Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20240642.tiff
Cor*ac 11q 173 MEMORANDUM TO: Esther Gesick, Clerk to the Board DATE: 02/18/25 FROM: Tina Booton, Public Works SUBJECT: Enforcement Contractor with a $5,000 PO Please place the following Enforcement Contractor Renewal on the next available BOCC Agenda. MRC is the primary mowing enforcement contractor. They are maintaining their bid prices from 2024. The total cost of an enforcement plus administration fees is covered by the landowner that has an enforcement carried out on their property. Weld County is a pass -through entity for these charges. Lon501d-f)9016& 3/10/25 C C ; Onbu5CCRO) 3/10/2-5 Z oZc4u042_, Ec 0O7sZ CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND MRC Services This Agreement Extension/Renewal ("Renewal"), made and entered into 1 day of 1`4Ca,VC,h 2025, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and MRC Services, 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. 2024-0642, approved on March 13. 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 will end on March 12, 2025. • The parties agree to extend the Original Agreement for an additional one-year period, which will begin March 13, 2025, and will end on March 12, 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 total new cost will not exceed $5000 for term. 2. Attachment Exhibit A, is the 2024 prices that will be honored in 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. CONTRACTOR: Ty Miller Printed Name T • Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Perry L. uck, Chair MAR,/1 0 202, ATTEST: �.�.� t/ �►� .di:0;e1 Weld County Clerk to the Board BY: Deputy Clerk to the Boar coN -642 Exhibit A 81QITE IN Oh17'RACT All spaces must contain a bid price In the units indicated if bidding on the mowing contract Bid Item Region 1 Class I $100 Class II $100 Class III $175 ** All mowing bid prices are on a per acre rate. Set-up charge per parcel: Region $350 Down -Time Charge: R- e.&c_t oily submitted: Firm or Business Name: By: Ty. Eller Region II $350 Region 2 $100 $100 $175 Region III $350 Radon 3 $100 $100 $175 per hour MAC Services Region IV $350 Region 4 $100, $100 $175 Position or Title:.pjnject Manua= Address: 5350 Yulle Rd Strasburg Co, 80136 Date: 1/28/2024 82400045 Alba Phone Number 720-281.6890 16 Contract Form Entity Information Entity Name * MRC SERVICES LLC Contract Name* ENFORCEMENT MOWING CONTRACT Contract Status CTB REVIEW Entity ID* @00048126 Contract ID 9173 Contract Lead * TBOOTON Contract Lead Email tbooton@weld.gov New Entity? Parent Contract ID Requires Board Approval YES Department Project # Contract Description* CONTRACTOR TO CARRY OUT MOWING ENFORCEMENT OPERATIONS ON LANDOWNERS PROPERTY THAT IS NOT IN COMPLIANCE WITH THE COUNTY CODE AND STATE LAW. Contract Description 2 Contract Type* AGREEMENT Amount* $ 5,000.00 Renewable* YES Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date PUBLIC WORKS Date* 03/08/2025 03/12/2025 Department Email CM- PublicWorks@weld.gov Department Head Email CM-PublicWorks- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL R N EY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID 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 Review Date* 02/02/2026 Renewal Date* 03/13/2026 Committed Delivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel DUANE NAIBAUER CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 03/03/2025 03/03/2025 03/03/2025 Final Approval BOCC Approved Tyler Ref # AG 031025 BOCC Signed Date Originator TBOOTON BOCC Agenda Date 03/10/2025 C�nck-.tD± 1900 REQUEST FOR BID WELD COUNTY, COLORADO 1301 N. 17'" AVENUE GREELEY, CO 80631 DATE: January 17, 2024 BID NUMBER: B2400045 DESCRIPTION: ENFORCEMENT SERVICES/MOWING & SPRAYING DEPARTMENT: Public Works/Weed Division BID OPENING DATE: January 29, 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: ENFORCEMENT SERVICES/MOWING & SPRAYING Bids will be received until: January 29, 2024 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on January 29. 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 Phone Conference ID: 283781408 PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLIkOVWPfGE 7. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request 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 entitles. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid_Delive to Weld Cou ntv: A. Emailed bids are required. PREFERRED: email bids to bids aweld.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. 62400045 COnCQX)+ le9tric 37(37214 ox. (pc)) ,3i / 3fry 1 2024-0642 EEi �oa B. 