Loading...
HomeMy WebLinkAbout20210902.tiffco*, 0,(+ V2 " CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND (GRC Consulting, Inc) This Agreement Extension/Renewal ("Renewal"), made and entered into eay of .WW 023, 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 GRC Consu(tlne. Inc., 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, 20210902, approved on March 29. 2025. 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 First Extension Agreement will end on March S. 2023. • The parties agree to extend the Original Agreement for an additional one-year period, which will begin March 6.2023, and will end on March 5. 2024. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the pantie s. 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. This is the second year of two possible extensions. 2. Each bid line item is increasing by 2%. Thls is below the ENR average cost index, 3. The PO will not exceed $3000. • 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: Printed Na e ,rte7.,�; Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair FEB 0 8 2023 ATTEST: Weld Co BY: �cvre.t�i- Plofn63— (Z/C6/23 ,WdrAyti Jetio;ok to the Bord . Deputy Clerk to it Boar:: I 1 t ) zozi-c7,9�z G1/426 ECG CU i°1 GRC CONSULTING„ INC. Construction Management & Solutions BID NUMBER: #B2100050 WELD COUNTY ENFORECEMENT SERVICES/MOWING AND SPRAYING SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: REQUEST FOR ENFORCEMENT SERVICES MOWING AND/OR SPRAYING WELD COUNTY COLORADO - COUNTY WIDE PROJECT LOCATIONS I. Purpose Weld County is 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. Scope of Services The Weed Division 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 purpose of this bid is to establish the basic costs of various items such as different classes of mowing and different classes of herbicide treatment so that the County can, on relatively short notice, have noncompliant lands 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 working 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 order. All permits, licenses, fees and traffic control associated with any work under this Contract are the responsibility 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 terms 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. 82100050 11 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 III 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. 02100050 12 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. B. Herbicides Allowed 1. 2, 4-D 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 Imazapic 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. Garlon 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. The 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 for a period of 90 days following application. Translocating herbicides will be used to insure some root control and reduction of existing weed stands. F. Safety Clothing and Equipment for Applicators Spray applicators 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 until minimum safety requirements are met. G. Equipment Inspection The County may 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 shall be cut to a height of not more than six inches. All seed heads and stems must be completely severed from the basal portion of the plant. Areas mown must be uniformly cut with no skips or weeds left 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. B2100050 13 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. 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 activities such as, but not limited to: time spent gaining access; time required to secure Weed Division or Sheriff's 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. 82100050 14 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. Notice 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 jobs 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 and agreement with the Contractor's 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 Contractor's 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 EXT. 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 information 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 or 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. Billing — 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. 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. B2100050 15 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 Notice to 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 Bid Costs Acres Quart/Pint/Oz. Hours Current Job # Acres Current Job Est. Cost 1 Class I 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 Subtotal: Extra Items Region 1 Region 2 Region 3 Region 4 _ Set -Up Charge** Total Estimated Cost: - Contractor's Signature: Actual Start Date and Time: Actual End Date and Time: County Weed Division Supervisor: Herbicides: 1. Trade Name EPA Registration # Application Rate Date: Date: 2, Trade Name EPA Registration # Application Rate Temperature F Wind Direction and Speed _ Soil Condition: Wet Dry Cloud Cover B2100050 MPH 16 Exhibit B Regions of Weld County B2100050 17 BID ITEMS FOR MOWING CONTRACT All spaces must contain a bid price in the units indicated if bidding on the mowing contract. Bid Item Region 'I Region 2 Region 3 Region 4 Class I '� o i �o� C� 75. 00 1` X15, 00 oQ Class II 9 , 0C 11O O ' 5 oQ '1 t75 Class III Q 1.S,�� Q 4NNO, 00 4/c0,00 II mowing bid prices are on a per acre rate. Set-up charge per parcel: Region I Region H Region III Region IV i ''Lk, 4`15O, l 6 o ' /6O 0 CO Down -Time Charge: 3 !� ii DO per hour Respectfully submitted: Firm or Business Name: 6Ec a ,inc‘ By: Gernt_o (si'ks ° N Address: P D. oo`A 1) 9 Date: a? - ,R U/ „cal -0 osition or Title: fig r'c,tte-,7 Aclprick, 1t) (0530 fl.09?9 Phone Number: 303 - Jfl - 9903 B2100050 18 BID ITEMS FOR SPRAYING CONTRACT All spaces must contain a bid price in the units indicated if bidding on the spraying contract. B Bid Item Region 1 Region 2 Region 3 Region 4 Class I Class II Class III Class IV 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: Region I Region II Region III Region IV Down -Time Charge: per hour Herbicides Cost per Ounce Expected Rate of Use per Acre 2, 4-D Amine 32 Oz Dicamba / 1 32 oz Vista XRT or Fluroxypyr _ 20 oz Telar XP A1 2 z o Milestone 1 7 / 7 oz Plateau or Imazapic 8 oz Rejuvra 5 oz Garlon 3A or Triclopyr aquatic 1 gallon them : 1 gallon H2O 90% Non -Ionic Surfactant 32 az/100 gallons _ Methylated Seed Oil Surfactant 32 az/100 gallons Respectfully submitted: Firm or Business Name: By: Address: Date: Position or Title: B2100050 Phone Number: 19 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 to be used. (,C hen becAi , 4r; .a L, ,i 4,14-rocib /S 1Ccvurf" 7l as/ST, 4yplca /�/ ve �' / t Ire/c/.r 7Xtr ! n��i t� P/a/S of $,�ler/yS, /?chf dkc !!�'d; 1Jt ow 4.) Q SNto %l f%eiL o T� 7 sr /�rs avd Mkt thcks ct.s will Os Zelo /,re. Mo-k 4'l,01 VO/re..j ©74 ,IJrod) rtay.s <F w (40 44,;,. S', Pica le ot.. 04(1-4 erc ,� t f /'s t`SscLo Please provide contact information for at least three (3) business references. Name: 091,„,„,,O lI ' 5 Name: OA*,f ,4sv ,i /eucr/ r Address: 4d,// /2c,ef C Address: Phone: 3O3 -9a3 -.2a) g, Service provided and dates: Service provided and dates: vvv-�r.arn;�r� SAM r .7o .,�.� ,e ,d r,,noi, 5,44.1r( 07020) Phone: 303 7X9- roii Name: MIa4sr>�,�,c,v Address: ,v� l- `, lot /Cec-4, A/ Phone: *3- 511 -9(35 Service provided and dates: `,y, 4+s o ADDENDA: Addendum Number 82100050 Name: _ Address: Phone: Service provided and dates: Date of Addendum �fulTry Date Received 5;‘,76,) / 20 The undersigned certifies that he has examined the specifications and instructions to bidders and has submitted a bid in full compliance and without collusion with any other person, individual or corporation. PLEASE READ THIS PARAGRAPH AND CHECK THE BOX BELOW V I understand that I must provide proof of insurance if awarded this bid. I also understand that the award may go to the next lowest bidder if I do not provide proof of insurance within the required 10 days after Notice of Award. 