Loading...
HomeMy WebLinkAbout20240915.tiffCon\vad-tD*g3(03 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW TITLE: Agreement Extension with Vector Disease Control International (VDCI) for Mosquito Surveillance DEPARTMENT: Public Health and Environment DATE: 4/11/2025 PERSON REQUESTING: Jason Chessher, Executive Director Brief description of the problem/issue: Enclosed for the Board's review and approval is the Agreement Extension between Public Health and Environment and Vector Disease Control International (VDCI), including a letter from VDCI agreeing to extend the original agreement without increasing prices for 2025, and a copy of the original Agreement. This will be the first of three allowable extensions of this Agreement. Staff estimates that a total of 165 mosquito traps will be set, collected and tested throughout 2025 and this extension maintains the price per trap at $150 for a total cost of $24,750. What options exist for the Board? The Board may either approve or decline the extension. Consequences: Approving the agreement will maintain West Nile Virus (WNV) surveillance at current levels, declining the extension would eliminate WNV surveillance in Weld County. Impacts: Weld County and many towns and municipalities utilize surveillance results for disease awareness & mosquito mitigation activities. Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): This is a one-year contract extension with a cost of $24,750. Funding was approved for the surveillance program in the 2025 budget. Recommendation: I recommend approval to place this item on a future BOCC agenda for formal consideration. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck Scott K. James Jason S. Maxey Lynette Peppier Kevin D. Ross CoY15FX1-F 6-0-- 4/2l/25 ec:0ntiaose UAL) P4iz�25� 2.624--o t5 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC HEALTH & ENVIRONMENT AND VECTOR DISEASE CONTROL INTERNATIONAL This Agreement Extension/Renewal ("Renewal"), made and entered into 2.0. day of , 2025, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Health and Environment, hereinafter referred to as the "Department", and Vector Disease Control International, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2024-0915, approved on April 17, 2024. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement ended on April 17, 2025. • The parties agree to extend the Original Agreement for an additional one-year period, which will begin April 18, 2025, and will end on April 17, 2026. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. The services being provided under this Agreement extension will occur from June 1, 2025 through September 31, 2025. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. Nunc Pro Tunc April 18, 2025. CONTRACTOR: Jason W. Williams, Western Regional Director Printed Name Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Perry L. Bu , Chair APR 2 1 2025 ATTEST: s as Weld County Clerk to the,,oard BY: eputy Clerk to the Board ZOZ4-09 l5 ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 4/16/2025 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 Edgewood Partners Insurance Center 5909 Peachtree Dunwoody Road, Suite 800 CONTACT NAME: Certificate Unit PHONE FAX (ac. No. Exn: 404-781-1700 (ac, No): nmaiass: certificate@epicbrokers.com Atlanta GA 30328 INSURER(S) AFFORDING COVERAGE NAIL # Llcnreoo: 0029370 INSURER A: ACE American Insurance Company 22667 INSURED RENTOKI-01 INSURER B: ACE Property and Casualty Insurance Co 20699 Vector Disease Control International, LLC. Rentokil North America, Inc. (VDC458) INSURER c: Allianz Undefmiters Insurance Company 36420 INSURER O: Starr Indemnity & Liability Company 38318 1320 Brookwood Drive, Suite H Little Rock AR 72202-1412 INSURER E : Old Republic Insurance Company 24147 INSURER F : CERTIFICATE NUMBER: 2062467945 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. LTR TV TYPE OF INSURANCE ADDL SUBR INSD WVD POLICY NUMBER POLICY EFF (MM/DD/YYYYI POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERALLIABIonn CLAIMS -MADE OCCUR OGL527240331 10/1/2024 10/1/2025 cuCsOCCURRENCE $5,000,000 PREM SES (EaEoccu ante) $ 5,000,000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $ 5,000,000 GENERAL AGGREGATE $ 5,000,000 GENII_ AGGREGATE LIMIT APPLIES PER: /1 POLICY Ell Ira X LOC OTHER: PRODUCTS - COMP/OP AGG $5,000,000 E AUTOMOBILE LIABILITY X ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY MWTB 318783 24 10/1/2024 10/1/2025 =WING. LIMIT (Ea accident) $ 8,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ B X UMBRELLALIAB EXCESS LIAR X OCCUR CLAIMS -MADE XOO527239420 107/2024 10/1/2025 EACHOCCURRENCE $5,000,000 AGGREGATE $ 5,000,000 $ DED I X I RETENTION $ 10700 E WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETviceceTNER/EXECUTIVE YEH' OFFICER/MEMBEREXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A MWC 318781 24 10/1/2024 10/1/2025 X I STATUTE I I OERH E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 E.L. DISEASE - POLICY LIMIT $ 2,000,000 C D CPL (Exduding Aerial Ops) Av ation Liability/Chemical Dr ft 100 0 42289 4 1000642289 03 10/1/2024 10/1/2024 10/1/2025 10/1/2025 Ea Incident/Aggregate Each Occurrence $5,000,000 $10M/S1 M (540-5gg) DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CPL = Contractor's Pollution Liability CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County Department of Public Health and ACCORDANCE WITH THE POLICY PROVISIONS. Environment 1555 North 17th Ave AUTHORIZED REPRESENTATIVE Greeley CO 80631 - -�) ' ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name* VECTOR DISEASE CONTROL INTERNATIONAL LLC Entity ID* @00011906 ❑ New Entity? Contract Name* Contract ID AGREEMENT EXTENSION WITH VECTOR DISEASE 9363 CONTROL INTL' FOR MOSQUITO SURVEILLANCE Contract Status CTB REVIEW Contract Lead * BFRITZ Contract Lead Email bfritz@weld.gov;Health- Contracts@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* AGREEMENT EXTENSION WITH VECTOR DISEASE CONTROL INTL' FOR MOSQUITO SURVEILLANCE Contract Description 2 Contract Type* AGREEMENT Amount* $24,750.00 Renewable * NO Automatic Renewal Grant IGA Department HEALTH Department Email CM-Health@weld.gov Department Head Email CM-Health- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Due Date Date* 04/17/2025 04/21/2025 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date* 03/02/2026 Committed Delivery Date Renewal Date Expiration Date* 04/30/2026 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 04/15/2025 Approval Process Department Head JASON CHESSHER DH Approved Date 04/15/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 04/21/2025 Finance Approver CONSENT Legal Counsel CONSENT Finance Approved Date Legal Counsel Approved Date 04/15/2025 04/15/2025 Tyler Ref # AG 042125 Originator BFRITZ ConAvachba..X0L9 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW TITLE: Contract Agreement with Vector Disease Control International (VDCI) for Mosquito Surveillance DEPARTMENT: Public Health and Environment DATE: April 2, 2024 PERSON REQUESTING: Jason Chessher, Executive Director Brief description of the problem/issue: Enclosed for the Board's review and approval is a Contract Agreement between the Department of Public Health & Environment and VDCI for mosquito trapping and surveillance services for 2024, with the option for three one-year renewals. The Department of Public Health utilizes mosquito trapping and testing to assess the presence and relative level of West Nile Virus (WNV) in Weld County. Traps are set at fifteen fixed sites weekly and mosquitoes collected in those traps are submitted to CDPHE for testing to determine the presence of WNV. The department has utilized VDCI in the past for trapping services to reduce the cost associated with utilizing full-time employees. This contract is for weekly trapping services at 15 sites for 11 weeks, plus the ability to extend trapping if necessary due to disease presence or environmental conditions. What options exist for the Board? The Board may either approve or deny the contract agreement. Consequences: Approval will allow mosquito surveillance activities to continue at the same levels as past years. Denial would eliminate active WNV surveillance in Weld County. Impacts: Without surveillance trapping, the department would lose the ability to assess the presence and relative level of WNV in the County. That information is used for public announcements and is passed along to several municipalities within the County. Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): The contract terms stipulate 15 traps weekly for 11 weeks at a cost of $24,750 with an option for additional traps at $150 each. The Department has utilized VDCI for surveillance trapping for several years and has been satisfied with the services provided. Recommendation: I recommend approval of this contract with Vector Disease Control International (VDCI). Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine ,CP mP \NOt. & Qu i 'a: 2024-0915 Conwry\- PiancA Wl�2y� ik2 14L0O5-1 Karla Ford From: Sent: To: Subject: yes Lori Saine Weld County Commissioner, District 3 1150 O Street PO Box 758 Greeley CO 80632 Phone: 970-400-4205 Fax: 970-336-7233 Email: Isaine@weldgov.com Website: www.co.weld,co.us In God We Trust Lori Saine Tuesday, April 2, 2024 2:08 PM Karla Ford RE: 11 Please Reply'- VDCI Mosquito Trapping Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Karla Ford <kford@weld.gov> Sent: Tuesday, April 2, 2024 1:27 PM To: Lori Saine <Isaine@weld.gov> Subject: 11- Please Reply - VDCI Mosquito Trapping Importance: High Please advise if you support recommendation and to have department place on the agenda. Karla Ford X Office Manager, Board of Weld County Commissioners 1150 0 Street, P.O. Box 758, Greeley, Colorado 80632 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & VECTOR DISEASE CONTROL INTERNATIONAL, LLC (VDCI) WELD COUNTY MOSQUITO TRAPPING AND SURVEILLANCE SERVICES THIS AGREEMENT is made and entered into this I lay of ripY1 1 , 2024, 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 Vector Disease Control International, LLC (VDCI), a limited liability company, whose address is 7230 W. 118th Place, Unit C, Broomfield, Colorado 80020, hereinafter referred to as "Contract Professional". WHEREAS County desires to retain Contract Professional as an independent Contract Professional to perform services as mare particularly set forth below; and WHEREAS Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2400056". The RFB contains all the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Bid. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the project described in Exhibits A and B which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence, and judgment provided by highly competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibits A and B. Both 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 Contract Professional if it wishes to renew this Agreement. 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. However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional 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. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contract Professional 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 Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. If written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional'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. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. County agrees to pay the Contract Professional in three equal installments upon successful completion of services throughout the contract period and County's acceptance of services. County agrees to pay Contract Professional a total amount of no greater than $24,750, which is the bid set forth in Exhibit B. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Department of Public Health and Environment, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges, or penalties of any nature other than the compensation stated herein. 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 Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional 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. County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional 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. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred. 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 Contract Professional 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 Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional'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. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, 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 Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law and provide proof thereof when requested to do so by County. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project. Contract Professional 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 Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, 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 Contract Professional and Contract Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether such materials are in completed form, shall at all times be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contract Professional 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. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional 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. Contract Professional 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. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. 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 Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of this Agreement shall be deemed or taken to be a waiver of any other breach. 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. 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. Contract Professionals shall keep the required insurance coverage in force at all times during the term of this Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Agreement by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional 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 Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof It is agreed that the Contract Professional will be responsible for primary loss investigation, defense, and judgment costs where this contract of indemnity applies. In consideration of the award of this Agreement, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The 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 the Contract Professional'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 Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: 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 Agreement. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this Agreement. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Agreement resulting from professional services. In the event that the professional liability insurance required by this Agreement is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Agreement; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Agreement is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 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 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, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers, or other entities providing goods or services required by this Agreement shall be subject to all the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional 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 Contract Professional 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 any 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, Director of Weld County Department of Public Health and Environment, or his designee. All notices or other communications including annual maintenance made by one party to the other concerning