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 has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid mu it give the ful' business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the persor signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing sha►I also be typed or printed belays. the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Contro ler, satisfactory evidence of the authority of the officer signing on behalf of e corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions o: this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blar k spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms, The Bid Proposal must be filled Jut completely, in detail, and signed by the Bidder. Late or unsigr ed bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrive; in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Noti :e to Bidders." Bids received prior to the time of opening wil be kept unopened in a secure place No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence or the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident WE Id County bidders in all cases where said bids are competitive In price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-1 1-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing c r other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, tc waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Bcard of County Commissioners. 4. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upcn funds for that pirpose 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. B2400045 2 B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shad not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all appllcable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract, The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing In the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for B2400045 3 U►. the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I . Disac vantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discrlminatec against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or produ:ts necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the protect. The successful bidder shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term The term of this Agreement begins upon the date of the execution of this Agreement by County and shall cortinue through and until successful bidder's completion of the responsibilities described in the Bid. L. Term nation: County has the right to terminate this Agreement, with or without cause on thirty (30) days written iotice. Furthermore, this Agreement may be terminated at any time without notice upon a material breath of the terms of the Agreement. M. 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 the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance up-pn the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County s prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to improve all personnel assigned to the subject Project during the performance of this Agreement and no perso inel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The Successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreeme it, and to assume toward the successful bidder all the obligations and responsibilities which the successfu bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts ar d omissions of its agents, employees and subcontractors. O. Warraity: The successful bidder warrants that services performed under this Agreement will be performed in 3 manner consistent with the standards governing such services and the provisions of this Agreement. Tie successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services wil conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whett er patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. 82400045 4 Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including reppirs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive, and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 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. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, Illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or Its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the B2400045 5 County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as °A" VIII or better. Each policy shall contain a valid provision or endorsement stating 'Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -Insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and If It deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements Identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, Its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in Its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of Indemnity 62400045 6 applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County Its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents. and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance; The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence. $2,000,000 general aggregate. $2,000,000 products and completed operations aggregate. $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors; All subcontractors, subcontractors, Independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entitles as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and In the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. B2400045 7 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: REQUEST FCR ENFORCEMENT SERVICES MOWING AND/OR SPRAYING WELD COUN-Y COLORADO - COUNTY WIDE PROJECT LOCATIONS Weld County k soliciting bids from qualified consultants for contractual services of mowing and/or spraying in Weld County. Two separate bids are included in this contract. These bids are for mowing, and private parcel spraying. II. Scene of Services The Weed Dieision of the Weld County Public Works Department manages the noxious weed control