Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC24-488 Jones Cattle CompanyAGREEMENT FOR PROCUREMENT
AND INSTALLATION SERVICES BETWEEN
EAGLE COUNTY, COLORADO
AND JONES CATTLE COMPANY
THIS AGREEMENT (“Agreement”) is effective as of _________________ by and between Jones Cattle
Company a Colorado LTD (hereinafter “Contractor”) Eagle County, Colorado, a body corporate and
politic (hereinafter “County”).
RECITALS
WHEREAS, County, through its Department of Open Space and Natural Resources, is seeking the
professional installation, decommissioning, and retrofitting of wildlife friendly fencing (the “Project”) on
the Brush Creek Valley Ranch and Open Space (the “Property”), as more particularly described in the
Request for Proposals attached hereto as Exhibit A, and incorporated herein by reference; 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 equipment, materials and installation services as set
forth below in paragraph 1 hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection
with the procurement of equipment, materials and 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 procure the materials, equipment and/or products
(“Equipment”) necessary for the Project and agrees to diligently provide all services, labor, personnel and
materials necessary to perform and complete the procurement and installation services described in
Exhibit A (“Services” or “Work”) which is attached hereto and incorporated herein by reference. The
Services shall be performed in accordance with the provisions and conditions of this Agreement.
a. Contractor agrees to furnish the Services no later than 12/1/2025 in accordance with the
schedule established in Exhibit A. If no completion date is specified in Exhibit A, then Contractor
agrees to furnish the Services in a timely and expeditious manner consistent with the applicable standard
of care. By signing below Contractor represents that it has the expertise and personnel necessary to
properly and timely perform the Services.
b. In the event of any conflict or inconsistency between the terms and conditions set forth in
Exhibit A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in
this Agreement shall prevail.
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
12/17/2024
2
Eagle County Procurement and Installation Final 7/5/2022
c. County shall have the right to inspect all Equipment. Inspection and acceptance shall not
be unreasonably delayed or refused. In the event County does not accept the Equipment for any reason in
its sole discretion, then Contractor shall upon County’s request and at no charge to County:
i. take the Equipment back;
ii. exchange the Equipment; or
iii. repair the Equipment.
2. County’s Representative. The Open Space and Natural Resource 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
subj ect to the provisions of paragraph 11 hereof, shall continue in full force and effect through the 31st
day of November, 2025
4. Extension or Modification. 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 Equipment and performance of the
Services in a sum computed and payable as set forth in Exhibit A. The Equipment and performance of
the Services under this Agreement shall not exceed $415,438.40. 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.
a. Payment will be made for Equipment and 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
Equipment or Services for which payment was made were not provided or performed as set forth in this
Agreement, then upon written notice of such determination and request for reimbursement from County,
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
3
Eagle County Procurement and Installation Final 7/5/2022
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.
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.
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
4
Eagle County Procurement and Installation Final 7/5/2022
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 B.
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.
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. Further, Contractor shall execute any bill of sale or other documents required by
County to transfer title of the Equipment to County. Contractor shall provide copies of any instruction or
operations or care manuals and shall further provide copies of any manufacturers warranties associated
with the Equipment.
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)
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
5
Eagle County Procurement and Installation Final 7/5/2022
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: Phil Kirkman
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-8701
E-Mail: phillip.kirkman@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:
Jones Cattle Company
℅ Scott Jones
PO Box 3828
Gypsum, Colorado 81637
970-376-5822
EMAIL: scottjonesroping@gmail.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.
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.
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
6
Eagle County Procurement and Installation Final 7/5/2022
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 intended purpose and use of the Equipment,
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 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 Equipment and/or 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 hereby represents and warrants that the Equipment will be new and will
perform the Services in a good and workmanlike manner and guarantees all Work against defects in
materials or workmanship for a period of one (1) year from the date the Work is accepted by County, or
such longer period as may be provided by the law or as otherwise agreed to by the parties.
g. All guarantees and warranties of Equipment furnished to Contractor or any subcontractor
by any manufacturer or supplier are for the benefit of County. If any manufacturer or supplier of any
Equipment furnishes a guarantee or warrantee for a period longer than one (1) year, then Contractor’s
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
7
Eagle County Procurement and Installation Final 7/5/2022
guarantee or warrantee shall extend for a like period as to such Equipment.