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 proposal for Request No. #B2100050. 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 proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal 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 to the best interests of Weld County. FIRM 6i2C BY 6EQac.n Cmswv (Please print) BUSINESS ADDRESS 0.6. &u 99 7 CITY, STATE, ZIP CODE #d. r, k , Ce) V0530 O ' 09 9 TELEPHONE NO k3 - AV&-4f9U_3 FAX TAX ID # A76 -105599 SIGNATURE DATE 2 -29 -&J E-MAIL 3trrlt@ rr - emsvii-Zy. WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. DO NOT NEED TO SEND BACK PAGES 1 -10. THANK YOU! 82100050 21 ADDENDUM#1 BID REQUEST NO. B2100050 ENFORCEMENT SERVICES/MOWING & SPRAYING PUBLIC WORKS DEPARTMENT — WEED DIVISION 1) When this bid was posted on BidNet, physical submission of bid was selected. We are no longer accepting hard copies of bids. Bids must be emailed to bids@weldgov.com. 2) When this bid was posted on BidNet, the conference ID was incomplete. The phone number and conference call ID are provided below: Phone Number: (720) 439-5261 Conference ID: 434922464 QUESTIONS & ANSWERS 1) Are there any set areas to be mowed or is it all just enforcing weed control on homeowner land? No set areas to be addressed, It is all enforcement work on private land. 2) Any area that needs to be mowed does it need to be sprayed as well? Lands will either be sprayed or mowed, but not both, ***We need signed cony on file with your bid. Thank you!*** Addendum received by: G2C 6,Ase,/4aq FIRM P. o,bov ) Y? ADDRESS I Ecct, to u550 - 0922 CITY AND STATE GcrA.LO ( 4,e snev - Pipeo& cri BY e t7 i) tiro. C��Ju�i`t.� r 4cI— EMAIL February 5, 2021 Form W-9 (Rev. October 2018) roll nine Service ry 1v C a 'n Request for Taxpayer Identification Number and Certification I. Go to www.irs.gov/Farm W9 for instructions and the latest information. 1 Name (as ohim on your Income GRC Consulting, INC 2 Business n8me/dinegended entity name, if GRC Consulting, INC 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. ❑ Individual/sole proprietor or ) C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate single -member LLC ❑ Limited liability company. Enter the tax classificellon (C=C corporation, SeS corporation, P=Parnership) Notes Check the appropriate box In the Yoe above for the tax classification of the single -member owner, De not check LLC It the LLC la classified as a single -mambo. LLC that le disregarded from the owner unless the owner of the LLC la another LLC that (e not disregarded from the owner for U.S. federal tax purposes...wise, tingle -member LLC that to disregarded from the owner should cheek the appropriate box for the tax classification of its owner, o Other (see instructions) ► Give Forrn to the requester. Do not send to the IRS. Is required on thiail. do not issue ihla floe b fl above ti Address (num PO BOX 777 apt, or suite no.) See 8 Gity, state, and ZIP code Frederick, CO 80530 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3), Exempt payee code (If any) Exemption from FATCA reporting code (if any) (Apples to accounts maintainsdoutside the U.S.) aquastar`s name and address account n - 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 entitles, it is your employer identification number (EIN). If you do not have a number, see Now to get a 175, 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. - Certification Under penalties of perjury, I certify that: 1, The number shown on this form is my correct taxpayer Identification number (or I am waiting fore number to be Issued to me); ono 2. I am not subject to backup withholding beoauae: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I em subject to backup withholding es a result of a taboo 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. The 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 currently subject to backup withholding because you have tailed to report et interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage Interest paid, aoquisftlon or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement ORA), and generally, payments other than Interest and dividends, you ere nowt gtlir ! to certification, but you must provide your correct TIN. See the Instruction for Part II, later. Sign Signature of Here U.S. person ► Soclel tatty number I I or IEmployer Identification number 2 6 2 5 9 9 7 ter` 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 published, go to www,lrs.gov/FoxmiW9, 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 social security number (SSN), individual taxpayer Identification number (ITN), adoption taxpayer Identification number (ATtN(, or employer Identification number (EON), to report on en information return the amount pall to you, or other amount reportable on an information return. Examples of Information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date!. 2:— • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and :amain other transactions by brokers) • Form 1009-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 area U.S. person (including a resident alien), to provide your correct TIN, If you do not return Form UV -9 to the requester with a TIN, you might be subject to .backup withholding. See What Is backup withholding, later. ,at. No, I MIX Form W-9 (Rev, 10 20 i 8) eilitieGrne 2020-2021 GRC EQUIPMENT LOADER 380-2 2017 WA 380-8 Komatsu LOADER 380-3 2011 WA 380-6 Komatsu LOADER 320-4 2006 WA 320-5 Komatsu LOADER 380-5 2015 WA 380-8 Komatsu HOE PC360-9 2016 Komatsu PC360-11 Hydraulic Excavator HOE PC490-17 2017 Komatsu PC490-11 Hydraulic Excavator/ 72" Bucket MINI HOE 8 2014 Takeuchi TB290 Mini Excavator TRACTOR 55 2020 John Deere 5065E Tractor TRACTOR 56 2020 John Deere 3038E Tractor W/300E Loader SKID 57 2019 Takeuchi TS80V Vertical Skid Steer SKID 58 Takeuchi TL10V2 Track Loader SKID 21 2017 Takeuchi TL12R2 Skid Steer Loader / 80" Bucket COMPACTOR 19 2013 Sakai Padfoot Roller COMPACTOR 20 2014 Sakai 5V540T Roller DOZER 60 Komatsu D155AX-8 Crawler Dozer BLADE 62 2011 Komatsu GD655-5 Motor Grader WTR TRUCK 41 2006 Mack Water Truck- White TRAILER 70 Northstar ProShot Presurre Washer Trailer TRAILER 71 2016 Trailer Size 8x25 (Jerry's) Body TC COA TRAILER 35 1994 W -W Trailer White (Enclosed) (Fuel Trailer) TRAILER 36 200116' Trailer ( Mowing Crew) TRAILER 37 200120' Diamond (Fuel Tank) TRAILER 72 201018' Big Tex Mowing Trailer TRAILER 73 2014 Kaufman Trailer (12, 000 LB) Green TRAILER 74 2014 Kaufman Trailer (12, 000 LB) Green TRAILER 31 2014 LARK 12' Trailer Black (Enclosed) Jerry's LOW TRAILER 40 2018 Dorsey 55 Ton Trailer (Low Boy) GNTRAILER 75 2020 Big Tex 30" Trailer Model 22GN25+5 Black For Wes SWEEPER18 18 2018 Isuzu Sweeper SWEEPER14 14 2018 Isuzu Sweeper SWEEPER8 8 2019 Isuzu Sweeper SWEEPER54 54 2017 Isuzu Sweeper SEMI 53 2008 Kenworth T-800 Wide Hood Tractor trailer ZMOW 48 Simplicity 50" Zero Turn Model 5900705 RMOW 49 2020 John Deere MXS Rotary Cutter TT1MOW 50 2020 Orange Turf Tiger Mower Model SMT-61V-BV-EFI TT2MOW 51 2020 Orange Turf Tiger Mower Model SMT-61V-375V-EFI TRLMOW 52 2019 Green Mowing Trailer HFTv 59 2020 John Deere 210L Tractor Loader and Rotary Deck PULD Pickup Light Duty PUHD Pickup Heavy Duty A �RLf CERTIFICATE OF LIABILITY INSURANCE DATE/1/2021) 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 AssuredPartners Colorado 4582 S. Ulster St., Suite 600 Denver CO 80237 CONTACT Jill Walsh 863-7788 Fj°'x 1,303-801 7502 AD ss: jilt,walsh@assuredpartners.com 00900R{SIAFFORDING COVERAGE _ NA1C# INSURER A:Continental Western Ins Co 10804 INSURED GRCCONS-01 GRC Consulting, Inc. INSURER B: Pinna0Ol Assurance _ 41190 INSURER c : SEGURA Insurance, A Mutual Co. 22543 PO PO Box 77s7 Frederick CO 80504 INSURER 0 : Gemini Insurance Company 10833 INSURER E! INSURER F ERA ES CERTIFICATE NUMBER: 1138607374 • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDLIUf3R tit' VYVD POLICY NUMBER LUDDIEFF lMtAIRD/YYYYI "L'0YE41 iMMlD�FYYt LIMITS D X COMMERCIAL GENERAL LIABILITY VCGPO25478 4/1/2020 4/1/2021 EACH OCCURRENCE -ITAMAGE� $1000,000 CLAIMS -MADE �� OCCUR .