program for Weld County, Colorado. The weed control program was established under the Colorado Weed Management Act, Section 35-5.5-101, et. seq., CRS, and Weld County Code, Chapter 15. Both laws provide the right to enforce weed control measures on negligent landowners if all of the appropriate steps have been followed. A. General Project Description The Weed Division will carry out enforcement procedures on landowners failing to comply with legal notice from May through October. Depending on the growth of the noxious weeds targeted, mowing or herbicide treatment will be used to bring the landowner's infestation into compliance with Weld County Code Chapter 15. B. Project Requirements The purposed this bid is to establish the basic costs of various items such as different classes of mowing and different glasses of herbicide treatment so that the County can, on relatively short notice, have noncompliant ands within Weld County brought into compliance by applying one or a combination of the Items most appropriate to an individual site and time. The Contractor must be able to respond to a County request for work within 3 workina days, unless a longer time frame or future date is defined by Weld County, with all of the labor, equipment, and materials necessary to complete the requested work in a timely manner. All work shall be completed In accordance with these specifications, accepted horticultural practices, and the project work older. All permits, licenses, fees and traffic control associated with any work under this Contract are the resporsibility of the Contractor, unless otherwise noted. Due to the size of Weld County, the variety of project types and that timeliness is essential in this contract, the Weed Division Supervisor will work with several Contractors. III. Term of Contract This Contract Is a renewable one year term. The County, at its sole option, may offer to extend this Contract for up to two additional one-year terms (fora total of three possible years). The extension option may be exercised providing satisfactory service Is given and all berms and conditions of the contract have been fulfilled. Such extensions must be mutually agreed upon in writing, by and between the Public Works Department Weed Division Supervisor and the Contractor. An Increase of 5% or less can be approved by the Director of Public Works. Extensions more than 5% must be approved by the Board of County Commissioners or re -opened for a new bidding process. B2400045 a IV. Enforcement Specifications A. Areas to Be Treated All areas to be treated under this contract shall be within the unincorporated portion of Weld County as established by Section 35-5.5-109, CRS, or within municipality boundaries with written approval from the municipalities governing board. B. Class I Herbicide Classification Class I is field spraying. The minimum equipment required Is a truck or pick-up mounted sprayer with a minimum tank capacity of one hundred (100) gallons. Sprayer must include a boom with nozzles spaced according to manufacturer's specifications and capable of delivering a minimum of ten (10) gallons per acre with a minimum swath width of fifteen (15) feet. C. Class II Herbicide Classification Class II Is handgun applications. The minimum equipment required is a truck or pick-up mounted sprayer with a minimum tank capacity of two hundred (200) gallons. The handgun attachment must be capable of delivering a minimum of fifty (50) gallons per acre and having a minimum of 100 hundred (100) feet of hose. D. Class ill Herbicide Classification Class III is hand applications. The minimum equipment required is a backpack or hand-held sprayer with a minimum tank capacity of three (3) gallons. E. Class IV Herbicide Classification Class IV is cut stump treatments. The minimum equipment required is a backpack or hand-held sprayer with a minimum tank capacity of three (3) gallons and chainsaw or other mechanical tools as appropriate. F. Class I Mowing Classification Class I is tractor weed mowing. The minimum equipment required is a farm tractor with a minimum of fifty (50) horsepower and a five (5) foot rotary mower. G. Class II Mowing Classification Class II is tractor weed mowing. The minimum equipment required is a farm tractor with a minimum of eighty (80) horsepower and a 15 — 20 foot rotary mower. H. Class III Mowing Classification Class III is hand weed mowing. The minimum equipment required is hand-held equipment such as string mowers, hand sickles, or high wheeled industrial lawn mowers. J. Materials and Equipment The Contractor shall supply all materials and equipment including, but not limited to, herbicides, water, sprayers and mowers necessary for completion of the Contract. 82400045 9 V. Execution of Specifications A. Method of Application Method of application shall be determined by the Weed Division Supervisor. This will be based on individual site conditions 8. Herbicides Allowed 1. 