h. Contractor warrants that title to all Work and Equipment shall pass to County either by
incorporation into the Property or upon receipt by Contractor of payment from County (whichever occurs
first) free and clear of all liens, claims, security interests or encumbrances. Contractor further warrants
that Contractor (or any other person performing Work) purchased all Equipment free and clear of all
liens, claims, security interests or encumbrances. Notwithstanding the foregoing, Contractor assumes all
risk of loss with respect to the Equipment until the Equipment is installed and County has inspected and
approved the same.
i. Within a reasonable time after receipt of written notice, Contractor shall correct at its
own expense, without cost to County, and without interruption to County:
i. Any defects in materials or workmanship which existed prior to or during the
period of any guarantee or warranty provided in this Agreement; and
ii. Any damage to any other Work or property caused by such defects or the
repairing of such defects.
j. Guarantees and warranties shall not be construed to modify or limit any rights or actions
County may otherwise have against Contractor in law or in equity.
k. 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.
l. 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.
m. 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.
n. 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.
o. 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.
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
8
Eagle County Procurement and Installation Final 7/5/2022
p. 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.
q. 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.
r. The invalidity, illegality or unenforceability of any provision of this Agreement shall not
affect the validity or enforceability of any other provision hereof.
s. 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.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
9
Eagle County Procurement and Installation Final 7/5/2022
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 BOARD OF COUNTY
COMMISSIONERS
By: ______________________________
Matt Scherr, Chair
Attest:
By: _____________________________
Regina O’Brien, Clerk to the Board
CONSULTANT
Scott Jones
Jones Cattle Company
By: _____________________________________
Print Name: ______________________________
Title: ___________________________________
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
Ceo
Scott Jones
10
Eagle County Procurement and Installation Final 7/5/2022
EXHIBIT A
SCOPE OF SERVICES AND EQUIPMENT, SCHEDULE, FEES
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
NOTICE
REQUEST FOR PROPOSALS
FOR BRUSH CREEK VALLEY RANCH AND OPEN SPACE FENCE
REPLACEMENT/RETROFIT/REMOVAL
EAGLE COUNTY, COLORADO
Eagle, Colorado 9/16/2024
Eagle County is soliciting proposals for converting fencing at the Brush Creek Valley
Ranch and Open Space to be more wildlife friendly. This Request for Proposals (“RFP”)
will be non-exclusive. Eagle County reserves the right to purchase supplies or services
from other professionals.
Proposals must be received via email by Phillip Kirkman at
phillip.kirkman@eaglecounty.us on or before 5:00 pm MDT on 10/7/2024. Any proposal
received after this time will not be considered unless good cause is shown as determined
by Eagle County in its sole discretion.
The proposal document may be obtained at the Open Space and Natural Resources
Department at 500 Broadway St. Eagle, CO 81631 during the hours of 8:00 a.m. to 5:00
p.m., Monday through Friday. The complete document is also available at
www.eaglecounty.us.
Submittal and review of proposals will occur pursuant to the following schedule:
Advertisement for Bid (3 weeks): 9/16/2024 – 10/7/2024
Questions Due: 9/30/2024
Answers Posted: 10/2/2024
Bids Due: 10/7/2024
Contact information:
Phillip Kirkman
Eagle County Open Space and Natural Resources
Senior Open Space Resource Specialist and Ranger
500 Broadway St. Eagle, CO 81631
phillip.kirkman@eaglecounty.us,
970-328-8701
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
2
RFP Professional Services Eagle County Final 7/5/2022
REQUEST FOR PROPOSALS
INSTRUCTIONS TO PROPOSERS
1. Eagle County, Colorado will be receiving proposals via email to Phillip Kirkman
at phillip.kirkman@eaglecounty.us on or before 10/7/2024 at 5:00 pm MDT
2. Any question, interpretation or clarification regarding this Request for Proposals
(RFP) is required pursuant to the above schedule. Responses, if any, will be issued by
addenda posted to www.eaglecounty.us All questions regarding this proposal must be in
writing to Phillip Kirkman. Questions may be emailed to phillip.kirkman@eaglecounty.us.