- „_ I ED -V N0.A.11.--, 11 $ 50,000 ....-._.... ...__..._._...__._�.�___��_.. -_ MED EXP (An,,,,,,,,,L_$ rsan/,$ 5,000 PERSONAL & ADV INJURY $1,000,000 GENII AGGREGATE LIMIT APPLIES PER: [( GENERAL AGGREGATE $2,000,000 1 POLICY rii JEC . Li i LOC I { PRODUCTS - COMP/OP AGG $ 2,000,000 I OTHER: $ AUTOMOBI LE LIABILITY CAA309148525 4/9/2020 4/9/2021 E�OaMalN$INGLELIMIT $1,000,000 X ANY AUTO BODILY INJURY (Per person) __, OWNED AUTOS ONLY SCHEDULED ,a,._, AUTOS BODILY INJURY Per accident ( ) $ HIRED NLY NON -OWNED AUTOS ONLY UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCES`S''�LIIAB �C_LAIMS-MADE V AGGREGATE $ ED ] RETENTION $ {.. $ 6 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 4154892 4/1/2020 4/1/2021 ( X I gTUTE 1 OER Y / N PR IETOR/PARTNERIEXECUTIVE N/A E.L. EACH ACCIDENT $1,000,000 CTrCRE OFFICERIMEMBEREXCLUDED? (Mandatory in NH) _ El, DISEASE - EA EMPLOYEE, $ 1,000.000 IF yes, describe under DESCRIPTION OF OPERATIONS below El, DISEASE - POLICY LIMIT $ 1,000,000 C EquipmenlFloater Equipment Leased or Rented 20CP003269970 4/9/2020 4/9/2021 Catsstro Limit De Limit 2,583,759 5,000 250,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Evidence of Insurance CERTIFICATE HOLDER CANC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Weld County Public Works PO Box 758; 1111 H Street Greeley CO 80632 AUTHORIZED REnREseNTArtvE i _ (_ ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Informantn Entity Name. GRC CONSULTING INC Entity ID* @00043570 Contract Name* ENFORCEMENT SERVICES MOWING CONTRACTOR Contract Status CTB REVIEW Contract ID 6662 Contract Lead TBOOTON ❑ New Entity? Parent Contract ID 4580 Requires Board Approval YES Contract Lead Email Department Project # tbooton@co.weld.co.us Contract Description ONE OF TWO MOWING CONTRACTORS TO CARRY OUT ENFORCEMENT PROCEDURES ON PRIVATE LANDS WHEN LANDOWNERS DO NOT COMPLY WITH THE NOXIOUS WEED ACT AND THE 10 -DAY LEGAL NOTICE ONCE RIGHT -OF -ENTRY HAS BEEN GRANTED. Contract Description 2 Contract Type RENEWAL Amount S3,000.00 Renewable NO Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.com Department Head Email CM-PublicWarks- DeptHeadc eldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EY aWELDG OV.COM If this is a renewal enter previous Contract ID 5631 If this is part of a MA enter MA Contract ID Requested BOCC Agenda Date 0215:2023 Due Date 02;11,2023 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 On Base Effective Date Review Date. 01?01/2024 Renewal Date Termination Notice Period Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head .CURTIS HALL DH Approved Date 02x`02/2023 Final Approval B©CC Approved BOCC Signed Date 00CC Agenda Date 02£`0812023 Originator TROOTON Contact Type Committed Delivery Date Contact Email Finance Approver CHERYL PATTELLI Expiration Date* 03/04/2024 Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 02/03/2023 Tyler Ref # AG 020823 Legal Counsel BRUCE BARKER Legal Counsel Approved Date 02/03/2023 Corrh'aCi tpli5(o31 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Renewal of Enforcement Contractors DEPARTMENT: Public Works DATE: February 22, 2022 PERSON REQUESTING: Tina Booton Brief description of the problemlissue: 2021 was the first year of the bid for the enforcement mowing and spraying contracts. Therefore 2022 is the first year of a possible two-year renewal of the existing bids. The Consumer Price Index is 7%. Three of the four contractors from 2021 have agreed to keep their prices the same or under the CPI for 2022 and want to be used as the County enforcement contractors. The fourth contractor exceeds the 7% CPI and will be excluded from this contract. The contractors extending their contracts were responsive when contacted in 2021 and this spring. There were no issues with any of these contractors. • OneCor Services would like to renew their spraying contract at the same prices as in 2021. • Halcyon Construction, Inc. would like to renew their mowing contract at the same prices as in 2021. • GRC Consulting, Inc. would like to renew their mowing contract at 2% increase on the bid prices from 2021. • Weed Man contract for spraying will not be renewed. What options exist for the Board? (include consequences, impacts, costs, etc. of options): A. Accept the three contract extensions that kept their prices for the mowing and spraying enforcement contracts, while rejecting the fourth business that requested renewal at a rate higher than the CPI. These contractors allow us to work with negligent landowners and bring them into compliance with the State Noxious Weed Act and Weld County Code Chapter 15. Enforcement is the last option we utilize to achieve compliance. B. Re -bid the mowing and spraying enforcement contracts. Recommendation: A. Accept the three contract extensions for the mowing and spraying enforcement contracts that meet the terms of the contract. Approve Recommendation Perry L. Buck Mike Freeman, Pro -Tern Scott K. James, Chair Steve Moreno Lori Saine ConWA-4" 17(fAI ee% ZOO-- CC1°G2` d3/bit/Z2 a� EGb0`I9 Schedule Work Session Other/Comments: Tina Booton From: Sent: To: Cc: Subject: Jeff Long <jeff@grc-consulting.net> Monday, January 10, 2022 12:36 PM Tina Booton Brian Clingan; Mike Kresnik RE: Weld County Enforcement Contract 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. Hi Tina, We would like to renew the contract, with fuel increases we need to add 2% to each line item please. Let me know what you need from us and we will get it done. Thank you, Jeff Long Senior Estimator GRC Consulting, Inc. PO Box 777 Frederick, CO 80530-0777 Office 303-288-4703 Cell 720-937-5775 jeff@grc-consulting.net GRC ('() SULTING LN('. Website: http://grc-consutting.net/ From: Tina Booton <tbooton@weldgov.com> Sent: Friday, January 7, 2022 7:38 AM To: Jeff Long <jeff@grc-consulting.net> Subject: Weld County Enforcement Contract I am working on getting everything put together for this coming weed season. I know we didn't do much in terms of enforcement last year with landowners, however it is good knowing that we have your assistance if needed to get compliance from landowners. As such, I wondered if you wanted to renew the contract for a second year? If so, would there be an increase in costs? Please let me know so I can begin the paperwork on my end. Sincerely, Tina Booton Weed Division Supervisor t Christie Peters Oir-\\rm,c,S€ From: Sent: To: Subject: Attachments: Jeff Long <jeff@grc-consulting.net> Wednesday, February 24, 2021 3:47 PM bids Weld County Bid Number 82100050 Enforcement Services -Mowing and Spraying -- GRC Consulting.pdf Weld County Bid Number B2100050 Enforcement Services -Mowing and Spraying -- GRC Consulting.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 cont2 1t is safe. I hereby wive right to a sea bid. Please accept our attarhied proposal. Thank you, Jeff Long Senior Estimator GRC Conflating, iWUg, I lc. PO Box 777 Fredrick, CO 80530-0777 Office 303-288-4703 Cell 720-937-5775 jeffthgrc-consuitincj net R,. ; RC ( ON L *IATI NC . INC. Website: ht p:J/grc-ccnsuIting,net! 1 4 Tn/r,''b₹>i`('MRw7'i kTsi 7,jr. CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND (GRC Consulting, Inc) This Agreement Extension/Renewal ("Renewal"), made and entered into 7 day of February, 2022, 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 GRC Consulting, Inc., 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. 20210902, approved on March 29, 2021. 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 5, 2022. • The parties agree to extend the Original Agreement for an additional one-year period, which will begin March 6, 2022, and will end on March 5, 2023. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change fs hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. This is the first year of two possible extensions. 