2, 4-0 Amine 4.0 lb. active ingredient per gallon 2. Dicamba 4.0 lb. active ingredient per gallon 3. Vista XRT or Fluroxypyr 2.8 lb. active ingredient per gallon 4. Telar 75% D.F. 5. Plateau or Inazapic 2.0 lb. active ingredient per gallon 6. Milestone 2.0 lb. active Ingredient per gallon 7. Rejuvra 1.67 lb. active ingredient per gallon 8. Carlon 3A or Triclopyr aquatic 3.0 lb. active ingredient per gallon 9. Surfactant: 90% non-ionic active ingredients, or methylated seed oil depending on the weed species targeted. C. Rates and Usage Herbicide rate and type shall be subject to the approval of the Weed Division Supervisor. Such usage must conform to the environment conditions of the site, to the landowner's request, and shall conform to label restrictions. Ti -e contractor must follow all safety, application and precautionary statements on the label. D. Product Substitutions The Weed Division Supervisor shall evaluate all requests for product substitutions. All such requests must be in writing and must include a detailed description of the benefits and any alterations of price. No product substitutions shall be made without the prior written approval of the Weed Division Supervisor. E. Required Control All herbicide applications must be of the correct type, rate and timing to guarantee control of weed top growth fora period of 90 days following application. Translocating herbicides will be used to insure some root control and reduction of existing weed stands. F. Salty Clothing and Equipment for Applicators Spray applicabrs shall wear appropriate clothing and safety equipment as recommended on the label. If applicators are not properly clothed or protected, the Weed Division Supervisor or staff may stop the spray operations unil minimum safety requirements are met. G. Equipment inspection The County rrey inspect all pesticide application equipment, and/or the chemical tank mix of the Contractor at any time during the project period. All equipment shall be cleaned on the site, prior to leaving to decrease the potential for spreading noxious weeds. The County shall be under no duty to inspect every time. H. Mowing All weeds shal be cut to a height of not more than six inches. All seed heads and stems must be completely severed from tie basal portion of the plant. Areas mown must be uniformly cut with no skips or weeds left 62400045 10 standing. All patches of noxious weeds will be mowed. Only areas infested with the noxious weed will be mowed as discussed during the on -site meeting. I. Herbicide and Mowing Application Record The Contractor for both herbicide applications and mowing shall complete a record of application for each job assigned or more often as environmental and/or site conditions warrant, on forms supplied by Weld County. Application record forms shall be completed in full and delivered to the Weed Division Supervisor within one (1) week after completion of the job. A site description detailing the location of the actual work performed shall be included. J. On Site Meeting A meeting between the Contractor and the Weed Division Supervisor or their staff shall be required for each parcel to be treated through herbicide or mowing operations. Said meeting will be held at the job site with the intention that the contractor will be able to start the job that day, if possible. The following information will be discussed at the job site: Expected starting date Expected completion date Property boundaries and estimated acreage as determined by an aerial map from Acrview and/or GPS mapping Extent of work to be done Herbicides to be used (if applicable) Application equipment Any potential problems with site or treatment Application records and maps will be given to the Contractor at this time Property owner K. Set -Up Charge The County shall pay the Contractor a one-time set-up fee for each separate landowner. The set-up fee includes but is not limited to, Contractor's time and travel expenses to and from the on -site meeting and any additional meetings necessary for the site. Set-up charge shall be a flat fee applicable to any and all parcel sites. L. Project Start Date If the Contractor returns to a property later than five (5) days after the initial meeting with the Weed Division Supervisor or their staff and finds the weed control work already completed by the landowner, the Contractor shall not be eligible for the set-up charge. If the Contractor does not return to a property to carry out weed control measures, after the Contractor accepts the job, the Contractor shall not be eligible for the set-up charge. Spraying the roadsides shall begin no later than seven (7) days after initial contact. M. Confronting the Landowner on Site If the Contractor is confronted and asked to leave the property by the landowner or his agent, the Contractor shall do so immediately, without performing further treatment. The Contractor shall be paid for work completed at the time of leaving. If no work was performed before the Contractor was removed, only the set- up charge will be paid. The Contractor shall notify the Weed Division Supervisor within twelve (12) hours of landowner interference in treating the property. Failure to notify the Weed Division Supervisor within said time limit will result in non-payment of all charges. B2400045 11 N. Down Time and Unforeseen Circumstances For the purposes of this contract, the term "down time" shall be defined as any project time spent in non- productive acivities such as, but not limited to: time spent gaining access; time