can be scheduled on a time/material basis if not included in your seasonal plan. 6. Winter Services. Panorama Coordinated Services can visit the site on a regular basis during off season to inspect all landscape and plant material, and notify the Owner of all problems. During site visits Panorama Coordinated Services will determine the need for winter watering, tree wrapping, special pruning due to storm damage, trash patrols, etc. Please contact us for this service, or include it in your service plan. 7. Sprinkler Systems. Damages to sprinkler system components by Panorama Coordinated Services employees (with the exception of improperly installed components or other damage beyond Panorama Coordinated Services control) will be replaced at no charge. TERMS & CONDITIONS 1. All work to be completed in a workmanlike mariner according to standard practices. 2. License and Permits: Panorama Coordinated Services, Inc. (PCS) shall maintain a landscape contractor's license, if required by State or local law, and will comply with all other license and permit requirements of the City, State, and Federal Governments. 3. Taxes: Customer agrees to pay all applicable taxes, including sales tax on material supplied. 4. Insurance: PCS agrees to provide General Liability Insurances, Automotive Liability insurance, Worker's Compensation Insurance, and any other insurance required by law. 5. Liability: PCS shall indemnify the Customer and its agents and employees from and against any liabilities that arise out of PCS's work to the extent such liabilities are adjudicated to have been caused by PCS's negligence or willful misconduct. PCS shall not be liable for any damage that occurs from Acts of God, defined as those caused by windstorm, hall, fire, flood, earthquake, hurricane, and freezing, etc.. Under these circumstances, PCS shall have the right to renegotiate the terms and prices of this agreement within sixty (60) days. Any illegal trespass, claims, and/or damages resulting from work requested that is not on property owned by Customer or not under Customer management and control shall be the sole responsibility of the Customer. 6, Subcontractors: PCS reserves the right to hire qualified subcontractors to perform specialized functions or work requiring specialized equipment. 7. Additional Services: Any additional work not shown in the above specifications involving extra costs will become an extra charge over and above the service plan. 8. Access to Jobsite: Customer shall provide all utilities to perform the work. Customer shall furnish access to all parts of jobsite where PCS is to perform work as required by the contract or other functions related thereto, during normal business hours and other reasonable periods of time. PCS will perform the work as is reasonably practical after the Customer makes the site available for performance of the work. 9. invoicing: Customer shall make payment to Contractor upon receipt of invoice. Any amount which becomes overdue, shall accrue a finance charge of 1.5% per month on the unpaid balance until paid in full. In the event the customer should fail to make any payments as herein provided, Customer further agrees to pay all reasonable costs, including attorney fees, incurred by PCS in collecting said payments. 10. Termination: In the event that either party should elect to terminate the service contract, 30 days advance written notice is required, and the final billing will be adjusted to reflect actual services performed. If Customer terminates the contract, a $200.00 early termination fee shall apply as well. 11. Assignment: The Customer and PCS, respectively, bind themselves, their partners, successors, assignees and legal irepresentatives to the other part with respect to all covenants of this Contract. In the event of sale or transfer of Customer's (interest in its business and/or the property which is the subject of this agreement, Client/Owner must first obtain the written )consent of PCS for the assignment of an interest in this agreement to be effective. 12. Disclaimer: this proposal was estimated and priced based upon a site visit and visual inspection from ground level using ordinary means, at or about the time this proposal was prepared. The price quoted in this proposal for the work described, is the result of that ground level visual inspection and therefore our company will not be liable for any additional costs or damages for additional work not described herein, or liable for any incidents/accidents resulting from conditions that were not ascertainable by said ground level visual Inspection by ordinary means at the time said inspection was performed. We ,cannot to held responsible for unknown or otherwise hidden defects. 