the terms and conditions of this Agreement 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 Agreement; 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: Contract Professional: Jason Williams Attn.: Western Regional Director Address: 1320 Brookwood Drive Suite H, Little Rock, AR 72202 E-mail: jwilliams@vdci.net With copy to: Name: Anna Wanek Position: Surveillance Manager Address: 7230 W. 118th Place Unit C, Broomfield, CO 80020 E-mail: anna.wanek@vdci.net County: Name: Jason Chessher Position: Executive Director (WCDPHE) Address: 1555 N. 17th Avenue, Greeley, CO 80631 E-mail: jhessher@weld.gov 18. Compliance with Law. Contract Professional 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 Contract Professionals or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 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 Agreement 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, Contract Professional 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. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contract Professional 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). Contract Professional 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 Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional 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 Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional 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. Contract Professional 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. Contract Professional 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 Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contract Professional 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. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all other requirements of the State of Colorado program. If Contract Professional 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, Contract Professional 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 Contract Professional receives federal or state funds under the contract, Contract Professional 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 Contract Professional 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. 30. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 31. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it, and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this /71 -day of , 2024. CONTRACT PROFESSIONAL: /1 _ By: ✓> Name: Jasdn W. Williams Title: Western Regional Director Date 4/10/2024 WELD CO ;Y: �T ATTEST: • t.C Weld C . u lerk to the BOARD OF COUNTY COMMISSIONERS OUNTY, CO DO BY: _ _'���- r-- 1eputy Cie/to th- Bo.10 APR 1 7 2024 EXHIBIT A REQUEST FOR BID WELD COUNTY, COLORADO 1301 N 17TH AVENUE GREELEY, CO 80631 DATE: FEBRUARY 22, 2024 BID NUMBER: B2400056 DESCRIPTION: MOSQUITO TRAPPING & SURVEILLANCE SERVICES DEPARTMENT: PUBLIC HEALTH & ENVIRONMENT BID OPENING DATE: MARCH 7, 2024 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: MOSQUITO TRAPPING & SURVEILLANCE SERVICES Question submission deadline: February 28, 2024 by 3:00 PM. Email questions to: bids@weld.gov. Answers will be posted on https://www.bidnetdirect.com/ on or before March 1, 2024 by 5:00 PM. Bids will be received until: March 7, 2024 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on March 7, 2024 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Phone Number: (720) 439-5261 Conference ID: 134 023 991# 2. INVITATION TO BID: Bids shall include any and all charges for delivery, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay, if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct, which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, propcsals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: A. B. Emailed bids are required. PREFERRED: email bids to bids weld.gov; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid is received. Please call Purchasing at 970-400-4223 or 4222 with any questions. 3. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County, payable after the current fiscal year, are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bicders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations, established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. H. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. I. 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 novice, upon a material breach of the terms of the Agreement. J. Extension or Modification: Any amendments or modifications to this agreement shall be in writing, signed by both parties. BID REQUEST #B2400056 Page 2 K. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. L. Warranty: The successful bidder shall provide a warranty to the County as arranged by the parties. M. Non -Assignment: The successful bidder may not assign or transfer this Agreement, or any interest therein or claim thereunder, without the prior written approval of County. N. 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. O. 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. P. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507: The signatories to this Agreement agree that, to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest, direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services, and the successful bidder shall not employ any person having such known interests. Q. 