required to secure Weed Division or Sheriffs office assistance for access; Landowner interference; Extreme operating conditions, such as trash removal or unseen field conditions. There shall be no "down time" for Class IV roadside noxious weed control applications. Down time shall NOT include: equipment difficulties; equipment breakdown; employee negligence or illness. Payment for any activity billed to the County as "down time" shall be contingent upon the approval of the Weed Division Supervisor, and shall not total more than two hours per parcel. Vi. Work Order Request and Payment A. Nonce to Proceed - The Weed Division Supervisor shall call the Contractor and discuss the work to be performed. The Contractor shall have the right to refuse any job. Refusing more than fifty percent (50%) of assigned joos will result in the termination of this Agreement. B. Contractor's Cost Estimate - The Weed Division Supervisor will develop a written work order based on bid prices. At the On -Site Meeting the work order will be reviewed, the start date and an estimate of time required to complete the work will be filled in. C. Work Order - Upon receipt of an agreement with the Contractors cost estimate and time to complete, the Weed Division Supervisor shall provide the Contractor with a signed Work Order (see Exhibit A). The Contractor shall begin and complete the work as agreed to in the estimate. A signed/accepted cost estimate will be the Notice to Proceed with the onsite meeting. D. Performance of the Work - All work is to be performed by qualified personnel thoroughly familiar with proper and accepted methods for herbicide applications and/or mowing operations. All work is to be performed under the direct supervision of the Contractors superintendent, who shall be thoroughly familiar with the provisions of this contract. E. Job Start and Completion- The Contractor shall telephone the Weed Division Supervisor at (970) 304-6496 EX-. 3770 or at (970) 381-4052, when they reach the job site to start spraying or mowing operations as well as when they have completed the job. Failure to call the County at the start and completion of a job may result in nonpayment. The following reformation shall be given: Contractor's name and company; date and time; parcel location or number. F. Payment for Completed Work - When work has been completed on any project, the Contractor and the Weed Division Supervisor shall inspect the site together and determine the total area of the work, and whether a not the work is complete and has been done in accordance with the work order. If mutual agreement cannot be reached on these issues, the determinations made by the Weed Division Supervisor shall be final. Deficiencies in the work, if any, shall be noted and a checklist of these deficiencies given to the Contractor by the Weed Division Supervisor. The Contractor shall immediately correct any deficiencies listed on the checklist. G. Riling — All work completed by the Contractor shall be billed to the County within 7 days after completion. The billing will also be complete for all parcels owned by an individual or company. 82400045 12 VII. Warranty The Contractor shall warrant all herbicide treated areas against defective materials and/or workmanship for ninety (90) days from the date of Conditional Acceptance. The Contractor shall retreat (in accordance with the provisions in the original project work order) any areas that noxious weeds are able to flower again during the warranty period, at no additional cost to the County. ANY DEVIATIONS FROM THE STANDARDS GIVEN ABOVE MUST BE SUPPLIED AND APPROVED PRIOR TO THE AWARD RECOMMENDATION BY THE COUNTY WEED DIVISION SUPERVISOR. Exhibit A Enforcement Services Contract Cost Estimate and Work Order Herbicide Spraying Mowing Contractor: Fax #: Please be advised that Weld County requests a Written Cost Estimate on this form, and N i e Act Proceed on the following project: Landowner Name and Address: Property Parcel Number: Legal Description: Targeted Species: Visible evidence of prior treatment: Bid Item Item Description 1 Class 1 Mowing 2 Class II Mowing 3 ' Class III Mowing 4 Class I Spraying 5 Class II Spraying 6 Class III Spraying 7 Class IV Spraying 8 Herbicide 9 Herbicide 10 Surfactant 11 Down Time Extra Items Set -Up Charge** Bid Costs Acres Hours Current Job Current Job Quart/Pint/Oz. # Acres Est. Cost Region i Region 2 Region 3 Region 1 4 Subtotal: Total Estimated Cost: B2400045 13 Contractor's Siignature: Date: Actual Start Dete and Time: Actual End Date and Time: County Weed Division Supervisor: Date: Herbicides: 1. Trade Name EPA Registration # Application Rate 2. Trade Name EPA Registration # Temperature F Wind Direction and Speed Soil Condition Wet Dry Cloud Cover Application Rate MPH 82400045 14 Exhibit B Regions of Weld County ac/. av,, O/o Lou !OOW Ra. asL" feet B2400045 Tim :. ■■ =:■" - , , , . iiiiii ...........6..1F.1.1 ..1...m. ...,,„ '1 low NE -- -' 111'4 : --" .;Jb i Ii -A, ,._ r- WA 1IIIIIIM I IL Il ..NMI 1 - -re, • ■Ft7YrrM �■ rr Iffi iii rtiwr•7'7N ■r�� .w■w1 • q0 ■��• p�wvll�r• I�®Ai'"61o•rrqurur rg>.r iiiN■■'r'1Ile . • . r trifingistaFili ■IIr■rrrr.rr �i+�filel �A r■ 1 p n"' tl ui grl7 r1 • er■r �• • - .—lu■11"- _. _.