13. Fuel Cost Surcharge. In setting our rate structure, we anticipate the costs for labor, materials, equipment, insurance, and fuel. In the event that the cost of 85 octane unleaded gasoline exceeds $3.50 per gallon at any point during the contract period, PCS shall implement a fuel cost surcharge (per service), commensurate with the fuel cost differential. We propose to hereby furnish material and labor complete and in accordance with the above specifications for the sum of: $10,750.00 Payment to be made as follows: as services rendered, to be invoiced on the first day of each month beginning March 1, 2020 Note: This proposal may be withdrawn by us if not accepted within 30 days. PANORAMA COORDINATED SERVICES, Inc. BY: J. PETERST O'(Z` f PRESIDENT AND OWNER Acceptance of Proposal -The above prices, specifications, and the terms and conditions on the reverse side hereof are satisfactory and hereby accepted by: SIGNATURE NAME PRINTED DATE ACCEPTED Pannrama C.00rtlrnatpd Services 3954 F Roaers Rr1 I,nnon,nrtt, CO WIRY' 303/774-9449 FAX: 303/774-7664 email: info@mypanorama.com www.mypanorama.com PANORAMA OORDINATED SERVICES Panorama Coordinated Services 395A E. Rogers Rd. Longmont, CO 80501 303/774-9449 FAX: 303/774-7664 email: info@mypanorama.com www.mypanorama.com Date: Proposal submkted to: Primary Contact: Phone: Job location: Service Period: 2/6/2020 Weld County PO Box 758 Greeley, CO 80631 Toby Taylor 970/400-3155 email: ttaylor@co.weld.co.us SE Weld Services Building 2950 9th St. Ft. Lupton, CO 80621 March, 2020 - November, 2020 We hereby submit the Grounds Management schedule for the above named property. Service Description Frequency Per Occurrence Extension Cleanup - Spring Debris removal Cleanup - Fall Debris Removal Mid Season Prune Debris removal Lawn mow & trim 21 $90.00 $1,890.00 Native mow 5 $75.00 $375.00 Turf aeration Turf fertilization Sprinkler Turn On Sprinkler Winterization Sprinkler Checks Weed Control: turf 3 $125.00 $375.00 Weed Control: Nbn-turf 6 $75.00 $450.00 Total $3,090.00 Per month (8 mantles) $386.25 Property Specifics: Rate Schedule: Service Rate General Labor $57.50/hour Tree/Shrub Work $72.50/hour Sprinkler Repair $85/hour plus parts Winter Watering (Trees & Shrubs) $70.00/hour 1. Fertilization. Panorama Coordinated Services uses time release fertilizer which requires only one application per season. We also offer an organic option, which is an alfalfa based fertilizer that has 3 recommended applications throughout the season. Our fertilizers do not provide weed control. 2. Trimming. Trim all turf areas inaccessible to mowing equipment as needed to maintain a neat, well- groomed appearance. 3. Blowing. After mowing operations are completed, all grass clippings will be blown and/or removed from walks, drives, etc. 4. Edging. Edging of designated areas will be done on an as -needed basis through the use of a steel -blade edger. Edging is limited to concrete areas, in order to avoid damage to irregular asphalt, flagstone, brick, 5. Tree and Shrub care. Panorama Coordinated Services can limb up/prune trees on your property up to 15 feet high. For more comprehensive tree service, we are happy to enlist one of our service partners to provide an estimate. General pruning can be scheduled on a time/material basis if not included in your seasonal plan. 6. Winter Services. Panorama Coordinated Services can visit the site on a regular basis during off season to inspect all landscape and plant material, and notify the Owner of all problems. During site visits Panorama Coordinated Services will determine the need for winter watering, tree wrapping, special pruning due to storm damage, trash patrols, etc. Please contact us for this service, or include it in your service plan. 7. Sprinkler Systems. Damages to sprinkler system components by Panorama Coordinated Services employees (with the exception of improperly installed components or other damage beyond Panorama Coordinated Services control) will be replaced at no charge. TERMS & CONDITIONS 1. All work to be completed in a workmanlike manner according to standard practices. 2. License and Permits: Panorama Coordinated Services, Inc. (PCS) shall maintain a landscape contractor's license, if required by State or local law, and will comply with all other license and permit requirements of the City, State, and Federal Governments. 3. Taxes: Customer agrees to pay all applicable taxes, including sales tax on material supplied. 4. Insurance: PCS agrees to provide General Liability Insurances, Automotive Liability Insurance, Worker's Compensation Insurance, and any other insurance required by law. 5. Liability: PCS shall indemnify the Customer and its agents and employees from and against any liabilities that arise out of PCS's work to the extent such liabilities are adjudicated to have been caused by PCS's negligence or willful misconduct. PCS shall not be liable for any damage that occurs from Acts of God, defined as those caused by windstorm, hail, fire, flood, earthquake, hurricane, and freezing, etc.. Under these circumstances, PCS shall have the right to renegotiate the terms and prices of this agreement within sixty (60) days. Any illegal trespass, claims, and/or damages resulting from work requested that is not on property owned by Customer or not under Customer management and control shall be the sole responsibility of the Customer. 6. Subcontractors: PCS reserves the right to hire qualified subcontractors to perform specialized functions or work requiring specialized equipment. 