2. Each bid line item is increasing by 2%. This is below the ENR average cost index. 3. The PO will not exceed $3000. • 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: Signature BOARD OF COUNTY COMR1ISSIONERS WELD CNTY, COLORADO Scott James, Chair ATTEST: Weld Co BY: MAR 0 D 2022 Deputy Clerk t f e Bo. rd WO (1(y JLTIN Ur Congruction Management ent 8 Sou Lions F RECE LD C CES/r:\A I NG SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: REQUEST FOR ENFORCEMENT SERVICES MOWING AND/OR SPRAYING WELD COUNTY COLORADO - COUNTY WIDE PROJECT LOCATIONS I. Purpose Weld County is 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. Scope of Services The Weed Division 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 purpose of this bid is to establish the basic costs of various items such as different classes of mowing and different classes of herbicide treatment so that the County can, on relatively short notice, have noncompliant lands 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 working 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 order. All permits, licenses, fees and traffic control associated with any work under this Contract are the responsibility 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 (for a total of three possible years). The extension option may be exercised providing satisfactory service is given and all terms 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. B2100050 11 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 III 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 stun -c 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 H 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. E32100050 12 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. B. Herbicides Allowed 1. 2, 4-D Amine 2. Dicamba 3. Vista XRT or Fluroxypyr 4. Telar 5. Plateau or Imazapic 6. Milestone 7. ReJuvra 8. Garlon 3A or Triclopyr aquatic 9. Surfactant: 90% non-ionic active 4.0 lb. active ingredient per gallon 4.0 lb. active ingredient per gallon 2.8 lb. active ingredient per gallon 75% D.F. 2.0 lb. active ingredient per gallon 2.0 lb. active ingredient per gallon 1.67 lb. active ingredient per gallon 3.0 lb. active ingredient per gallon 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. The 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 for a period of 90 days following application. Translocating herbicides will be used to insure some root control and reduction of existing weed stands. F. Safety Clothing and Equipment for Applicators Spray applicators 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 until minimum safety requirements are met. G. Equipment Inspection The County may 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 shall be cut to a height of not more than six inches. All seed heads and stems must be completely severed from the basal portion of the plant. Areas mown must be uniformly cut with no skips or weeds left 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. B2100050 13 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. 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 activities such as, but not limited to: time spent gaining access; time required to secure Weed Division or Sheriff's 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. B2100050 14 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. Notice 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 jobs 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 and agreement with the Contractor's 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 Contractor's 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 EXT. 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 information 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 or 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. Billing — 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. 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. B2100050 15 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 Notice to 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 Bid Costs Acres Quart/Pint/Oz. Hours Current Job # Acres Current Job Est. Cost 1 Class I 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 Subtotal: Extra Items Region 1 Region 2 Region 3 Region 4 Set -Up Charge** Total Estimated Cost: Contractor's Signature: Date: Actual Start Date and Time: Actual End Date and Time: County Weed Division Supervisor: Herbicides: 1. Trade Name 2. Date: EPA Registration # Application Rate Trade Name Temperature Soil Condition: Wet EPA Registration # Application Rate 82100050 Wind Direction and Speed MPH Dry Cloud Cover 16 Exhibit B Regions of Weld County �oN�W -7—yn/' 77(4/ 770." A, 7-7,✓ 684% r2674., IZ&/4, b5fw 12434, tg4Pu g6ft.+ £ OJ g&-104) gat.) ,es"?,,,, 257,4, -..--aexwnwwwaea.r �a meow atria an w ee ittrit rau n e1. a re aw !la to pa arague..,«,..Igo r,trn ,nu.rnrurr.w,urr.ur,rru.. t/ It .O : 4, —11.1REGI0N /1— Norman UW •— 77?../ N T7ry BID I T `OR MOWING CONTRACT All spaces must contain a bid price in the units indicated if bidding on the mowing contract. ... Bid Item Region 1 Region 2 Rion 3 Region Class I , Q �,- 1750 X5.0 Glass I ! . � © ` � � 1 1_3 . 00 Ea -Leon____ Glass II! m • g bid prices are on a per acre rate. Set-up charge per parcel: Region I /5o,oO Down -Time Charge: Respectfully submitled:. Region II Region III 16n fl1UQ ... per hour Firm or Business Name: -. 6EC v l� � n .--r � c r ter. By: (peocito. Address: p - HI / Date: . .•�„ v 82100050 rff6asition or Title: PR rr� , o ,v ---- _ r cam' Phone Number: .20_3 ,,,2a," 9/.20 Region I( 18 4- • • • es wrISMMICogia.N....NYM..AWe....NCEL.iJ................_• . w,. _� �....__ 4 CON/.4l'Wuy..y..p. wn.. .VM...WY.v. ntw.Ss\ . ey.Jy.VM:\'._.NmINW.. Nivea vrn. ww.r.mwrw..r;—...,'w,h .s..?tnnenr.ry,-wv.r ITEMS FOR `SPRAYING CONTRACT AN spaces must contain a bid price in the units indicated if bidding on the spraying contract. Bid Item Region 'I Region 2 Region 3 Region 4 Class 1 _ Class II Class 111 4 Class IV - 1 es is 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: Region 1 Region 11 Region III Region IV I Down -Time Charge: per hour Herbicides Cost per Ounce Expected Rate of Use per Acre 2, 4-D Amine W 32 oz Dicamba 32 oz Vista XRT or Fluroxypyr f ,r 1 20 oz Telar XP 2 oz t----- i Milestone fir l 7 oz Plateau or Imazapic �`J 8 oz Rejuvra 5 oz Garcon 3A or Triclopyr aquatic 1 gallon chem : 1 gallon H2O 90% Non -Ionic Surfactant 32 oz/100 gallons Methylated Seed Oil Surfactant 1 32 oz11 00 gallons 1 Respectfully submitted: Firm or Business Name: 3 d 1 I I 1 / / ' t B y : . ''' • .rl Position or Title: Address: Date: Phone Number: t B2100050 -hiw.........._._ 'A1W" - PA:A ,,,N !'rla"Wie77:tX+,` i `ka'' ;*?.:N T;cn c "S.:. w4WeP ,. N"'M: : n, 19 Tv. ..yrr...- Experience and References Pleas rovide a brief description I f your experience with spraying or mowing. indu de years of work, types of projects worked on and any other pertinent information available., Describe equipment to be used. d cck S 0 S C Pero/k ;fir 4 ?cid/ HMO /7_I (�-Gf a F 171 7-243a ii aid MJti/ 11-zo 3' a z _ nit - 9.4 Please provide contact information for at least three (3) business references. Name:.4 Address: Phone: Service provided and dates: fl(:s •, /in I Name: M6k7 ( m n itdit } Address: 1 ,1tal4 /24c -I Si_ Name: =(. hO,A t T Address: Phone: Y, is -);, Service provided and dates: -end iii e dc; te'41B•f F' 67.6 2 Name: Address: Phone: /3 sA - 9(3 5 Phone: Service, provided and dates: 04,1,...Ki pis c r An ir ,a), ADDENDA: Ad endum Nurnoer B2100050 Service provided and dates: Date of Addendum Date Received 2.0 •.n -al 0oynl•u • ♦ • • .n — a • ow •• �e'CdYA/M.11AW.eV.t6Y'F]n:.L�l:A�0MM4te:Fw4.oS/1d94E.lY.