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. R. 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. S. Insurance. Insurance coverage must be maintained as required by law and as specified in the specifications and/or scope of work. BID REQUEST #B2400056 Page 3 WELD COUNTY SCOPE OF WORK FOR MOSQUITO TRAPPING PURPOSE: Weld County seeks to engage the service of a third -party contractor to conduct mosquito trapping and surveillance services in the County. 1. The service provider shall provide all supplies, equipment and personnel to operate ar d maintain: a. Approximately fifteen (15) BioQuip Products OO2-baited CDC 6V miniature light traps, Part #2836BQNS1, or equivalent approved traps, at various sites selected with the concurrence of WCDPHE within the County. These traps shall be operated one night per week on the same day of the week during the mosquito season (approximately mid -June —August). b. The fifteen (15) traps will be operated as part of the Mosquito Sentinel Program in accordance with state guidelines. The Mosquito Sentinel Program trap locations will be designated in consultation with WCDPHE. c. The WCDPHE anticipates approximately 165 total trap nights (15 per week) for the mosquito season (6- 17-24 TO 8-30-24) but may add or reduce the number of trap nights. The contractor should be flexible in adjusting this workload. 2. If for any reason, such as inclement weather or holiday, any of the trap nights described in paragraph a, b, or c, above is cancelled, the service provider shall notify WCDPHE immediately. WCDPHE may require the service provider to reschedule the cancelled trap night as conditions allow. 3. Light traps shall be set on identified trap nights between the hours of 3:00 p.m. and 6:C0 p.m. Collected mosquitoes shall be retrieved between 7:30 a.m. and 10:30 a.m. the morning following a trap night. 4. After each trap night the service provider shall collect, identify, speciate, and count all trapped mosquitoes by methods recognized by CDC and/or the Colorado Department of Public Health and Environment (CDPHE) and report this information to WCDPHE within 24 hours. 5. All mosquito trapping activities including the submission of mosquito pool specimens s'iall be conducted in accordance with the protocols established in the current CDPHE Mosquito Surveillance Plan. 6. The service provider will ensure that speciated mosquitoes from the fifteen (15) Mosquito Sentinel Program traps will be submitted to the state lab for disease testing (when applicable) within 24 hours of trap retrieval. Deviation from this requirement shall be reported to WCDPHE within 24 hours of failure to meet the deadline. 7. The service provider shall assume all liability for the placement and operation of any and all equipment. WCDPHE shall not be responsible for any lost, damaged or stolen traps and/or equipment. 8. A map of the trap locations or GPS coordinates of trap locations shall be provided to WCDPHE annually. RECORD KEEPING The service provider shall maintain all records and documents pertaining to the services provided under this contract for a period of 2 -years. By December 1, of each year of the contract, and/or upon request of WCDPHE, the service provider shall provide WCDPHE with copies of any and all records and documents pertaining to the services provided under this contract in an electronic and/or hard copy fc rmat approved by WCDPHE. BID REQUEST #B2400056 Page 4 REPORTING ALL DATA DEVELOPED UNDER THIS CONTRACT BECOMES THE SOLE PROPERTY OF WELD COUNTY. By December 1, of each year of the contract, the service provider shall provide an annual report to WCDPHE regarding all service activities performed under this contract. The annual report shall be provided in a format acceptable to WCDPHE both electronically and in hard copy and shall include but not be limited to summaries of all collection, identification, speciation, and counts of all trapped mosquitoes. Adult Mosquito Control Program Development and Coordination: In the event of a Public Health Emergency, the service provider shall assist WCDPHE in the development of timely adult mosquito control programs, such as ground and/or aerial adulticide spraying. Adult mosquito control programs shall be conducted in accordance with all state and federal requirements. The cost of this service and adult mosquito control programs are not included in this contract. WORK PRODUCTS Any and all maps, reports, spreadsheets, databases, geographical information system (GIS) files, newsletters and other hard copy or electronic documents generated by the service provider in fulfillment of its obligations under this contract shall be the property of WCDPHE, who shall have sole and complete discretion regarding their use and distribution. All work products shall be delivered to WCDPHE in a mutually agreed upon hardcopy and/or electronic format suitable for including in reports and folders. The data and reports will be furnished in standard 8 1/2 by 11 inch paper. All reports will include the activity undertaken in each of the cities in the County. TERM OF SERVICE AGREEMENT The Service Agreement shall be in effect for the period beginning May through December 2024 with an option of a contract renewal of three (3) additional one-year terms at the WCDPHE's discretion. PRICING TOTAL BID (based on 165 trap nights) $ (15 traps per night for 11 weeks: 6-17-24 to 8-30-24) COST PER ADDITIONAL TRAP NIGHTS Provide pricing for any additional trap nights requested by the WCDPHE (these trap nights would be in addition to the 165 trap nights listed above.) BID REQUEST #B2400056 Page 5 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 10:00 AM on March 7, 2024: 1) Page 4 thru 7 of the Bid Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications. on or before the bid opening *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2400056 Page 6 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2400056. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is in the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS CITY, STATE, ZIP CODE DATE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL EMAIL DATE WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 3. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller AE0124 BID REQUEST #B2400056 Page 7 Form (Rev. Department Internal W_ October 2018) of the Treasury Revenue Service Request for Taxpayer Give requester. send Form to the to Dv IRS. the not ► Go Identification to www.irs.gov/FormW9 Number for instructions crt' Certifica:t°c:: and the latest information. Print or type. See Specific Instructions on page 3. 1 Name Vector (as shown on your Disease Control intone International tax return). Name LLC is required on this line; do not leave this line blank. 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the following seven boxes. person whose name is entered on line 1. Check only one of the 4 Exe mptions (codes certair entities, r.structions on apply only to not individuals; see page 3): ❑ Individual/sole proprietor or U C Corporation C S Corporation L Partnership P Trust/estate single -member LLC Exempt payee code (if any) Sj Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► C Note: LLC another Check the appropriate box in the if the LLC is classified as a single LL.C that s not disregarded from line above for the tax classification -member LLC that is disregarded the owner for U.S. federal tax of from the purposes. the single -member owner. Do not check owner unless the owner of the LLC is Otherwise, a single -member LLC that Exemption from FATCA reporting code ( f any) is disregarded from the owner should c'ieck the appropriate box for the tax classification of its owner. Other (see instructions) ► (Applies h accounts maintained outside the U.S.) 5 1320 Address (number, Brookwood street, and Dr Ste apt. or suite no.) See instructions. H Requester's name and address (optional? 6 City, Little state, Rock and ZIP AR code 72202 7 l_.st account nuriber(s) here (optional) Part 1 Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Part II [Social security number or F-- 1 I 1 Employer identifii;ation number Certification 2 7 4 5 0 1 0 7 8 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified ay the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends. or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. l he FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2. above if you have been notified by the IRS that you are currency subject to bactsup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person 1 \I LAA;'; Date ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were pub isl ►ed, go to www.irs.gov/FormVV9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your socia. security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the 4ollowing. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, crizes, awarcs, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien). to provide your correct TIN. If you do not return Form VV -9 to the requester with a 11N, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10--2018) ACC, EP CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 9/22/2023 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's an ADDITIONAL INSURED, the pohcy(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 Edgewood Partners Insurance Center 5909 Peachtree Dunwoody Road, Suite 800 Atlanta GA 30328 CONTACT Certificate Unit PHONE FAX No) (A/C No Ext) 404-781-1700 AN., ADDRIESS certificate@epicbrokers coin INSURER(S) AFFORDING COVERAGE NAIL # License# 0829370 INSURERA ACE American Insurance Company 22667 INSURED RENTOKI 01 Vector Disease Control International, LLC INSURERS ACE Property and Casualty Insurance Co 20699 INSURERC Arch Insurance Company 11150 Rentokil North America, Inc (REN455) 1320 Brookwood Drive, Suite H INSURER D Alban. Underwriters Insurance Company 36420 Little Rock AR 72202-1412 INSURER E Starr Indemnity & Liability Company 38318 INSURER F Arch Indemnity Insurance Company 30830 COVERAGES CERTIFICATE NUMBER 169083145 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 TNTYPE LTR OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER POLICY EFF (MMIDDlYA POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR OGLG27240331 10/1/2023 10/1/2024 EACH OCCURRENCE $ 5 000 000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 5 000 000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 5,000,000 GEN L AGGREGATE LIMIT APPLIES PER X POLICY EI JE E} LOC OTHER GENERAL AGGREGATE $ 5,000,000 PRODUCTS COMP/OP AGG $ 5 000 000 C AUTOMOBILE LIABILITY