7. Additional Services: Any additional work not shown in the above specifications involving extra costs will become an extra charge over and above the service plan. 8. Access to Jobsite: Customer shall provide all utilities to perform the work. Customer shall furnish access to all parts of jobsite where PCS is to perform work as required by the contract or other functions related thereto, during normal business hours and other reasonable periods of time. PCS will perform the work as is reasonably practical after the Customer makes the site available for performance of the work. 9. Invoicing: Customer shall make payment to Contractor upon receipt of invoice. Any amount which becomes overdue, shall accrue a finance charge of 1.5% per month on the unpaid balance until paid in full. In the event the customer should fail to make any payments as herein provided, Customer further agrees to pay all reasonable costs, including attorney fees, incurred by PCS in collecting said payments. 10. Termination: In the event that either party should elect to terminate the service contract, 30 days advance written notice is required, and the final billing will be adjusted to reflect actual services performed. If Customer terminates the contract, a $200.00 early termination fee shall apply as well. 11. Assignment: The Customer and PCS, respectively, bind themselves, their partners, successors, assignees and legal representatives to the other part with respect to all covenants of this Contract. In the event of sale or transfer of Customer's interest in its business and/or the property which is the subject of this agreement, Client/Owner must first obtain the written ;consent of PCS for the assignment of an interest in this agreement to be effective. 12. Disclaimer: this proposal was estimated and priced based upon a site visit and visual inspection from ground level using ordinary means, at or about the time this proposal was prepared. The price quoted in this proposal for the work described, is the result of that ground level visual inspection and therefore our company will not be liable for any additional casts or damages for additional work not described herein, or liable for any incidents/accidents resulting from conditions that were not ascertainable by said ground level visual inspection by ordinary means at the time said inspection was performed. We 'cannot be held responsible for unknown or otherwise hidden defects. 13. Fuel Cost Surcharge. In setting our rate structure, we anticipate the costs for labor, materials, equipment, insurance, and fuel. In the event that the cost of 85 octane unleaded gasoline exceeds $3.50 per gallon at any point during the contract period, PCS shall implement a fuel cost surcharge (per service), commensurate with the fuel cost differential. We propose to hereby furnish material and labor complete and In accordance with the above specifications for the sum of: $3,090.00 Payment to be made as follows: as services rendered, to be invoiced on the first day of each month beginning March 1, 2020 Note: This proposal may be withdrawn by us if not accepted within 30 days. PANORAMA COORDINATED SERVICES, Inc. BY: J. PETER . ST• PRESIDENT AND OWNER Acceptance o Proposal- The above prices, specifications, and the terms and conditions on the reverse side hereof are satisfactory and hereby accepted by: SIGNATURE NAME PRINTED DATE ACCEPTED Panorama Coordinated Services ;QSn E. Rovers Rd Longmont, CO 80501 303/774-9449 FAX: 303/774-7664 email: Info@mypanorama.com www.mypanorama.com A Q® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY)02/18/2020 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(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the po icy, 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 Flood and Peterson PO Box 578 Greeley CO 80632 CONTACT Kylie Carey, CISR, CIC NAME: PHONE (n/c n o, E>tt): (970) 266-7148 I (A/C, No): AX (970) 506-6845 E-MAIL KCarey@floodpeterson.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: EMCASCO Insurance Company 21407 INSURED Panorama Coordinated Services, Inc. 395A East Rogers Road Longmont CO 80501 INSURER B : Employers Mutual Casualty Company 21415 INSURER C : Union Insurance Company 25844 INSURER D : Pinnacol Assurance 41190 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: CL1962730061 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDLSUBR INSD WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 6D0697220 07/01/2019 07/01/2020 EACH OCCURRENCE $ 1,000,000 DAMAGE TO PREMISES (EaENTEDoccurrence) $ 500,000 I CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 10,000 X PD Ded:1,000 PERSONAL &ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE X LIMIT APPLIES PRO JECT PER: LOC PRODUCTS-COMP/OPAGG $ 2,000,000 $ B AUTOMOBILE X _ X - LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X SCHEDULED AUTOS NON -OWNED AUTOS ONLY 6E0697220 07/01/2019 07/01/2020 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C X UMBRELLA LIAB EXCESSLIA9 X OCCUR CLAIMS -MADE 6J0697220 07/01/2019 07/01/2020 EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 $ DED I XI RETENTION $ 0 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN N N/A 4221214 01/09/2020 07/01/2020 Xl PER 0TH STATUTE I 1 ER E.L. EACH ACCIDENT 1 000 000 $ ,, E.L. DISEASE- EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1 0,00 000 $ , B Leased/Rented Equipment 6C0697220 07/01/2019 07/01/2020 Deductible Limit $1,000 $100,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SE Weld Services Building 2950 9th St. Ft. 