- •1 a_ �!7 ^�9i -4w R4z.v z —tea' fllejli#ll1r1111a1'1 .f4f[_a q/la^M■■■■qC.r■■7 �I q • • • • ear°N 1- Nos ma bffJrIBN is rOB1�4dBP Ira .V.... tt��:n v}}•L, a• -c. illllr_tr+n■�,■■w hi r■wuc--_ �■ - • • • • BBtD0N i- BOQitrR�P @IAE BECTON aovl>®efir �,"c°� —, w TSB ■IeEl�1ii tirgoin :a 1 ..-rtJ.11i• = _ r mu�o.l 1■rrrgnl ■rc, u ■r I_ .. . ar ua ui ■ ir, n wq■r•I�r■ crq ■ • pq 0 • imia1l ■■■ or �iitl■ atl■r� [p�� I■ irtlmy arioNs �1 ■c■r�■ Ygrq • rOgq lie • xiam Tyiv'� - W ` r. �■ ,r" ii:�ii • ■ . •.. •. • . - ..7;N • j. • • 'Eaj��r:] � �.��j.�lrl1.� r ■■rr� 11 • �• t! /■iLMlru■■ - -f • -3DC■■■ " qr� J ■u ~` � � rr■ �.-�.., rI rrrrOMr• �ir—■rlii q �■}.S�' �— , ��f•t ■ r�alr urrd"�tl.inl - twr • r■ rq .d einv..- �r n:r■rwrrrror■�w cr ■■ ■o■ •Iri�l®r■'err I. ""■'� •) -Tiv ruo c� 1 ■rlr, �� .�. �� E..,:,...,,,,, .•Au •.•Aunauu.�.run ••u. u .nru..u.ru•.ru.•� Q68u 0040 Rao £010) /26-Iw e41s, /?G3.0 R41w 15 BID ITEMS FOR MOWING CONTRACT A II spaces must contain a bid price in the units indicated if bidding on the mowing contract. Bid Item Region 1 Class I $100 Class II $100 Class III $175 ** All mowing bid prices are on a per acre rate. Set-up charge per parcel: Region I $350 Down -Time Charge: Respectfully submitted: Firm or Business Name: By: alla Region II $350 $50 Region 2 $100 $100 $175 Region III $350 Region 3 $100 $100 $175 per hour MRC Services Position or Title: Praiect Manager _ Address: 5350 Yulle Rd Strasburg Col 80136 Date: 1/28,2024 Phone Number: 82400045 Region IV $350 Region 4 $100 $100 $175 720-281-5890 16 BID ITEMS FOR SPRAYING CONTRACT All spaces must contain a bid price in the units Indicated if bidding on the spraying contract. Bid Item Region 1 Class I Class II Class III Class IV ** Class I bid prices is on a per acre rate. ** Class II, III and IV bid items are on a per hour rate. Set-up charge per parcel: I Region I Region 2 NA Region II Region 3 Region 4 Region III Region IV Down -Time Charge: __ per hour Herbicides 2, 4-D Amine Dicamba Vista XRT or Fluroxypyr Tela r XP Milestone Plateau or Imazaplc Rejuvra Garton 3A or Triclopyr aquatic 90% Non -Ionic Surfactant Methylated Seed Oil Surfactant Respectfully submitted: Firm or Business Name: By: - Address: Date: Cost per Ounce NA Expected Rate of Use per Acre 32 oz 32 oz 20 oz 2 oz 7 oz 8oz 5 oz 1 gallon chem : 1 gallon H2O 32 oz/100 gallons 32 oz/100 gallons Position or Title: B2400045 Phone Number: 17 Experience and References Please provide a brief description of your experience with spraying or mowing. Include years of work, types of projects worked on and any other pertinent information available. Describe equipment o be used. MRC Services was founded in June of 2023 and has mowed over a00 acres in its short life. In the first months of business, we were hired by the Rocky Mtn arsenal where we did a lot of mowing around water treztment facilities and water wells. The other big project we had was mowing for the solar farm in Bennett Colorado. The site is over 475 acres, which is all covered in solar panels. We are working to sign nulti-year contracts with both companies due to the quality of our work. The equipment we use is a 7810 John Deere with a 15ft Bush Hog, 6ft skid steer mower, Skid load, 62" Walker Zero Turn, 48 Husqvarna Zero Turn, and a weed eater. Feel free to call any of the numbers listed below, they are he people we went through when working on the projects and should be able to answer any questions you might have. Thank you have a nice day. Please provide contact information for at least three (3) business references. Name: 801 V Fnargy Address: , 1 fiRQ W rnar Sa 1 Diego. CA 92122 Phone: Swif hr 303 -67d -70M Service provi led and dates: The mowing for under and around solar panels. (475 Acres) (Bennett CO) (9/; 2/23- 10/-3012023) Name: r`-110rarin gait p Add re ssit6agg F QFth oup Hyprs en $0103 Phone: Waynf Harr's 303-909- 5195 Service provic ed and dates: Mowing CRP ground behind the Run ranges. f100 Acres) (Byers Co) (9/19/2023-9/20/2023) ADDENDA: Addendum Number 8240004S Name: Navarro Rese rch n ngi Bering Address: 1 020 Commerce Park Drive Oak RjQe, TN Phone: Dean Miller 720-484-9525 Service provided and dates: Mowing around water wells and water treatment facilities. trougEily ISO Acres) Mommerce City Co) (Jury - August 20231 Name: Address: Phone: Service provided and dates: Date of Addendum Date Received 18 BID SUBMITTAL INSTRUCTIONS: The following Items must be completed and submttted with your bid on or before the bid openippq deadline of 10:00 AM on January 29 2024: 1) Pages 8 thru 20 of the Bid Specifications and/or Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *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. B2400045 19 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. #62400045. 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 contact, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM MRC Services BUSINESS ADDRESS 5350 Yulle Rd CITY, STATE, ZIP CODE Strasburp Colorado, 80136 TELEPHONE NO 720-2111 -fiQ FAX 3034222-9145 TAX ID # 652-18-4882 PRINTED NAME AND TITLE Ty Miller Project Manager SIGNATURE �_ IILOry E-MAIL mreservice. .23 DATE 1/28/2024 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-; ATTEST: Weld C BY: lerk to the Bo Deputy Cler /to the, 02400045 tel.0;4. BOARD OF COUNTY COMMISSIONERS WELD COUI�T�,-G'6L���9�, Kevin D. Ross, Chair O rts MAR 1 3 2024 20 c•zootik 9700-0.2 Fom W-9 deew Wood Mid I=1.1. u.'"'