Please call to verif y receipt of your questions. No additional questions will be accepted
after the date and time referenced above unless good cause is shown as determined by
Eagle County in its sole discretion. Oral interpretations shall be of no force and effect.
3. One (1) electronic copy of your proposal is required. If brochures or other
supportive documents are requested, then it is required that one (1) set be submitted with
your proposal.
4. Eagle County reserves the right, in its sole discretion, to reject any and all
proposals submitted in response to this RFP, to waive or not waive informalities or
irregularities in proposals received or RFP procedures. Eagle County also reserves the
right to re-advertise, or to otherwise provide the services as determined by Eagle County
to be in its best interest, and to accept any portion of the proposal deemed to be in the
best interests of Eagle County to do so, or further negotiate cost, terms or conditions of
any proposal determined by Eagle County to be in its best interests.
5. Eagle County may, at its sole discretion, modify or amend any and all provisions
herein. If it becomes necessary to revise any part of the RFP, addenda will be provided
through posting at www.eaglecounty.us. Eagle County reserves the right to extend the
RFP submittal date or to postpone the award of an agreement.
6. All proposals will be reviewed by a selection committee and any other review as
determined to be necessary. Respondents may be asked to supplement their initial
proposals with additional written material. Eagle County may short-list respondents
based upon an evaluation of the written submittals. Eagle County may arrange for in-
person interviews with the short-listed respondents for a detailed presentation.
7. The selected proposal will be the one considered the most advantageous regarding
price, quality of service, qualifications and capabilities of respondent to provide the
specified service, respondent’s familiarity with Eagle County and any other factors the
County may consider as determined by Eagle County in its sole discretion. Eagle County
may award a contract even if not the lowest priced proposal based upon a review of the
identified factors. A full day pre-bid meeting with Open Space and Natural Resources
staff is required and weekly coordination meetings with staff are expected throughout the
project. Respondents that are able to accomplish “priority fencing” as identified in
turquoise on Exhibits A and B by December 31, 2024, may be prioritized.
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
3
RFP Professional Services Eagle County Final 7/5/2022
8. Respondents are encouraged to clearly identify any proprietary or confidential
data or information submitted with the proposal. Regardless of whether or not so marked,
Eagle County will endeavor to keep that information confidential, separate and apart
from the proposal. Notwithstanding the foregoing, respondent acknowledges that Eagle
County may be required to release the information in accordance with the Colorado Open
Records Act or order of the court.
9. Eagle County will not pay for any information requested herein, nor is it liable for
any costs incurred by the respondent in connection with its response to this RFP.
10. No work shall commence nor shall any invoices be paid until the successful
respondent has entered into a fully executed agreement with Eagle County and provides
the requested proof of insurance.
11. No telephone or oral proposals will be accepted.
12. Proposals must be clearly identified in the subject line of the email submittal by
proposal title. Responsibility for timely submittal of proposals lies solely with the
respondent. Proposals received after the closing time specified will not be considered
unless good cause is shown as determined by Eagle County in its sole discretion.
13. Respondent(s) who submit a proposal are responsible for becoming fully
informed regarding all circumstances, information, laws and any other matters that might,
in any way, affect the respondent’s role and responsibilities. Any failure to become fully
knowledgeable shall be at the respondent’s sole risk. Eagle County assumes no
responsibility for any interpretations made by respondents on the basis of information
provided in this RFP or through any other source.
14. All respondents must include a fully executed Proposal Form with their proposal.
15. Eagle County reserves the right to award an agreement to the respondent that
demonstrates the best ability to fulfill the requirements of the project based upon our
evaluation of the selection criteria.
16. This RFP is not intended to completely define the contractual relationship to be
entered into with the successful respondent(s).
17. Upon identification by Eagle County of the successful respondent, Eagle County
will give the successful respondent the first right to negotiate an agreement acceptable to
Eagle County. In the event that an agreement satisfactory to Eagle County cannot be
reached, Eagle County may enter into negotiations with one or more of the remaining
respondents. Eagle County may choose to discard all proposals and re-issue another RFP.