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 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD A� b® CERTIFICATE OF LIABILITY INSURANCE DATE A E(MMIODA ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Flood and Peterson PO Box 578 Greeley CO 80632 CONTACT Kylie Carey, CISR, CIC NAME: y y PHONE (970) 266-7148 I FAX (970)506-6845 (A/C. No, Ext): (A/C, No): E-MAIL KCarey@floodpeterson.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: EMCASCO Insurance Company 21407 INSURED Panorama Coordinated Services, Inc. 395A East Rogers Road Longmont CO 80501 INSURER B : Employers Mutual Casualty Company 21415 INSURER C : Union Insurance Company 25844 INSURER D : Pinnacol Assurance 41190 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: CL1962730061 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TR TYPE OF INSURANCE INSD WVD POLICY NUMBERPOLICY EFF (MMIDDIYYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 6D0697220 07/01/2019 07/01/2020 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR PREMISES (Ea occurrence) $ 500,000 X PD Ded:1,000 MED EXP (Any one person) $ 10,000 PERSONAL &ADV INJURY $ 1,000,000 GEN'LAGGREGATE P POLICY OTHER: X LIMIT APPLIES JECT PRO PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ 2,000,000 $ B AUTOMOBILE _ X - X - LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY v _ SCHEDULED AUTOS NON -OWNED AUTOS ONLY 6E0697220 07/01/2019 07/01/2020 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS-MADE6J0697220 07/01/2019 07/01/2020 EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 DED I XI RETENTION $ 0 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER INaato EXCLUDED?1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YNN N /A 4221214 01/09/2020 07/01/2020 XI STATUTE I I OTH- ER E. L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT 1,000,000 $ B Leased/Rented Equipment 6C0697220 07/01/2019 07/01/2020 Deductible Limit $1,000 $100,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SW Weld Service Building 4209 WCR 24.5 Longmont CO 80504 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 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* PANORAMA COORDINATED SERVICES INC Contract Name* SOUTH COUNTY LAWN MAINTENANCE Contract Status CTB REVIEW Entity ID* @00030756 Contract Description* LAWN MAIN I tNANCE FOR SW & SE SERVICE CENTERS Contract Description 2 Contract Type* CONTRACT Amount* $13,840.00 Renewable* YES Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgovco m Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WELD GOV.COM Contract ID 3433 Contract Lead* SGEESAMAN ❑ New Entity? Parent Contract ID Requires Board Approval YES Contract Lead Email Department Project # sgeesaman@co.weld.co.us Requested BOCC Agenda Date* 03/02/2020 Due Date 02.272020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnRase Contract Dates Effective Date Review Date* 02119.2021 Termination Notice Period Committed Delivery Date Renewal Date* 02/19/2021 Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR DH Approved Date 03/02/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/09/2020 Originator SGEESAMAN Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 03/03/2020 Tyler Ref* AG 030920 Legal Counsel BOB CHOATE Legal Counsel Approved Date 03/04/2020 Submit 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 May 28, 2018 To: Board of County Commissioners From: Toby Taylor Subject: South County Lawn Maintenance; Bid (B1800108) As advertised, this bid is for performing lawn maintenance at the South County buildings. The low bid from Panorama Coordinated Services, Inc. meets specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to Panorama Coordinated Services, Inc. for $13,765.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Lsdi aaig 16qa_. WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: rturf(a�weldaov.com E -Mail: reverett(aweldgov.com E-mail: cmpeters(a�weldgov.com Phone: (970) 400-4216, 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: MAY 25, 2018 REQUEST FOR: SOUTH COUNTY LAWN MAINTENANCE DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B1800108 PRESENT DATE: MAY 30, 2018 APPROVAL DATE: JUNE 13, 2018 VENDOR PANORAMA COORDINATED SERVICES, INC. 395A E. ROGERS RD. LONGMONT, CO 80501 SIERRA LANDSCAPING & MAINTENANCE 1205 BOSTON AVE LONGMONT, CO 80501 START DATE END DATE TOTAL June 1, 2018 November 30, 2018 $13,765.00 May 1, 2018 May 1, 2019 May 1, 2020 May 1, 2021 October 31, 2018 $21,805.00 October 31, 2019 $29,759.00 October 31, 2020 $30,441.00 October 31, 2021 $31,202.00 The Department of Buildings and Grounds will review the bids. 2018-1692 $�o
Hello