.a""Msy fi a Request for Taxpayer Identification Number and Certification P. Go to weetwAregotOtaanWli for tn.oweons and the l te.t.tbrm.. adwt,a 9.ftwe on you peon tot MiumPaiviefi emu. an do na woo Nis ma tit m �I e.n r t +er 111O1....v- * DunessC waynentdFdrentkm*bra Pe) C V- C Ys ITLC.. Cheek append bond tar Weil tic careeoekst die meson whose ranch. r rrr .. on Dm 1, cheat Bray stn a eM Mono mad bows. ❑ s,dMistAi rdr ern. or 0 c Q morete n Z flarpe.attoh 0 ta.e►rrrp ❑ 1(uet/a.sst. ❑ dune Addy and. Bid deed ormita non p.C onoul n, a.8 eerpawbn, P.Armend ttee.c t pr ohs sheer in air hen. More ke eAp koria ........p %4 e+a+r oo na adroit ds.ucr wane 4C rrt beet innoteorsrliwomer far u.IL-faimeter pupas.., Mown, eircteme(Lc the ❑ marina br ruollone. Anfezar. w..t. mo n credo fit) Sin r•aueerr. on end 15P ft% Ohs Form to the faadd.dbi, Do not send tatit, IRd. 4 bwpe01wten oppy.yto owlein made. net innin see Memeskow on mg.* eengtpen andel* towgion son FATCA npperq Ada (awl+) /w... e..r...►..srwtal R. iinoor two. ado.= lama. TINIaysr $detttifcaton Number MN) Enter OarTlN in the appreprfata box. The T1N podded must mat.. name given on am 1 to avoid °woo onset oldhp. For bdlvtduar, this Is pointy your social security number (SSM. Noma , for a midwilliorreciirptiprbde. o► dwegwded entity, see the Imbuctions for Part I, later. For other dads, 8 Is your employericidalltncertioniber (EIN). If you do not have a numbs►, see How to 00f. TIM w. Noise M e. semi la in mote Own one name, me the Intruders for One 1. Also me What Name and Nnh6.r To Oho the Rrpusmr for gukfoOnoo on whom number to enter. [EN osininkin thdr need w of Only, I codify Viet 1. The n iad shown on fhb ken is my correct tan er, Ident1catlon number (or I am twitting fora number to ea levered to me) and 2. I aro eel adduct to halo* withholding because: (e) I am tempt from baoisrp withhotdhg, or (b) I have na been rwrOned by the into .l undue *Moe (IRS) °td I am dialect to bias* withholding man.. of a Maur. to report all Interest or dMdrhds, or (c) th. IRS des node.d rme t. I am no iongsr dabiw1 to bwaom wIthholing; and 3. I am a U 8. dlm.n o ate► U.S. person (Maned beloot and 4. The FATCA °odds) on. on this tam M ere) hdcrilng the I am exempt horn FATCA reporting Is cone. poiadst eetrnmaa You nut came thud Item 2 above if you have been notified by the RS tint you an a:may dbl. b Os d. wt..* Coeur you nom %OW to mat ail traded and &Own on your ten roan. For tad edits trendier (tam 2 dos. cot apply. Re mongol. ahem t sae..h orabandonment rammed property, o.noei dlon d debt. contribWaree to en Ince*. mamma ansrhgsnhsrd QtW, and 9Mtwsty. Pe0 b otl+Ir dinar, _ are not regtded to sign the c.rtOcabon, but you mud provide your correct TIN. See the twituc one for Pat 11, laser. I I I or 1;15 1 teMwaaauen censer -1z1gi3P1i kis General In, no Soudan MORON we to th. Intend ...rue Code unless other.Mo nerd. Fut re d.radopmseta. For the lased Information about dovelopmenla roiled br ReIT W■lt d Its tseruotinm, such es Ipblation mod.d and On were pd+dhW, go to so rev bs.pow/FomaW9 Purpose of Form M thdldAdul or wety (forrth W-0 rerarwlar} who Is required to Ors an Member (slum wen the IRS m i. obtain your oar. tamer Id.rriM wirer number (TIN) Midi may b. your social madly number (S1D4.rhdNa,t,i talp.ysr idn,Unatlon numb* °TIM. adoption homer l odfd ion number (ATIN), or wnpbyer 1dentlamtbn number PM....1p0(1 repot on n Infomhaaon retort the amount paid to you. or other amount reportable on an trtomrdtlon return. Exempt.. of InforMation returns Irhdude. but ere not UMW to, the following. • Form 1091►•INT (interest earned or paid) pats► -02 6) • Form 109PDN (iddends. Inducting (thee born stoops or nrdarsl hand.) • Form 1099-MISC (vwbtw types of income pt7aaa, anverdrr. a gross premeds) • Fonn 1099.8 (stook or mutual fund sans and ow1• t other trmearfkhna by... V • Form 10018 (proceed' horn real elate ...fore) • F0= 1099 -K (tttstohent clod and third poly network bar.. th.01 • Fenn 1098 (home m.p.g. inure* .1096E (studnht ken lAredt). 10964 (tuition) • Fonn 1009`C (canoe,.d debt) • Form 1099-A (sogul.Mon or abandonment of sassed prepay) Use Fenn W -g only n you aro a U.B. parson (Including a maid. allen), to panicle your oornot 11N. N you do not Mum RIM W-9 to the (Wooster wkh a TIN. you mane be aubloct to oacnvp wletbatik p. Sad What l bsclap withholding, bier. Cm. fia 10Z31X Form W4I(Rev.1d201a) Scanned with CamScanner ACO OR � CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDI1ryYY) 6/29/2023 THIS CERTIFICATE IS ISSUED AS A'MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMAIIVBLY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE lbsf/iNG 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 FeCT Alpssa A Sailer NAME. _..._ [.._,._._._ L A Roe Agency, Inc. i"aD N, teci (303) 684-9034 j a N,4, (303)684-N46 829 Main Street #2 E'"""IL la laroea enc corn .