18. The successful respondent will perform all of the work or services indicated in the
proposal in compliance with the negotiated agreement.
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
4
RFP Professional Services Eagle County Final 7/5/2022
19. The successful respondent(s) shall comply with the following insurance language
which shall be included in the agreement to be awarded unless otherwise agreed to in
writing by Eagle County:
“Consultant agrees to provide and maintain, at Consultant’s sole cost and expense, the
following insurance coverage with limits of liability not less than those stated below:
a) Types of Insurance.
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 $2,000,000 aggregate
limits.
iv) Professional Liability Insurance with prior acts coverage for all Services required
hereunder, in a form and with an insurer or insurers satisfactory to County, with limits of
liability of not less than $1,000,000 per claim and $2,000,000 in the aggregate. In the event
the professional liability insurance is on a claims-made basis, Consultant warrants that any
retroactive date under the policy shall precede the effective date of this Agreement.
Continuous coverage will be maintained during any applicable statute of limitations for the
Services and Project.”
The successful respondent(s) shall comply with the following other insurance requirements
which shall be included in the agreement to be awarded:
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 or
assigns, elected officials, employees, agents and volunteers as additional insureds.
ii) Consultant’s certificates of insurance shall include all sub-consultants as
additional insureds under its policies or Consultant shall furnish to County separate
certificates and endorsements for each sub-consultant. All coverage(s) for sub-consultants
shall be subject to the same minimum requirements identified above. Consultant and sub-
consultants, if any, shall maintain the foregoing coverage in effect until the Services are
completed. In addition, all such policies shall be kept in force by Consultant and its sub -
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
5
RFP Professional Services Eagle County Final 7/5/2022
consultants until the applicable statute of limitations for the Project and the Services has
expired.
iii) Insurance shall be placed with insurers duly licensed or authorized to do
business in the State of Colorado and with an “A.M. Best” rating of not less than A-VII.
iv) Consultant’s insurance coverage shall be primary and non-contributory with
respect to all other available sources. Consultant’s policy shall contain a waiver of
subrogation against Eagle County.
v) All policies must contain an endorsement affording an unqualified thirty
(30) days notice of cancellation to County in the event of cancellation of coverage.
vi) All insurers must be licensed or approved to do business within the State of
Colorado and all policies must be written on a per occurrence basis unless otherwise
provided herein.
vii) Consultant’s certificate of insurance evidencing all required coverage(s) is
attached hereto. Upon request, Consultant shall provide a copy of the actual insurance
policy and/or required endorsements required under this Agreement within five (5)
business days of a written request from County, and hereby authorizes Consultant’s broker,
without further notice or authorization by Consultant, to immediately comply with any
written request of County for a complete copy of the policy.
viii) Consultant shall advise County in the event the general aggregate or other aggregate
limits are reduced below the required per occurrence limit. Consultant, at its own expense,
will reinstate the aggregate limits to comply with the minimum limits and shall furnish to
County a new certificate of insurance showing such coverage.
ix) If Consultant fails to secure and maintain the insurance required by this
Agreement and provide satisfactory evidence thereof to County, County shall be entitled
to immediately terminate this Agreement.
x) The insurance provisions of this Agreement shall survive expiration or
termination hereof.
xi) The parties hereto understand and agree that 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.
xii) Consultant is not entitled to workers’ compensation benefits except as
provided by Consultant, nor to unemployment insurance benefits unless unemployment
compensation coverage is provided by Consultant or some other entity. The Consultant is
obligated to pay all federal and state income tax on any moneys paid pursuant to this
Agreement.”
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
6
RFP Professional Services Eagle County Final 7/5/2022
21. Further, the successful respondent(s) shall comply with the following
indemnification language which shall be included in the agreement to be awarded:
“Indemnification. The Consultant 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 Consultant or any of its sub-consultants hereunder; and
Consultant 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 Consultant. This paragraph shall survive
expiration or termination hereof.”
