No preview available
HomeMy WebLinkAboutC24-420 Weston Landscape & Design dba Stevens Home CareAGREEMENT FOR SERVICES BETWEEN EAGLE COUNTY, COLORADO AND WESTON LANDSCAPE & DESIGN LLC, DBA STEVENS HOME CARE THIS AGREEMENT (“Agreement”) is effective on the _______________, by and between Weston Landscape & Design LLC, a Delaware limited liability company d/b/a Stevens Home Care (hereinafter “Contractor”) and Eagle County, Colorado, a body corporate and politic (hereinafter “County”). RECITALS WHEREAS, County desires to utilize Contractor for frozen precipitation removal services (the “Project”) for the areas described in Paragraph 1 of this Agreement (the “Property”); and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the Services as defined below in paragraph 1 hereof; and WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the Services. AGREEMENT NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and County agree as follows: 1. Services or Work. Contractor agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the services or work described in Exhibits A1 – A8 (“Services” or “Work”) which are attached hereto and incorporated herein by reference. The Services shall be performed in accordance with the provisions and conditions of this Agreement. a. During the period from November 1, 2024, through April 15, 2025, Contractor shall perform frozen precipitation removal services, including snow plowing, shoveling, ice chipping, and the supply and application of ice melt products, at the Miller Ranch Community Center in Edwards, Colorado, as shown in the site map attached hereto as Exhibit A1 and incorporated herein by this reference (the “Work”). For the Work under this Agreement, frozen precipitation must be removed from parking lot and sidewalk surfaces, including those leading to each of the exterior egress doors to the building. The Work shall be initially completed by 7:30 a.m. when one (1) inch or more of frozen precipitation is present, and must be repeated as needed throughout the day to provide safe access to the locations to maximize operations and to minimize risk of injury to pedestrians. The Work also includes the supply and application of ice melt on main accesses of the parking area and on sidewalks leading up to the building’s exterior doors. b. During the period from November 1, 2024 through April 15, 2025, Contractor shall perform frozen precipitation removal services, including snow plowing on the recreation path that runs along Miller Ranch Road from the round-about at Edwards Spur Road to the ECO bus shelter on the Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 10/7/2024 2 SHC.Agreement.Snow Removal.2024-25 north-west side of the Miller Ranch Road and HWY 6 intersection, as depicted in Exhibit A2, attached hereto and incorporated herein by reference (the “Work”). For the Work under this Agreement, frozen precipitation must be removed from recreation paths. The Work shall be initially completed by 7:30 a.m. when one (1) inch or more of frozen precipitation is present, and must be repeated as needed throughout the day to provide safe access to the locations to maximize operations and to minimize risk of injury to pedestrians. c. During the period from November 1, 2024 through April 15, 2025, Contractor shall perform frozen precipitation removal services, including snow plowing on the Freedom Park west and east parking lots as depicted in Exhibit A3, attached hereto and incorporated herein by reference (the “Work”). For the Work under this Agreement, frozen precipitation must be removed from recreation paths. The Work shall be initially completed by 7:30 a.m. when one (1) inch or more of frozen precipitation is present, and must be repeated as needed throughout the day to provide safe access to the locations to maximize operations and to minimize risk of injury to pedestrians. d. During the period from November 1, 2024 through April 15, 2025, Contractor shall perform frozen precipitation removal services, including shoveling, ice chipping, and the supply and application of ice melt products, at the Eagle County Justice Center in Eagle, Colorado, as shown in the site map attached hereto as Exhibit A4 and incorporated herein by this reference (the “Work”). For the Work under this Agreement, frozen precipitation must be removed from sidewalk surfaces, including those leading to each of the exterior egress doors to the building. The Work shall be initially completed by 7:30 a.m. when frozen precipitation is present, and must be repeated as needed throughout the day to provide safe access to the locations to maximize operations and to minimize risk of injury to pedestrians. The Work also includes the supply and application of ice melt on main accesses of the parking area and on sidewalks leading up to the building’s exterior doors. e. During the period from November 1, 2024 through April 15, 2025, Contractor shall perform frozen precipitation removal services, including shoveling, ice chipping, and the application of Eagle County supplied ice melt products, at the Eagle County Maintenance Service Center in Gypsum, Colorado, as shown in the site map attached hereto as Exhibit A5, and incorporated herein by this reference (the “Work”). For the Work under this Agreement, frozen precipitation must be removed from sidewalk surfaces, including those leading to each of the exterior egress doors to the buildings. This component of the Work shall be initially completed by 7:30 a.m. when frozen precipitation is present. This Work also includes the application of Eagle County supplied ice melt on sidewalks leading up to the building’s exterior doors. f. During the period from November 1, 2024 through April 15, 2025, Contractor shall perform frozen precipitation removal services, including snow plowing on the Eagle River Preserve upper parking lot as depicted in Exhibit A6, attached hereto and incorporated herein by reference (the “Work”). For the Work under this Agreement, frozen precipitation must be removed from the parking lot. The Work shall be initially completed within 24 hours when two (2) inches or more of frozen precipitation is present. Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 3 SHC.Agreement.Snow Removal.2024-25 g. During the period from November 1, 2024 through April 15, 2025, Contractor shall perform frozen precipitation removal services, including snow plowing on the Homestake L parking lot as depicted in Exhibit A7, which is attached hereto and incorporated herein by reference (the “Work”). For the Work under this Agreement, frozen precipitation must be removed from the parking lot. The Work shall be initially completed within 24 hours when two (2) inches or more of frozen precipitation is present. h. During the period from November 1, 2024 through April 15, 2025, Contractor shall perform frozen precipitation removal services, including snow plowing on the Ridgeway Shop parking lot as depicted in Exhibit A8, attached hereto and incorporated herein by reference (the “Work”). For the Work under this Agreement, frozen precipitation must be removed from the parking lot. The Work shall be initially completed within 24 hours when two (2) inches or more of frozen precipitation is present. i. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibits A1 - A8 and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement shall prevail. 2. County’s Representative. The Facilities Management Department’s designee shall be Contractor’s contact with respect to this Agreement and performance of the Services. 3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to the provisions of paragraph 11 hereof, shall continue in full force and effect for a period of one (1) year. 4. Extension or Modification. This Agreement may be extended for up to three additional one-year terms upon written agreement of the parties. Any amendments or modifications 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 in accordance with County’s internal policies. Accordingly, no course of conduct or dealings between the parties, nor verbal change orders, express or implied acceptance of alterations or additions to the Services, and no claim that County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor’s rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. 5. Compensation. County shall compensate Contractor for the performance of the Services in a sum computed and payable as set forth in Exhibits B1, B2, B3, B4, B5, B6, B7 and B8. The performance of the Services under this Agreement shall not exceed forty-three thousand eight hundred thirty-six and 06/100 dollars ($43,836.06). In the event Contractor and County agree upon the need for additional services beyond the work described in above, those services shall be billed as set forth in Exhibit C. Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 4 SHC.Agreement.Snow Removal.2024-25 Total compensation under this Agreement shall not exceed Sixty Thousand Dollars ($60,000.00) without a written amendment to this Agreement. a. Payment will be made for Services satisfactorily performed within thirty (30) days of receipt of a proper and accurate invoice from Contractor. All invoices shall include detail regarding the hours spent, tasks performed, who performed each task and such other detail as County may request. b. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the Services for which payment was made were not performed as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. c. 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. d. 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 therefor 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). 6. 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 performance of any of the Services or additional services 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. Contractor 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 Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 7. Insurance. Contractor agrees to provide and maintain at Contractor’s sole cost and expense, the following insurance coverage with limits of liability not less than those stated below: a. Types of Insurance. Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 5 SHC.Agreement.Snow Removal.2024-25 i. Workers’ Compensation insurance as required by law. ii. Auto coverage with limits of liability not less than $1,000,000 each accident combined bodily injury and property damage liability insurance, including coverage for owned, hired, and non-owned vehicles. iii. Commercial General Liability coverage to include premises and operations, personal/advertising injury, products/completed operations, broad form property damage with limits of liability not less than $1,000,000 per occurrence and $1,000,000 aggregate limits. b. Other Requirements. i. The automobile and commercial general liability coverage shall be endorsed to include Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached hereto as Exhibit D. ii. Contractor’s certificates of insurance shall include subcontractors, if any as additional insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each subcontractor. iii. The insurance provisions of this Agreement shall survive expiration or termination hereof. iv. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities and protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise available to County, its affiliated entities, successors or assigns, its elected officials, employees, agents and volunteers. v. Contractor is not entitled to workers’ compensation benefits except as provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax on any moneys paid pursuant to this Agreement. 8. Indemnification. The Contractor shall indemnify and hold harmless County, and any of its officers, agents and employees against any losses, claims, damages or liabilities for which County may become subject to insofar as any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall reimburse County for reasonable attorney fees and costs, legal and other expenses incurred by County in connection with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not apply to claims by third parties against the County to the extent that County is liable to such third party for such claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination hereof. Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 6 SHC.Agreement.Snow Removal.2024-25 9. Ownership of Documents. All documents (including electronic files) and materials obtained during, purchased or prepared in the performance of the Services shall remain the property of the County and are to be delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement. 10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv) when transmitted via e-mail with confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five (5) days prior written notice of such change to the other party. COUNTY: Eagle County, Colorado Attention: Ron Siebert 3289 Cooley Mesa Road Gypsum, CO 81637 Post Office Box 850 Eagle, CO 81631 Telephone: 970-328-8881 E-Mail: ron.siebert@eaglecounty.us With a copy to: Eagle County Attorney 500 Broadway Post Office Box 850 Eagle, Co 81631 Telephone: 970-328-8685 E-Mail: atty@eaglecounty.us CONTRACTOR: Weston Landscape & Design LLC, a Delaware limited liability company d/b/a Stevens Home Care P.O. Box 2049 Eagle, CO 81631 Telephone: 970-328-5484 E-Mail: diana.alamos@shclandscape.com 11. Termination. County may terminate this Agreement, in whole or in part, at any time and for any reason, with or without cause, and without penalty therefor with seven (7) calendar days’ prior written notice to the Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents as defined in paragraph 9 hereof, in such format as County shall direct and shall return all County owned materials and documents. County shall pay Contractor for Services satisfactorily performed to the date of termination. Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 7 SHC.Agreement.Snow Removal.2024-25 12. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to this Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be governed by the laws of the State of Colorado. 13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. §§ 24-71.3-101 to 121. 14. Other Contract Requirements and Contractor Representations. a. Contractor has familiarized itself with the nature and extent of the Services to be provided hereunder and the Property, and with all local conditions, federal, state and local laws, ordinances, rules and regulations that in any manner affect cost, progress, or performance of the Services. b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems necessary for the performance of the Services. c. To the extent possible, Contractor has correlated the results of such observations, examinations, investigations, tests, reports, and data with the terms and conditions of this Agreement. d. To the extent possible, Contractor has given County written notice of all conflicts, errors, or discrepancies. e. Contractor shall be responsible for the completeness and accuracy of the Services and shall correct, at its sole expense, all significant errors and omissions in performance of the Services. The fact that the County has accepted or approved the Services shall not relieve Contractor of any of its responsibilities. Contractor shall perform the Services in a skillful, professional and competent manner and in accordance with the standard of care, skill and diligence applicable to contractors performing similar services. Contractor represents and warrants that it has the expertise and personnel necessary to properly perform the Services and shall comply with the highest standards of customer service to the public. Contractor shall provide appropriate supervision to its employees to ensure the Services are performed in accordance with this Agreement. This paragraph shall survive termination of this Agreement. f. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and professional standards, in the performance of this Agreement. Time is of the essence with respect to this Agreement. Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 8 SHC.Agreement.Snow Removal.2024-25 g. This Agreement constitutes an agreement for performance of the Services by Contractor as an independent contractor and not as an employee of County. Nothing contained in this Agreement shall be deemed to create a relationship of employer-employee, master-servant, partnership, joint venture or any other relationship between County and Contractor except that of independent contractor. Contractor shall have no authority to bind County. h. Contractor represents and warrants that at all times in the performance of the Services, Contractor shall comply with any and all applicable laws, codes, rules and regulations. i. This Agreement contains the entire agreement between the parties with respect to the subject matter hereof and supersedes all other agreements or understanding between the parties with respect thereto. j. Contractor shall not assign any portion of this Agreement without the prior written consent of the County. Any attempt to assign this Agreement without such consent shall be void. k. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations hereunder are reserved solely for the parties, and not to any third party. l. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach. m. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity or enforceability of any other provision hereof. n. The signatories to this Agreement aver to their knowledge no employee of the County has any personal or beneficial interest whatsoever in the Services or Property described in this Agreement. The Contractor has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the Services and Contractor shall not employ any person having such known interests. 15. Data Security. a. Definitions: i. “County Data” means all data created by or in any way originating with County and End Users, and all information that is the output of any computer processing, or other electronic manipulation, of any information that was created by or in any way originating with County and End Users, in the course of using and configuring the Services provided under this Agreement, and includes all records relating to County’s use of Contractor Services and Protected Information. ii. “End User” means the individuals (including, but not limited to employees, authorized agents, students and volunteers of County; Third Party consultants, auditors and other Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 9 SHC.Agreement.Snow Removal.2024-25 independent contractors performing services for County; any governmental, accrediting or regulatory bodies lawfully requesting or requiring access to any Services; customers of County provided services; and any external users collaborating with County) authorized by County to access and use the Services provided by Contractor under this Agreement. iii. “Protected Information” includes, but is not limited to, personally-identifiable information, student records, protected health information, criminal justice information or individual financial information and other data defined under C.R.S. §§ 24-72-101 et seq., and personal information that is subject to local, state or federal statute, regulatory oversight or industry standard restricting the use and disclosure of such information. The loss of such Protected Information would constitute a direct damage to the County. iv. “Security Incident” means the potentially unauthorized access by non-authorized persons to personal data or non-public data the Contractor believes could reasonably result in the use, disclosure or theft of County Data within the possession or control of the vendor. A Security Incident may or may not turn into a data breach. b. During the course of Contractor's performance of the Work, the Contractor may be required to maintain, store, process or control County Data. The Contractor represents and warrants that: i. Contractor will take all reasonable precautions to maintain all County Data in a secure environment to prevent unauthorized access, use, or disclosure, including industry-accepted firewalls, up-to-date anti-virus software, and controlled access to the physical location of the hardware containing County Data; ii. Contractor’s collection, access, use, storage, disposal and disclosure of County Data shall comply with all applicable data protection laws, as well as all other applicable regulations and directives; iii. Contractor will notify County of any Security Incident as soon as practicable, but no later than 24 hours after Contractor becomes aware of it; iv. Contractor will provide information sufficient to satisfy County’s legal and regulatory notice obligations. Upon notice of a Security Incident, County shall have the authority to direct Contractor to provide notice to any potentially impacted individual or entity, at Contractor’s expense, and Contractor shall be liable for any resulting damages to County. v. Where Contractor has been contracted to maintain, store or process personal information on behalf of the County, it shall be deemed a “Third-Party Service Provider” as defined in C.R.S. § 24-73-103(1)(i), and Contractor shall maintain security procedures and practices consistent with C.R.S §§ 24-73-101 et seq.; and vi. Contractor will promptly return or destroy any County Data upon request from the County Representative. c. Contractor’s indemnification obligations identified elsewhere in this Contract shall apply to any breach of the provisions of this Paragraph. Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 10 SHC.Agreement.Snow Removal.2024-25 IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above. COUNTY OF EAGLE, STATE OF COLORADO, By and Through Its COUNTY MANAGER By: ______________________________ Jeff Shroll, County Manager CONTRACTOR WESTON LANDSCAPE & DESIGN LLC, DBA STEVENS HOME CARE By: _____________________________________ Print Name: ______________________________ Title: ___________________________________ Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 SHC Account Manager Diana Alamos EXHIBIT A1Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 EXHIBIT A2Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 EXHIBIT A3Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 EXHIBIT A4Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 EXHIBIT A5Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 EXHIBIT A6 Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 EXHIBIT A7Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 EXHIBIT A8 Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 EXHIBIT B1 15th Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 To be billed in 6 equal installments = $1,008.34/installment Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 EXHIBIT B2 15th Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 To be billed in 6 equal installments = $645.50/Installment Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 EXHIBIT B3 15th Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 To be billed in 6 equal installments = $1,614.00/installment Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 EXHIBIT B4 15th Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 To be billed in 6 equal installments = $1,928.17/installment Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 PROPOSAL 37513Proposal Number 09/17/24Date Sales Rep Diana AlamosSHC Nursery & Landscape Co. PO Box 2049 Eagle, CO 81631 Customer Address Property Address Ron Siebert Commercial 500 Broadway PO Box 850 Eagle, CO 81631 Eagle County Facilities Management (MAIN) Gypsum Maint 3289 Cooley Mesa Rd Gypsum, CO 81637 Gypsum Maintenance Center Snow Removal Contract 2024/2025 Scope of Work: SHC Nursery & Landscape Co./Ceres Landcare shall provide Snow Removal Services starting November 1st 2024 through April 1st 2025 at the following property: Eagle County Facilities Management (MAIN) Gypsum Maintenance 3289 Cooley Mesa Rd Gypsum, CO Unless otherwise stated snow services shall begin with snow fall of 1 inch on service areas. NEW – If it snows on Christmas Day or New Year’s Day, we will be out the following day to cleanup. If you require snow removal on Christmas Day or New Year’s Day, there will be an additional charge. *Any alteration or deviation from the specifications in this Scope of Work will be executed only upon written authorization of the Owner or the Owner’s authorized agent and shall become an extra fee mutually agreed upon between Owner and SHC/Ceres in advance of such extra work. *When SHC/Ceres is called to clear snow due to – Drifting - County and/or town plows pushing snow into your service area - Any time other than a snow fall. In any of these events the Owner will be charged on a Time & Materials basis for services provided. SHC Nursery & Landscape Co. • PO Box 2049 • Eagle, CO 81631 (970) 328-5484 • Page 1/5 15th EXHIBIT B5Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 *SHC/Ceres can provide services for marking curbs, sidewalks, lawn, landscaping, sprinkler and trees, shrubs and fences and any other owner designated items in owner designated snow dump areas. Description Amount SNOW REMOVAL Snow Removal $3,780.00 OTHER Snow Removal Services $0.00 Subtotal:$3,780.00 Estimated Tax:$0.00 Total:$3,780.00 SHC Nursery & Landscape Co. • PO Box 2049 • Eagle, CO 81631 (970) 328-5484 • Page 2/5 To be billed in 6 equal installments = $630.00/installment Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 EXHIBIT B6 15th Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 To be billed in 6 equal installments = $472.00/installment Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 15th EXHIBIT B7 Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 To be billed in 6 equal installments = $630.00/installment Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 EXHIBIT B8 15th Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 To be billed in 6 equal installments = $378.00/installment Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 1040 Chambers Ave. #2 PO Box 2049 Eagle, CO 81631-2049 Office (970) 328-5484 pg. 1 Snow Removal Services Rate Sheet 2024-2025 Snow Shovel Labor $68.00/man/hr Walk behind snow blower $90.00/hour Pickup with plow $110.00/hour Dingo w/ 44” snow blower $108.00/hr Skid Steer w/bucket/snow pusher $144.00/hour Skid Steer w/snow blower $162.00/hr Tool Cat w/snow pusher $138.00/hour Tool Cat w/snow blower $162.00/hour Mini-Excavator/Loader $252.00/hour Snow Hauling (Outside trucks) $138.00/hour – Tandem 10-12 yds $153.00 – End Dump 20-25 yds Ice Melt $.40 per pound Cinders $81.00/hour (1 hour minimum) plus $51.00 per yard/half yard minimum. Snow Dump Fees $69.00 per end dump $46.00 per Tandem dump $30.00 per small truck/trailer Rates are subject to change. Contracts for monthly/seasonal service are available. Please call our office for rates. EXHIBIT CDocusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 EXHIBIT DDocusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0 Docusign Envelope ID: 096215AA-1333-435B-9EE8-B06F5330F0F0