X ANY AUTO OWNOSEDONLY AUT HIRED AUTOS ONLY SCHEDULED AUTOS AUTOS ONLY OOZE 31CAB1044403 (AOS) 31CAB1044503 (MA) 10/1/2023 10/1/2023 10/.024 10/1/2024 COMBINED SINGLE LIMIT (Ea accident) $ 5 000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ B X UMBRELLALIAB EXCESS LIAR X OCCUR CLAIMS MADE 000527239420 10/112023 10/1/2024 EACH OCCURRENCE $ 5 000,000 AGGREGATE $ 5,000,000 DED I X I RETENTIONS 1n nnn $ C F C WORKERS COMPENSATION AND EMPLOYERS LIABILITY y/N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED (Mandatory in NH) If yes describe under DESCRIPTION OF OPERATIONS below N / A 31 WCI1044203 (FL) 34WCI1044303(AOS) 31 WCX1063301 (OH) 10/1/2023 10/1/2023 10/1/2023 10/1/2024 10/1/2024 10/1/2024 X I STATUTE I I (2RH E L EACH ACCIDENT $ 2,000,000 E L DISEASE- EA EMPLOYEE $ 2,000 000 E L DISEASE POLICY LIMIT $ 2 000,000 E CPL (Ecluding Aerial Ops) Aviation Liability/Chemical Drift 100 0 42289-3 1000642269-02 10/.023 10/1/2023 10/1/2024 10/1/2024 Ea Incident/Aggregate Each Occurrence $5 000 000 $10M/$1M (040-Agg) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS EVIDENCE OF COVERAGE AUTHORIZEDREPRESENTATIVE I Offi;A'1"Alf. ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD EXHIBIT B C A Rentokil Company MOSQUITO TRAPPING & SURVEILLANCE SERVICES BID NUMBER• B2400056 Provided to: Weld County, Colorado Public Health & Environment Department 1301 N 17th Avenue Greeley, CO 806 Provided by: Vector Disease Control International (VDCI) 7230 W 118`'' Place, Unit C Broomfield, CO 80020 Submitted: March 4th, 2024 ciPP-9 voce A Rentokil Company March 2, 2024 Weld County, Colorado 1301 N 17th Avenue Greeley, CO 80631 RE: MOSQUITO TRAPPING & SURVEILLANCE SERVICES Dear Weld County, Vector Disease Control International, LLC (VDCI) is pleased to provide the Weld County Department of Public Health and Environment (WCDPHE) with this bid for mosquito trapping and surveillance services — Bid Number 82400056. It has been our privilege to provide Weld County with a science - based mosquito trapping program of the highest quality for the past 15 years and we hope to continue our outstanding partnership. VDCI is prepared to satisfy all requirements in the Scope of Work. VDCI is also uniquely qualified, with ground and aerial assets, to assist WCDPHE in the development of timely adult mosquito control programs in the event of a public health emergency. VDCI is proud to be Weld County's mosquito trapping and surveillance service provider. We hope to continue to build upon both the successful program, and the trust that we have established throughout our ongoing partnership. Please feel free to contact me, our Surveillance Manager, Anna Wanek (303-507-9494), and our VDCI's Chief Entomologist, Dr. Michael Weissmann (303-428- 5908) if there are any questions about this bid submission. Thank you, and as always, it is a pleasure serving the Weld County Department of Public Health and Environment and we look forward to continuing our relationship with you. Respectfully, air Jason W. Williams Regional Director Vector Disease Control International, LLC 757-449-0123 jilliams@vdci.net 7230 W 1 18in PI, Unit C, Broomfield, CO 80020 Tel: 303.428.5908 I www.vdci.net WELD COUNTY SCOPE OF WORK FOR MOSQUITO TRAPPING PURPOSE: Weld County seeks to engage the service of a third -party contractor to conduct mosquito trapping and surveillance services in the County. 1. The service provider shall provide all supplies, equipment and personnel to operate and maintain: a. Approximately fifteen (15) BioQuip Products CO2-baited CDC 6V miniature light traps, Pad #2836BQNS1, or equivalent approved traps, at various sites selected with the concurrence of WCDPHE within the County. These traps shall be operated one night per week on the same day of the week during the mosquito season (approximately mid -June —August). b. The fifteen (15) traps will be operated as part of the Mosquito Sentinel Program in accordance with state guidelines. The Mosquito Sentinel Program trap locations will be designated in consultation with WCDPHE. c. The WCDPHE anticipates approximately 165 total trap nights (15 per week) for the mosquito season (6- 17-24 TO 8-30-24) but may add or reduce the number of trap nights. The contractor should be flexible in adjusting this workload. 2. If for any reason, such as inclement weather or holiday, any of the trap nights described in paragraph a, b, or c, above is cancelled, the service provider shall notify WCDPHE immediately. WCDPHE may require the service provider to reschedule the cancelled trap night as conditions allow. 3. Light traps shall be set on identified trap nights between the hours of 3:00 p.m. and 6:00 p.m. Collected mosquitoes shall be retrieved between 7:30 a.m. and 10:30 a.m. the morning following a trap night. 4. After each trap night the service provider shall collect, identify, speciate, and count all trapped mosquitoes by methods recognized by CDC and/or the Colorado Department of Public Health and Environment (CDPHE) and report this information to WCDPHE within 24 hours. 