���s: rty� 9 Y . Longmont, CO 80501 INSUREIRS) AFFORDING COVERAGE I NAIL N INSURER A : Artisan and Truckers Casualty Company ` 10194 INSURED MRC Services INSURER B : Ty Miller INSURER C: INSURER D: 5350 Yulle Rd INSURER E : i( Strasburg, CO 80136 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES INDICATED. NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY EXCLUSIONS AND CONDITIONS OF SUCH INSft'. LTR t TYPE OF INSURANCE OF INSURANCE LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY PERTAIN, THE INSURANCE AFFORDED BY POLICIES UMITS SHOWN MAY HAVE BEEN ADD BHT WCn crud l POLICY NUMBER ' ISSUED TO CONTRACT THE POLICIES REDUCED BY � P'OLI�Y EFF 1MMIDWYYYYI THE INSURED NAMED ABOVE FOR THE POLICY PERIOD OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, PAID CLAIMS. PbLIC EXP 1MMIDOIYYWI LIMITS f X I COMMERCIAL GENERAL LIABILITY CLAIMS -MADE Imo` OCCUR I ; EACH OCCURRENCE ,,,,. .a„Q,,ggnce) $ 1.90 $ S(00 i ( tp I MEO EXP (Any one person) $ 5,000 t A I~ X PGR944554034 6/29/2023 6/29/2024 PERSONAL 8 ADV INJURY $ 1,000,000 $ 2,000,000 GEN'L AGGREGATE LIMIT APFUES PER GENERAL AGGREGATE X POLICY T ( I .1 LOC PRODUCTS - COMPIOP AGG $ 2,000,000 OTHER: AUTOMOBILE LIABILITY ANY AUTO A _ AOWNED UTOS ONLY I E ALITEDULED HIRED > (�NOWNED AUTOS ONLY AUTOS ONLY X : { 971122140 6/29/2023 ' CONIBINEDSINGLE LIMIT I BODILY INJURY (Per Person; 6/29/2024 BODILY INJURY (Per accident) PHOWRTY ).—.E (� OCCdem).__ ---_ $ 1 000'000 $ $ UMBRELLA LIAR OCCUR I LIAR EXCESS .!.�_.-.__...�___......-_........=CLAIMS-MADEA N $ ! i EACH OCCURRENCE AGGREGATE $ WOR ERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIFJI.ECUTIVE V ( N I I PER r1 0TH- .,,._._STA,TSITE 1 E.R___ ' E L EACH ACCIDENT $ -...._ ._�.. _......_.. $ OFFICERIMEMBER EXCLUDEDT N I A (Mandatory In NH) H yyes describe untler DESERIPTION OF OPERATION6 belay '.. E L. DISEASE - EA EMPLOYEE EL DISEASE - POLICY LIMIT DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) Certificate holder and owner is included as Additional Insured as required by written contract but limited to the operations of the Insured under said contract, per the applicable endorsement with respect to the general liability policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE SOLV Energy, LLC THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 16680 W Bernardo Dr ACCORDANCE WITH THE POLICY PROVISIONS. San Diego, CA 92127 AUTHORIZED REPRESENT )fl; Lkozkej Li i ACORD 25 (2016/03) © 1988ti 0ACORD COR f ORAXIOtO AR�ighi�3'reserved. The ACORD name and logo are registered marks of C RD Tina Booton From: Sent: To: Subject: Attachments: Ty Miller <mreservices23@gmail.com> Thursday, February 29, 2024 1:30 PM Tina Booton Re: Weld County contract W-9 MRC Services 2024.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Here is the W-9 as a PDF. Also, we do not have workers' compensation because we do not have any employees at this time. That may change in the summer and if that does I will add it to my insurance as well as update you guys. Thanks. On Thu, Feb 29, 2024 at 12:28 PM Tina Booton <tbooton@weld.Rov> wrote: Also, I just noticed that you don't have workers compensation insurance. Can you please send a statement as to why you don't have workers compensation? Thanks. Tina Booton Weed Division Supervisor Weld County Public Works PO Box 758; 1111 H Street Greeley, CO 80632 970-400-3770 www.weldweeds.ory 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: Ty Miller <mreservices23@gmail_com> Sent: Thursday, February 29, 2024 12:09 PM To: Tina Booton <tbooton(alweld.gov> Subject: Re: Weld County contract Rose Everett From: Sent: To: Subject: Attachments: Ty Miller <rnreservices23@gmail.com> Sunday, January 28, 2024 8:23 PM bids MRC Services Bid For Mowing in Weld County Mowing bid Weld County,pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. To whom it may concern, Good afternoon, please find the attached bid for the mowing in Weld County. If you have any questions or concerns please feel free to contact me. Thank you. Ty Miller MRC Services Project Manager 720-281-6890 5350 Yulle Rd Strasburg, Co 80136 1 Contract Form Entity Information Entity Name MRC SERVICES LLC Contract Name * ENFORCEMENT MOWING CONTRACT Contract Status CTB REVIEW Entity ID* @00048126 Q New Entity? Contract ID 7900 Contract Lead TBOOTON Contract Lead Email tbooton@co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Description ENFORCEMENT MOWING COMPANY FOR CARRYING OUT ENFORCEMENT ON PRIVATE LANDOWNERS WITH NOXIOUS WEEDS. Contract Description 2 Contract Type* CONTRACT Amount* $2,500.00 Renewable* YES Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.co Department Head Email CM-PublicWorks- DeptHead@weldgov.com Bid/RFP #* County Attorney B2400045 GENERAL COUNTY ATTORNEY EMAIL Requested BOCC Agenda Due Date Date* 03/09/2024 03/13/2024 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES 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 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 * 01/15/2025 Renewal Date * 03/13/2025 Committed Delivery Date Expiration Date Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 03/11/2024 Approval Process Department Head .CURTIS HALL DH Approved Date 03/07/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/13/2024 Finance Approver CHERYL PATTELLI Legal Counsel ADRIA SCHIEL Finance Approved Date Legal Counsel Approved Date 03/08/2024 03/11/2024 Tyler Ref* AG 031324 Originator TBOOTON
Hello