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
7
RFP Professional Services Eagle County Final 7/5/2022
REQUEST FOR PROPOSAL
PROPOSAL FORM
THIS PROPOSAL FORM MUST BE SUBMITTED WITH YOUR PROPOSAL
TO: Eagle County, Colorado
500 Broadway
Post Office Box 850
Eagle, CO 81631
Re: BRUSH CREEK VALLEY RANCH AND OPEN SPACE FENCE
REPLACEMENT/RETROFIT/REMOVAL
The undersigned, having examined the Instructions to Proposers and any and all
documents related to the above referenced RFP:
(a) Agree to comply with all conditions, requirements, and instructions of the Request
for Proposal as stated or implied therein;
(b) Acknowledges the right of Eagle County, Colorado in its sole discretion to reject
any or all proposals submitted, and that an award may be made to a proposer even though
not the lowest cost;
(c) Acknowledges and agrees that the discretion of Eagle County, Colorado in
selection of the successful proposers shall be final, not subject to review or attack; and
(d) Acknowledges that this proposal is made with full knowledge of the foregoing
and full agreement thereto.
By submission of this proposal, and signature below, the respondent acknowledges that
he has the authority to sign this Proposal Form and bind the company named below. The
proposer further acknowledges that Eagle County, Colorado has the right to make any
inquiry or investigation it deems appropriate to substantiate or supplement information
contained in the proposal and related documents, and authorizes release to Eagle County
of any and all information sought in such inquiry or investigation.
Company Name: _______________________________________
Title of Proposer: _______________________________________
Signature of Proposer: _______________________________________
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
8
RFP Professional Services Eagle County Final 7/5/2022
REQUEST FOR PROPOSAL
PROJECT DESCRIPTION
Eagle County is seeking a qualified contractor to retrofit, replace and remove fencing at
the Brush Creek Valley Ranch and Open Space (BCVROS). This project involves the
construction of “wildlife friendly” fencing and conversion of existing fencing to be
“wildlife friendly,” according to specifications set by Colorado Parks and Wildlife. The
site is located approximately 4 miles south of Eagle, Colorado on Brush Creek Road.
BCVROS is a multi-use area with recreational trails, an active agricultural operation, and
is managed for wildlife habitat. Additionally, the entire BCVROS property is encumbered
by a Conservation Easement which may require specific attention be paid to certain impacts
not described in this RFP. Please see Exhibit E for additional detail.
Fences to be retrofitted, replaced, or removed are all 4 to 6 strand barbed wire fences. As
a semi-remote site, this project will also require travel on unimproved 2 track roads, across
pastures, and variably thick remote vegetation.
SCOPE OF SERVICES
Materials and specifications:
All new fences, excluding “steel panel fencing,” will be constructed to be “wildlife
friendly” in accordance with Figure 1 below. Wooden stays are preferred for new fences.
Type of wire and spacing are to be consistent with all fences except those identified as
“panel fencing” (shown in Exhibit C).
Figure 1. Diagram for Wildlife Friendly Fencing (new & retrofit)
Lengths of fence are approximate and subject to on site measurements. Bid should use
the below measurements for pricing purposes.
Primary priorities:
• Gates: Will include rebuilding or replacement of an estimated ten (10) metal 10’-
12’ gates and sixteen (16) wire gates
• New fencing: Will include construction of the following fencing –
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
9
RFP Professional Services Eagle County Final 7/5/2022
o 4,200 ft of new “wildlife friendly” fencing (see Figure 1). Approximately
3,300 ft requires removal of old fence. Some materials and posts may be
reused depending on condition and location.
o 3,400 ft of steel panel style fence (see Exhibit C). Requires removal of
existing fence(s).
• Retrofit: 13,175 ft of “priority fencing,” as identified in turquoise on Exhibits A
and B. Posts, stays, and/or wire may be reused.
Secondary priorities:
• Removal (without replacement): 12,650 ft of wire to be removed while leaving
posts in ground. Install provided “no access” / “no hunting” signage
approximately every 100’.
• Retrofit: 22,800 ft of fence that primarily requires replacement of top strand,
removal of 5th strand, and spacing adjustments to comply with Figure 1. Posts,
stays, and/or wire may be reused.
Additional information:
• Eagle County has several grant applications in process for the procurement of
fence wire. All bids should reflect the full cost of materials noted above, however
should the grant requests be successful, Eagle County may supply some materials.
Material needs will be discussed with respondent prior to mobilization.