�ati.i�.1n ;..Gr..Y The undersigned certifies that he has examined the specifications and instructions to bidders and has submitted a bid in full compliance and without collusion with any other person, individual or corporation. PLEASE READ THIS PARAGRAPH AND CHECK THE BOX BELOW i understand that I must bid. proof of insurance if awarded this I also understand that the award may go to the next lowest bidder if ! do not provide proof of insurance within the required 10 days after Notice of Award. The underslgne., , 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 proposal for Request No. #B2100050. 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 proposal sheets_ 4. The signed bid submitted, all of the documents of the Request for Proposal 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 to the best interests of Weld County. FIRM 6 r" C �.�sq /AA) BY BUSINESS ADDRESS Qn �,k 97') DATE q2-029-&1 (Please print) CITY, STATE, ZIP CODE 0999 TELEPHONE NO 30) 3 - r ( --LO FAX TAX ID # O26 10 5 SIGNATURE _ 1 . &selra/ E-MAIL , t `l'�.- r-' WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. DO NOT NEED TO SEND BACK PAGES 1 1 0.THANK YOU! B2100050 21 N M #1 ID -'`'E, s EST NO. B2100050 ENFR E ET SElattiCESINIONN PRAYING PUBLIC WORKS DEPARTMENT WEED DIVISION 1) When this bid was posted on BidNet, physical submission of bid was selected. We are no longer accepting hard copies of bids. Bids must be emailed to Ws weido'.corn. 2) When this bid was posted on BidNet, the conference ID was incomplete. The phone number and conference call ID are provided below: one Number: (720) 43,-5261 Conference ID: 4349224 gUESTIo Ns & ANSWERS 1) Are there any set areas to be mowed or is it all just enforcing weed control on homeowner land? No set areas to be addressed. It is all enforcement work on priv%ennnt. 2) Any area that needs to be mowed does it need to be sprayed as well? Lands t ili e $ther be sprayed or mowed, ut not both. e need sined Copy on file with your bid. Thank you!'" Addendum received by: C.P_C_ _ , FIRM February 5, 2021 ROI boy rnr? ADDRESS f C { w.aa.wlq': • r.. CITY AND STATE r BY r/i f) 'iCi ilvu5 o29 . J .. EMAIL T IiYf71Y.•.1:.+ •�• uvz+.0 •• • M1 v,•p{yaa.gq ••-..c n n n •. ..i.P•••••• spa..r - .nv fiK%o'Rne!�nro Vir fa^",.i1."1' •... .—a- an Crr• •w rye• nn Form (Rev. October 2018) Department of the Treasury internal Revenue Service c a� a a c 5 O Cyr. 4 a 0 C) Cn Request for Taxpayer Identification Number and certification irs Co to www.irs.gov/FormW9 for instructions and the latest information, 1 Name (as shown on your income tax return); Name Is required on this line; do not leave this line blank, CRC Consulting, INC 2 Business name/disregarded entity name, if different from above GRC Consulting, INC Give Form to the requester. Do not send to the IRS. 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. ■ Individual/sole proprietor or single -member LLC C Corporation S Corporation ❑ Partnership ❑ Trust/estate Limited liability company. Eater the tax classification ( at corporr t n, SKS corporation, P=Partnership) k' Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check LLC If the LW is classified as a einglo-n wmber LLC that is disregarded from the owner unless the owner of the LLC Is another LW that Is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC tha is disregarded from the owner should check the appropriate box for the tax classification of Its owner, [1 Other (see instructions) r 5 Address (number, street, and apt, or suite no.) See instructions. PO BOX 777 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3); Exempt payee code (If any) Exemption from FATCA reporting code (if any) (Applies fa accounts maintained outside the V.S;) 6 City, state, and ZIP code Frederick, CO 80530 7 List account number(s) here (optional) Requester's name and address (optional) 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 (FIN), 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. Certification Under penalties of perjury, I certify that: Social security number or emir • _ Employer identification number 2 6 1401 2 1 0 9 9 7 • 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 by the internal Revenue Service (lRS) 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 fame 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. The 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 currently subject to backup 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 (IPA), and generally, payments other than Interest and dividends, you are not rectal t�ig th certification, but you must provide your correct TIN. Sep the instructions for Part II, later. Sign Here Signature of U.S. person Di' General Instructions Date la- 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 published, go to wwwits. ov/ForrnW9. Purpose of Form An Incividual or entity (Form -$ requester) who is required to file an information return with the IRS must obtain your correct taxpayer Identification number (TIi,') which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number WIN). or employer identification number (EIN)y to report on an Information return the amount paid to gout or other amount reportable on an information return. Examples of information returns include, but are not limited to the following. 4 Form 1099-INT (interest earned or paid) _ -z 4 Form 1099-[)iV (dividends, including those from stocks or mutual funds) a Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) A Form 1099--S (proceeds from real estate transactions) • Form 099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan Interest), 1098-1 (tuition) • Form 1 099-C (canceled debt) O 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 Porn-) W-9 to the rAquestev with a TIN, you might be subject to backup withholding, See What is backup wevithholdIng, later. No. 1;Y F.onn \ f,_.9 (Rev. r 0 -r.r I8) Cift fC z:Mlf56s. tirs�.p=�rr4.:, cv,:�-� 2020-2021 GRC EQUIPMENT LOADER 380-2 2017 WA 380-8 Komatsu LOADER v 380-3 2011 WA 380-6 Komatsu :LOADER 320-4 2006 WA 320-5 Komatsu °LOADER. 380-5 2015 WA 380-8 Komatsu HOE PC360-9 2016 Komatsu PC360-11 Hydra.- ulic Excavator HOE T PC490-17 2017 Komatsu PC490-11 Hydraulic W Excavator/ 72" Bucket MINI HOE 8 2014 Takeuchi TB290 Mini Excavator TRACTOR 55 2020 John Deere 5065E Tractor TRACTOR 56 2020 John Deere 3038E Tractor W/300E Loader SKID 57 2019 Takeuchi TS80V Vertical Skid Steer SKID 58 Takeuchi TL10V2 Track Loader SKID 21 2017 Takeuchi TL12R2 Skid Steer Loader / 80" Bucket COMPACTOR 19 2013 Sakai Padfoot Roller COMPACTOR - 20 2014 Sakai SV540T Roller DOZER 60 Komatsu D155AX-8 Crawler Dozer BLADE 62 2011 Komatsu GD655-5 Motor Grader WTR TRUCK - 41 J2006MackWaterTruck-whlte TRAILER 70 INorthstar ProShot Presurre Washer Trailer TRAILER 71 2016 Trailer Size 8x25 (Jerry's) Body TC COA TRAILER 35 1994 W -W Trailer White (Enclosed) (Fuel Trailer) TRAILER 36 2001 16' Trailer ( Mowing Crew) TRAILER 37 2001 20' Diamond (Fuel Tank) TRAILER 72 2010 18' Big Tex Mowing Trailer TRAILER ... _ 73 2014 Kaufman Trailer (12, 000 LB) Green TRAILER 74 12014 Kaufman Trailer (12, 000 LB) Green TRAILER 31 (2014 LARK 12' Trailer Black (Enclosed) Jerry's ?LOW TRAILER 40 2018 Dorsey 55 Ton Trailer (Low Boy) GNTRAILER 75 2020 Big Tex 30" Trailer Model 22GN25+5 Black For Wes SWEEPER18 18 2018 lsuzu Sweeper SWEEPER14 14 2018 Isuzu Sweeper SWEEPER8 8 2019 Isuzu Sweeper SWEEPER54 54 2017 Isuzu Sweeper SEMI 53 2008 Kenworth T-800 Wide Hood Tractor trailer ZMOW 48 Simplicity 50" Zero Turn Model 5900705 RMOW 49 2020 John Deere MX8 Rotary Cutter TT1MOW 50 2020 Orange Turf Tiger Mower Model SMT-61V-BV-EFI TT2MOW 51 2020 Orange Turf Tiger Mower Model SMT-61V-378V-EFI TRLMOW 52 2019 Green Mowing Trailer HFTY 59 2020 John Deere 210L Tractor Loader and Rotary Deck PULD Pickup Light Duty PUHD Pickup Heavy Duty z je Vino -1 4. ittratlikergaiLIKNOWO .r .i—..n Palmy .. .. Y. ,6`A7:F.1G"aka'aYf�AYnSFdF.:':b375tS;a2TAaA�C.Td'.iki0N.''wH:wde".a'�Y<i,&.k'nk(9d!4Fe'W1KXL'C�x,n.:vLb�a�Je�3aaAm�a4:wSdVa¢:.itAt ctt ,„„..a"rte ^dal A C' TIFICATE CAT F Li I IT ANCE DATE (MM/DD/YYYY) 3/1/2021 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). .... .. .