5. All mosquito trapping activities including the submission of mosquito pool specimens shall be conducted in accordance with the protocols established in the current CDPHE Mosquito Surveillance Plan. 6. The service provider will ensure that speciated mosquitoes from the fifteen (15) Mosquito Sentinel Program traps will be submitted to the state lab for disease testing (when applicable) within 24 hours of trap retrieval. Deviation from this requirement shall be reported to WCDPHE within 24 hours of failure to meet the deadline. 7. The service provider shall assume all liability for the placement and operation of any and all equipment. WCDPHE shall not be responsible for any lost, damaged or stolen traps and/or equipment. 8. A map of the trap locations or GPS coordinates of trap locations shall be provided to WCDPHE annually. RECORD KEEPING The service provider shall maintain all records and documents pertaining to the services provided under this contract for a period of 2 -years. By December 1, of each year of the contract, and/or upon request of WCDPHE, the service provider shall provide WCDPHE with copies of any and all records and documents pertaining to the services provided under this contract in an electronic and/or hard copy format approved by WCDPHE. BID REQUEST #82400056 Page 4 REPORTING ALL DATA DEVELOPED UNDER THIS CONTRACT BECOMES THE SOLE PROPERTY OF WELD COUNTY. By December 1, of each year of the contract, the service provider shall provide an annual report to WCDPHE regarding all service activities performed under this contract. The annual report shall be provided in a format acceptable to WCDPHE both electronically and in hard copy and shall include but not be limited to summaries of all collection, identification, speciation, and counts of all trapped mosquitoes. Adult Mosquito Control Program Development and Coordination: In the event of a Public Health Emergency, the service provider shall assist WCDPHE in the development of timely adult mosquito control programs, such as ground and/or aerial adulticide spraying_ Adult mosquito control programs shall be conducted in accordance with all state and federal requirements. The cost of this service and adult mosquito control programs are not included in this contract. WORK PRODUCTS Any and all maps, reports, spreadsheets, databases, geographical information system (GIS) files, newsletters and other hard copy or electronic documents generated by the service provider in fulfillment of its obligations under this contract shall be the property of WCDPHE, who shall have sole and complete discretion regarding their use and distribution. All work products shall be delivered to WCDPHE in a mutually agreed upon hardcopy and/or electronic format suitable for including in reports and folders. The data and reports will be furnished in standard 8 '/Z by 11 inch paper. All reports will include the activity undertaken in each of the cities in the County. TERM OF SERVICE AGREEMENT The Service Agreement shall be in effect for the period beginning May through December 2024 with an option of a contract renewal of three (3) additional one-year terms at the WCDPHE's discretion. PRICING TOTAL BID (based on 165 trap nights) S 24, 750.00 (15 traps per night for 11 weeks: 6-17-24 to 8-30-24) COST PER ADDITIONAL TRAP NIGHTS Provide pricing for any additional trap nights requested by the WCDPHE (these trap nights would be in addition to the 165 trap nights listed above.) $150.00 BID REQUEST #B2400056 Page 5 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on March 7, 2024: 1) Page 4 thru 7 of the Bid Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any Of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #82400056 Page 6 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2400056. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is in the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Vector Disease Control International, LLC (VDCI) By Jason Williams (Please print) BUSINESS ADDRESS 7230 W 118th Place, Unit C CITY, STATE, ZIP CODE Broomfield, Colorado 80020 DATE 3/2/2024 TELEPHONE NO 303-428-5908 SIGNATURE FAX 866-839-8595 TAX ID # 27-4501578 7 EMAIL jwilliams@vdci.net- Cell: 757-449-0123 E-MAIL jwiIliams@vdci.net DATE 3/2/2024 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 3. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller AE0124 BID REQUEST #B2400056 Page 7 Ct Entity Information Entity Name" VECTOR DISEASE CONTROL INTERNATIONAL LLC Contract Name * MOSQUITO SURVEILLANCE Contract Status CTB REVIEW Contract Description * MOSQUITO SURVEILLANCE Contract Description 2 Contract Type* AGREEMENT Amount * $24,750.00 Renewable NO Automatic Renewal Grant IGA Entity ID* @00011906 Department HEALTH Department Email CM-Health@weldgov.com Department Head Email CM-Health- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Q New Entity? Contract ID 8006 Contract Lead * BFRITZ Contract Lead Email bfritz@weld.gov;Health- Contracts@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Requested BOCC Agenda Due Date Date* 04/13/2024 04/17/2024 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date * 02/01/2025 Committed Delivery Date Renewal Date Expiration Date* 12/31/2024 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head JASON CHESSHER DH Approved Date 04/10/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 04/17/2024 Finance Approver CHERYL PATTELLI Legal Counsel KARIN MCDOUGAL Finance Approved Date Legal Counsel Approved Date 04/11/2024 04/12/2024 Tyler Ref # AG 041 724 Originator BFRITZ Hello