• Exhibits include:
o Exhibit A- BCVROS Fencing management plan
o Exhibit B- BCVROS Fencing management plan- HQ detail
o Exhibit C- Steel Panel Fence specifications
o Exhibit D- Gates specifications
o Exhibit E- BCVROS Deed of Conservation Easement
PROPOSAL SUBMITTAL REQUIREMENTS
1. Proposal Form. Must be signed and submitted with response.
2. Qualifications. Briefly explain your company’s qualifications to provide the
services requested, e.g., years in business, staffing, vehicles to be utilized and experience.
3. Experience. Previous documented experience (including photos)
constructing/repairing/removing “wildlife friendly” fencing should be provided in this RFP
Packet. Experience working in remote or “semi-remote” areas is preferred.
4. Schedule. The target start timeframe for this project is the end of September. This
project should be completed by mid-December or as weather allows.
5. Budget/Pricing. Respondents should provide hourly rates, material cost
estimate(s).
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
10
RFP Professional Services Eagle County Final 7/5/2022
6. Familiarity with Eagle County. Provide a narrative describing familiarity with
Eagle County.
7. References. Please provide three (3) references from current customers receiving
the same or similar service(s). Include name of entity, contact name and telephone number.
8. Legal Issues. Are there any lawsuits, federal, state or local tax liens, or any
potential claims or liabilities against you, your company or the officers of the company at
this time or within the last three years? If so, please explain.
9. Deliverables. Retrofitting, removal, and construction of fencing consistent with the
details in the Scope of Services above.
10. Evaluation Criteria. All proposals will be considered based on experience and
qualifications, prior performance of similar services, ability to meet scheduling parameters,
familiarity with Eagle County, and proposed hourly rates/material costs.
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
BCVROS Fence
Management Plan
Maxar
\
0 1,000 2,000
Feet
Parcels
Brush Creek Valley
Ranch Open Space
Fence: New
Fence: Removal
Fence: Retrofit
Panel
High Priority Low Priority
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
Exhibit C-Steel Panel Fence Specifications
11-14 gauge
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
Exhibit D-Gate Specifications
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
11
Eagle County Procurement and Installation Final 7/5/2022
EXHIBIT B
INSURANCE CERTIFICATES
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873
ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED?
INSR ADDL SUBRLTR INSD WVD
PRODUCER CONTACTNAME:
FAXPHONE(A/C, No):(A/C, No, Ext):
E-MAILADDRESS:
INSURER A :
INSURED INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY)
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
EACH OCCURRENCE $
DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence)
MED EXP (Any one person)$
PERSONAL & ADV INJURY $
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $
PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT
OTHER:$
COMBINED SINGLE LIMIT $(Ea accident)
ANY AUTO BODILY INJURY (Per person)$
OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS
HIRED NON-OWNED
PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY
(Per accident)
$
OCCUR EACH OCCURRENCE
CLAIMS-MADE AGGREGATE $
DED RETENTION $
PER OTH-STATUTE ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below
INSURER(S) AFFORDING COVERAGE NAIC #
COMMERCIAL GENERAL LIABILITY
Y / N
N / A
(Mandatory in NH)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
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.
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).
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
© 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03)
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
$
$
$
$
$
The ACORD name and logo are registered marks of ACORD
11/1/2024
(970) 306-4801
14184
Jones Cattle Company Ltd
PO Box 3074
Eagle, CO 81631
A 1,000,000
X X
ZX6185 11/1/2024 11/1/2025
100,000
5,000
1,000,000
2,000,000
2,000,000
Eagle County is included as Additional Insured with respect to General Liability on a primary and non-contributory basis for ongoing and completed
opeartions if required by written contract.
A Waiver of Subrogation applies in favor of the additional insured with respect to General Liability, if required by written contract.
Eagle County
PO Box 850
Eagle, CO 81631
JONECAT-01 MIKEC
Mountain West In & Fin Serv LLC100 E Victory WayCraig, CO 81625
Michael Campbell
mikec@mtnwst.com
Acuity Insurance Co.
X
X
X
Docusign Envelope ID: F676CEDB-6AB3-4B0C-BEEB-21A0DAA70873