�...._.`..._ .y.. ..; . .. rwrxb of .bti ..... .r . .. Hu Ixn. •• vnW%'M M MIx 1/ F.W .. W ._. 'uw_.uvwvr'.x - PRODUCER AssuredPartners Colorado 4582 S. Ulster St., Suite 600 Denver CO 80237 INSURED CRC Consulting, Inc. PO Box 777 Frederick CO 80504 GRCCONS-01 COVERAGES CERTIFICATE NUMBER: 1138607374 CACI NAME: Jill Walsh Pr�+A1,,, �`• 303-863-7788 3a��.1.�* �5Jr ADDRESS: illimalshaassurecVartnerstcom ._._._.. INSURER(S1AFFORDING COVERAGE INSURER A : Continental Western Ins Co Aic No): 303-861-7502 NAIC# INSURERB: : Pinnacol Assurance INSURER C : SECURA Insurance, A Mutual Co. INSURER D : Gemini Insurance Company INSURER E INSURER F : r 10804. 41190 22543 10833 REVISION NUMBER: INDICATED. �aG.w.:. THIS IS TO CERTIFY NOTWITHSTANDING CERTIFICATE MAY EXCLUSIONS AND THAT BE ISSUED CONDITIONS THE POLICIES OF INSURANCE LISTED BELOW ANY REQUIREMENT, TERM OR CONDITION OR MAY PERTAIN, THE INSURANCE AFFORDED OF SUCH POLICIES. LIMITS SHOWN MAY HAVE .• HAVE OF BEEN BEEN ANY BY ISSUED CONTRACT THE REDUCED TO THE INSURED NAMED OR OTHER DOCUMENT POLICIES DESCRIBED HEREIN BY PAID CLAIMS. ABOVE FOR WITH RESPECT IS SUBJECT TO THE POLICY PERIOD TO WHICH THIS ALL THE TERMS, INSI LTR ,.. TYPE OF INSURANCE " IOU imp AtL 4.q S13R WVD W'..wm.:.clmu.x...3N. POLICY NUMBER . 1 ! POLICY EFF (MM!D /YYYY) �� POLICY EXP. (MMIDDIYYYY ..w. LIMITS D X I COMMERCIAL GENERAL LIABILITY VCGP025478 4/1/2020 4/1/2021 EACH OCCURRENCE $ CLAIMS -MADE !j OCCUR rffAIWEICFREMItt PRENI ES (Ea occurrence) $ 50,000 MED EXP (Any one person) $ 5,000 . S# PERSONAL 8 ADV INJURY $1,000,000 GENII AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 )( ) W.vNw✓•, POLICY i I 4Ww ,JET LOC j , PRODUCTS - COMP/OP AGG ` $ 2,000,000 iE .. to AUTOMOBILE LIABILITY • CAA309148525 4/9/2020 4/9/2021 OMBINE D SINGLE MI lea. dam- _- --- $1,000,000 X ANY AUTO BODILY INJURY (Per person) ( ._ $ ra OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS ONLY AUTOS _ , HIRED . AUTOS ONLY I ril NON -OWNED AUTOS ONLY I PROPERTY DAMAGE accident) _...w._. _..____,..._., .., _„,. $ .,,(Par - ,....W4 UMBRELLA LIAB N.....rva..4 OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS -MADE E AGGREGATE S DED RETENTION S $ B LAND jANYPROPRIETOR/PARTNER/EXECUTIVE WORKERS COMPENSATION EMPLOYERS' LIABILITY YIN 4154892 4/1/2020 4/1/2021 ETA UTEER _ E.L. EACH ACCIDENT $ 1,000,000 "-'_ OFFICER/MEMBEREXCLUDED? � N/A�' E.L. DISEASE - EA EMPLOYEE $ 1,000,000 -_.__.. (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below x E.L_ DISEASE - POLICY LIMIT $ 1,000000 C Equipment Floater Equipment Leased or Rented 2.00 P003269970 4/9/2020 4/9/2021 € Catasthte Limit Deductible Limit 2,583,759 5,000 250,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Evidence of Insurance CERTIFICATE HOLDER CANCELLATION Weld County Public Works PO Box 758; 1111 H Street Greeley CO 80632 ACORD 25 (2016/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Q 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name* GRC CONSULTING INC New Contract Request Contract Name* ENFORCEMENT MOWING CONTRACT Contract Status CTB REVIEW Entity ID* W00043570 Contract ID 5631 Contract Lead* TBOOTON ❑ New Entity? Parent Contract ID 4580 Requires Board Approval YES Contract Lead Email Department Project # tbooton@co.weld.co.us Contract Description * MOWING ENFORCEMENT CONTRACTOR FOR CARRYING OUT LANDOWNER COMPLIANCE NEEDS WITH REGARDS TO THE NOXIOUS WEED ACT AND WELD COUNTY CODE CHAPTER 15 Contract Description 2 Contract Type* CONTRACT Amount* 53,000.00 Renewable* YES Automatic Renewal Grant Department PUBLIC WORKS Department Email CM- PubiicWorks«7)weidgov.com Department Head Email CM-PublicWorks- DeptHeadgweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY'gWELDG OV.COM Requested BOCC Agenda Date* 03/14 2022 Due Date 03.'10.2022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID II 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 On Base Contract Dates Effective D Review Date* 01/16/2023 Renewal Date* 04, 03i2023 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head ELIZABETH RELFORD DH Approved Date 02;25/2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/09;2022 Originator TBOOTON Contact Type Contact Email Finance Approver CHRIS D'OV1DIO Contact Phone 1 Purchasing Approved Date Finance Approved Date 03 t0212022 Tyler Ref # AG 030922 Legal Counsel CAITLIN PERRY Contact Phone 2 Legal Counsel Approved Date 03.07;'2022 Christie eters Fr I- Foo Sent: Subject: ttach ents: Jeff Long <jeff@grc-consulting.net> Wednesday, February 24, 2021 3:47 PM bids Weld County Bid Number B2100050 Enforcement Services -Mowing and Spraying -- GRC Consulting.pdf Weld County Bid Number B2100050 Enforcement Services -Mowing and Spraying -- GRC Consulting.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. I ere y ri Please accept our attached proposal. Thank you, Jeff Long Senior Estimat 4) SRC Co n S U M PT Box 777 Fredrick, C 80530-0777 Office 303-288-4703 Cell 720-937-5775 : eff rc- co n s u�� ,_ _ taa. r 6. tC ' c -a -L' Ntz, At Website: http:/jgrc-consuItingrnetj Ct: a 1 2021-0902 y TT Construction pan WELD NT 44 ale, 9 c to ins 0 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: REQUEST FOR ENFORCEMENT SERVICES MOWING AND/OR SPRAYING WELD COUNTY COLORADO - COUNTY WIDE PROJECT LOCATIONS I. Purpose Weld County is 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. Scope of Services The Weed Division 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 purpose of this bid is to establish the basic costs of various items such as different classes of mowing and different classes of herbicide treatment so that the County can, on relatively short notice, have noncompliant lands 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 working 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 order. All permits, licenses, fees and traffic control associated with any work under this Contract are the responsibility 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. Ill. 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 (for a total of three possible years). The extension option may be exercised providing satisfactory service is given and all terms 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. B2100050 11 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 III 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 Ill 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. B2100050 12 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. B. Herbicides Allowed 1. 2, 4-D Amine 2. Dicamba 3. Vista XRT or Fluroxypyr 4. Telar 5. Plateau or Imazapic 6. Milestone 7. Rejuvra 8. Garton 3A or Triclopyr aquatic 9. Surfactant: 90% non-ionic active ingredients, or methylated seed oil depending on the weed species targeted. 4.0 lb. active ingredient per gallon 4.0 lb. active ingredient per gallon 2.8 lb. active ingredient per gallon 75% D.F. 2.0 lb. active ingredient per gallon 2.0 lb. active ingredient per gallon 1.67 lb. active ingredient per gallon 3.0 lb. active ingredient per gallon 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. The 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 for a period of 90 days following application. Translocating herbicides will be used to insure some root control and reduction of existing weed stands. F. Safety Clothing and Equipment for Applicators Spray applicators 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 until minimum safety requirements are met. G. Equipment Inspection The County may 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 shall be cut to a height of not more than six inches. All seed heads and stems must be completely severed from the basal portion of the plant. Areas mown must be uniformly cut with no skips or weeds left 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. B2100050 13 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. 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 activities such as, but not limited to: time spent gaining access; time required to secure Weed Division or Sheriff's 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. B2100050 14 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. Notice 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 jobs 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 and agreement with the Contractor's 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 ons€te 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 Contractor's 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 EXT. 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 information 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 or 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. Billing — 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. 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. 82100050 15 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 Notice to 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 Bid Costs Acres Quart/Pint/Oz. Hours Current Job # Acres Current Job Est. Cost 1 Class I 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 Subtotal: Extra Items Region 1 Region 2 Region 3 Region 4 Set -Up Charge** Total Estimated Cost: Contractor's Signature: Date: Actual Start Date and Time: Actual End Date and Time: County Weed Division Supervisor: Date: Herbicides: 1. Trade Name 2. EPA Registration # Application Rate Trade Name EPA Registration # Application Rate Temperature F Wind Direction and Speed MPH Soil Condition: Wet Dry Cloud Cover B2100050 16 Exhibit B Regions of Weld County bF✓ e67 J 2t ,2C L) RUN 2L0rJ g (J /Q53w i2 '7 j QRpW N B2100050 17 BID ITEMS F. � . Y MOWING CO TRACT All spaces must contain a bid price in the units indicated if bidding on the mowing contract Sid Item Re tj gn 1 Region 2 in______EteAkai 3 Region 4 Mess I (/{�Jrj� qua-} Q,�°^��'� 4 '+.r 0 V �'" >. -. -_-- - (�_�j/y R/�c,�{ co ._ sac d i/' 0 s r7 5 0 ti.I i ��' f .., cles lI 4Q, cil ( S .. 001 5o6 1 Class III s( 5'5. C O /C5 O 6 s/00, 0 4/60 1 00) **AM mowing bid prices are on a per acre rate. Sets -up charge per parcel* Region II Jko Si Down:Tirne Charge: per hour esr ectull submitted: Firm or Business Name: 6kCer,fhrr ,74c 4c 71 r:. h By: eta Address: Date: - Monition or Title: PR vr54Oam'"' rt r ' ssf<C{tom �� 4. 5:3 0 1%-- 9 99 Phone Number: 303; 24 9903 t 82100050 18 _. �.._..�..._.� _.� .. 04..__ alp ITEMS FOR SPRAYING. CORI A igj spaces must contain a bid price in the units indicated if bidding on the spraying contract Bid Item Class I Class II Region1 Class III Mass IV Region 2 Class I bid prices is on a per acre rate. Class II, Ill and IV bid items are on a per hour rate. Setup char . er arcel: y„s Radon Region ,3 Region 4 Region II Down -Time Charge: _�.v per hour Herbicides -D Amine 1- , Dicamba Cost per Ounce Expected Rate of Use per Acre 32oz Vista XRT or Fluroxypyr. Telar XP Milestone Plateau or Imazapic Rejuvra Garton 3A or Triclop r aquatic 90% Non -Ionic Surfactant Meth lated Seed Oil Surfactant Respectfully submitted: Firm or Business Name: By: Address: Da 'M 32oz 20oz 2 oz 7oz 8 o 5oz 1 gallon _ them . 1 gallon H2O 32 x/100 gallons 32 oz/100 . allons / Position or Title: 82100050 Phone Number: 19 rY4 n 4yIyvp+yiY.5.• • •ibL. rW. n.. .r. Nrn••'N.)...IMCNpM1x.•v-vMri. MJ' a)VVIAbWA4.000 1•,47. 4Y4IXryv Y`dJIWt'nv9. •�iYv- rn Y vvvlvw v vv - rr v . 4.04 Yr\u.J.YWp .(N1yM...rw.r M *&,44. ".tet b@0,Car \• •( •.•`l..q�M�Dvrjdw.01 I.T.RrTNY.Yons U•• ki ew.n. ..Wns. . nM1Ja4p rv{A'MY 4 Pleas types S Exp nc.-, and eferences roI e brief _:• ascription of your experience with spraying or f projects worked 'lin aria a other pertinent infor to :stn available. -�fi ,,a,„Ard ser ki m Inclu e ye. £r f work, scribe equip' tent to be Ail C IV ( CCitt fs a id Atm/ C I O # C,_:, )24- honk 14c/. ,Lesa_ Please provide contact information for at least three (3) business references. Name: Address: rcLils_.y Phone: _73453 c 3., Asj.$2 service provided and dates: M fit) Wine) C? 4/ 44 111:41Cat 544 •444) el 0000 a ....-teti/voter/ ig Name:tin.( r Address: raoft4 /4 trarze,Th 0 As) Phone: -- '' 947,3 Service provided and dates: �'�V�_ f f-12() y ... •-... 6 s- � s ICY A i � ctit ADDENDA: Addendum Number Name: OA0 mac_.. r 4461;4 c Address: Phone: 30.E -,2172- ro i i Service provided and dates: ritfl irk ci f>1. -At-141' t/ O7o 3 0 Name: Address: Phone: Service provided and dates: Date of Addendum Date Received B2100050 20 The undersigned certifies that he has examined the specifications and instructions to bidders and has submitted a bid in full compliance and without collusion with any other person, individual or corporation. PLEASE READ THIS PARAGRAPH AND CHECK THE BOX BELOW rLL i‘31 I understand that I must provide proof of insurance if awarded this bid. I also understand that the award may go to the next lowest bidder If I do not provide proof of insurance within the required 10 days after Notice of Award. lr?NMt'/.YMWWWAAVMA4?9Obar"eK4ILM CWANNdAEri Y_L3aeE:�e gnipat wnawidEri x cam. yip v -. y,,. - .. ate;, - e �. n, «- -W4vuev.' Th under &g e , *y his or her & ur n hereby acknowledges an represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. 1000. 2. The quotations set forth herein re 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 proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal 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 to the beet interests of gel° County. FIRM BUSINESS ADDRESS PM1 6-yq J97. CITY, STATE, ZIP CODE (1)67? 4-4.0 rrizicciAd (Please print) DATE -O2 tf t trfrJ YO5 3 O - O99Q TELEPHONE NO X 11€212)t FAX TAX ID # SIGNATURE CIU TY IS EXEMPT FROM C NUMBER I #98-03551,30000. ,O NOT LiWFMTYV•F: Mn•T•✓•Wd ........ _.,.... 82100050 ui RA LES TAXES. THE CEsTIFIC :.,TE OF EXEMPTION EE - TO SE=r,•••D BACK PA E 1_7_10. THANK VOW 21 mv..u.✓so(0t RWm~nsWA.rv`%.fittam....ulmwm{.wleTWwomNtlbt*Ar .,.. .. VA.. 4.4m/re. a n.w ...w... a.F.:......+...+w9tww-V.r•W✓rII•• Mow•—ns. • % .✓. fn.< .•r,W.e.. w... •.. w[. vn.•rvvyiR}a• •4, • .0 V ..•I p,• ..ryfu. Mann ••.••..•111.46vN041•. • an. • •meme.0uru✓✓. •re..• ..,.O...y✓ .u. Y VDU 1 BID RE EST 2100050 ENFORCEMENT SERVICES/MOWING & SPRAYING PUBLIC WORKS DEPARTMENT —WEED DIVISION 1) When this bid was posted on BidNet, physical submission of bid was selected. We are no longer accepting hard copies of bids. Bids must be emailed to bids c 1 gp. 2) When this bid was posted on BidNet, the conference I was incomplete. The phone number and conference call ID are provided below: Phone Nu oer: (720) J9-526 Conference QUESTIONS & ANSWERS 1) Are there any set areas to be mowed or is it all just enforcing weed control on homeowner land? keel F: ib je'� djQ re s e3/ . It is all enforcement orce���JJ``ii���..� 1�' l work on private Vriv Ityj e land., d. �V W � 4.p 4� i ..f' ?./� ty� 4 '�.r ¢sn 6 £ � � S.>` � i 1 � bP, work i (� �� 7 I `•T= '-./1 � � � W V i 'y6 ', 2) Any area that needs to be mowed does it need to be sprayed as well? ILA either be pit v t f eti Or r"✓•fir^ rr�-�fa 4 not bat need signed comp!) file a iih our bid. Thank. Addendum received February 5, 2021 411 ARM I! Po, bog TO Ff, ti 4 O W X -V (.9292 CITY AND STATE EMAIL dis %Ctxe 1-:-usgs.,A.-l.. _ -- -- ....� ie.e"me.__.._._ . _ _ .1.• SID CONTRACT FOR ENFORCEMENT SERVICES (MOWING AND/OR SPRAYING) it met ATTEST: , Weld Cty Clerk to the Bo BY: Deputy Cle. to the B rd BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO / Steve Moreno, Chair AR 2 9 2021 Form (Rev. October 2018) Department of the Treasury inters) Revenue Service Request for Taxpayer Identification Number and Certification I. Go to www.irs,govlFormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. I Print or type. See Specific Instructions on page 3. t f tame fee shown on your income tax return), Name is required on this line; do not leave this line blank, GRC Consulting, INC 2 t3usfness nante/disregarded entity name, i( different from above GRC Consulting, INC 3 Cheek appropriate following seven boxes. ❑ Individual/sole single -member ❑ Limited liability Note: Check the LLC if the LLC another LLC that is disregarded ❑ Other (see instructions) box for federal tax classification of the person whose name is entered on Ilne 1. Check only one of the 4 Exemptions certain entitles, Instructions Exempt payee Exemption code (if any) (Applies roaccounts (codes apply only to not Individuals; see on page 3): code (If any) proprietor or 12 C Corporation MI S Corporation II Partnership in Trust/estate LLC company. Enter the tax classification (C=C corporation, S=S corporation, P=Psrtnershlp) appropriate box In the line above for the tax classification of the single -member owner, is classified as a single -member LLC that Is disregarded from the owner unless the owner Is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single from the owner should check the appropriate box for the tax classification of Its owner. l• le from FATCA reporting Do not check of the LLC Is -member LLC that ma/nrained outside the U,S,) Address (number, street, and apt. or autte no.) Sea irtstructlorta. PO BOX 777 Requesters name and address (optional) 6 City, state, and ZIP code Frederick, CO 80530 7 Uat account number(s) here (optiana!) ear axpayer 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 (SSNI). 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 gat 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. iSocial security number or Employer Identification number 2 6 2 0 5 9 9 7 Certification 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 by 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. The 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 currently subject to backup 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 no Caqul to _' `h certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person J• ` 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 published, go to www,irs,gov/FormW9. 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 social 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 rot limited to, the following. • Form 1099-INT (interest earned or paid) Date). `._z? • • Form 1099 -Div (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-0 (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 1099 (home mortgage Interest), 1098-E )student loan Interest), 1099-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. It you do not return Form IN -9 to the requester with a TIN, you might be subject ro backup withholding. See What Is backup withholding, later. NM. No. \tV-9 (yw2`.y. lit -tore) Vou.`rtIGw� r 2020-2021 GRC EQUIPMENT LOADER 380-2 2017 WA 380-8 Komatsu LOADER 380-3 2011 WA 380-6 Komatsu LOADER 320-4 2006 WA 320-5 Komatsu LOADER 380-5 2015 WA 380-8 Komatsu HOE PC360-9 2016 Komatsu PC360-11 Hydraulic Excavator HOE PC490-17 2017 Komatsu PC490-11 Hydraulic Excavator/ 72" Bucket MINI HOE 8 2014 Takeuchi TB290 Mini Excavator TRACTOR 55 2020 John Deere 5065E Tractor TRACTOR 56 2020 John Deere 3038E Tractor W/300E Loader SKID 57 2019 Takeuchi TS80V Vertical Skid Steer SKID 58 Takeuchi TL10V2 Track Loader SKID 21 2017 Takeuchi TL12R2 Skid Steer Loader / 80" Bucket COMPACTOR 19 2013 Sakai Padfoot Roller COMPACTOR 20 2014 Sakai SV540T Roller DOZER 60 Komatsu D155AX-8 Crawler Dozer BLADE 62 2011 Komatsu G0655-5 Motor Grader WTR TRUCK 41 2006 Mack Water Truck - White TRAILER 70 Northstar ProShot Presurre Washer Trailer TRAILER 71 2016 Trailer Size 8x25 (Jerry's) Body TC COA TRAILER 35 1994 W -W Trailer White (Enclosed) (Fuel Trailer) TRAILER 36 2001 16' Trailer ( Mowing Crew) TRAILER 37 2001 20' Diamond (Fuel Tank) TRAILER 72 2010 18' Big Tex Mowing Trailer TRAILER 73 2014 Kaufman Trailer (12, 000 LB} Green TRAILER 74 2014 Kaufman Trailer (12, 000 LB) Green TRAILER 31 2014 LARK 12' Trailer Black (Enclosed) Jerry's LOW TRAILER 40 2018 Dorsey 55 Ton Trailer (Low Boy) GNTRAILER 75 2020 Big Tex 30" Trailer Model 22GN25+5 Black For Wes SWEEPER18 18 2018 Isuzu Sweeper SWEEPER14 14 2018 Isuzu Sweeper SWEEPERS 8 2019 Isuzu Sweeper SWEEPER54 54 2017 Isuzu Sweeper SEMI 53 2008 Kenworth T-800 Wide Hood Tractor trailer ZMOW 48 Simplicity 50" Zero Turn Model 5900705 RMOW 49 2020 John Deere MX8 Rotary Cutter TT1MOW 50 2020 Orange Turf Tiger Mower Model SMT-61V-BV-EFI TT2MOW 51 2020 Orange Turf Tiger Mower Model SMT-61V-37BV-EFI TRLMOW 52 2019 Green Mowing Trailer FIFTY 59 2020 John Deere 210L Tractor Loader and Rotary Deck PULD Pickup Light Duty PUHD Pickup Heavy Duty '7fpDATE .�4, RR'©` CERTIFICATE OF LIABILITY INSURANCE (MM/DO/YYYY) 3/1 /2021 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 AssuredPartners Colorado CONTACT NAME; Jill Walsh PHONE FxAX ""` --a-m-- 4582 S. Ulster St., Suite 600 (luc Ne.IF L3O3-863-7788 ______ (alc _y 303-861-7502 _ Denver CO 80237 EpAR III Ovals assured artners com ./aDs�wl � �.. ._ .-- INSURERIEIAFFORDINGCOVERAGE NAIL# INSURER A: Continental Western Ins Co 10804 INSURED GRCCONS-01 GRC Consulting, Inc. INSURER a : Pinnacol Assurance 41190 PO Box 777 INSURER c . SECURA Insurance, A Mutual Co. 22543 _ Frederick CO 80504 INSURER D: Gemini Insurance Company 10833 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1138607374 REVISION NUMBER: THIS INDICATED. CERTIFICATE EXCLUSIONS 1NSR1-- LTR IS TO CERTIFY THAT THE POLICIES NOTWITHSTANDING ANY REQUIREMENT, MAY BE ISSUED OR MAY AND CONDITIONS OF SUCH OF INSURANCE PERTAIN, POLICIES. '(Eit INSD WVD LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY THE INSURANCE AFFORDED BY LIMITS SHOWN MAY HAVE BEEN ISSUED TO CONTRACT THE POLICIES REDUCED BY POLICY EFf (MMIDD!YYYYI THE INSURED OR OTHER DESCRIBED PAID CLAIMS. NAMED ABOVE FOR THE POLICY PERIOD DOCUMENT WITH RESPECT TO WHICH THIS HEREIN IS SUBJECT TO ALL THE TERMS, LIMITS TYPE OF INSURANCE POLICY NUMBER POLICY EXP (MM/DD/YYYYI D X GE, COMMERCIAL GENERAL CLAIMS -MADE __.__.,,.,...,.....,__....,.........._._.. LIABILITY X ]� OCCUR III 3 VCGP025478 4/1/2020 4/1/2021 EACH OCCURRENCE $1,000,000 BA TO RENTED P5c!$( „ES„„(,FEa or,,currgnce,L_ MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE $ 50,000 ., $ 5 000 _.. $ 1,000,000 $ 2,000,000 . _. N'L AGGREGATE LIMIT APPLIES PER: �` I JkC.T POLICY ! x r ] LOC OTHER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ Y.�__.. .. .... -.. A AUTOMOBILE LIABILITY X ANY AUTO OWNED (( AUTOS ONLY l.,_._. HIRED ( AUTOS ONLY t SCHEDULED AUTOS NON -OWNED AUTOS ONLY r ( ( CAA309148525 I 4/9/2020 4/9/2021 COMBINEOSINGLELIMIT BODILY INJURY (Per person) $1,000,000 $ BODILY INJURY (Per accident) F�ROPEtiTY0l1MAGE _..._ _. ty $ „(EP € UMBRELLA LIAB i EXCESS LIAB I ry DED 1RETENTION.$ OCCUR CLAIMS -MADE 3 i EACH OCCURRENCE $ AGGREGATE 8 WORKERS COMPENSATION •AND EMPLOYERS' LIABILITY YIN ANYPROPRIETORIPARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? ,N/A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below 4154892 4/1/2020 't 4/1/2021 X PER I OTH STATUTE ! ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ 1,000,000 $ 1,000,000^ $1,000.000 C Equipment Floater Equipment Leased or Rented i 20CP003269970 tt t 4/9/2020 4/9/2021 Catastrophe Limit Deductible Limit 2,583,759 5,000 250,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Evidence of Insurance CERTIFICATE HOLDER CANCELLATION Weld County Public Works PO Box 758; 1111 H Street Greeley CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) O 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD MEMORANDUM TO: Rob Turf, Director of General Services DATE: March 5, 2021 FROM: Tina Booton, Weed Division Supervisor 1.i/Y0 Jay McDonald, Public Works Director SUBJECT: Noxious Weed Enforcement Bid: reference B2100050 Bids have been received from several companies for enforcement mowing and spraying for the Public Works Department. The following are my recommendations for carrying out enforcement spraying throughout the County for 2021: Mownn Class I & II Primary Class I & II Secondary Halcyon Construction 3540 State Highway 52 Suite F3 Frederick, CO 80516 GRC Consulting Inc PO Box 777 Frederick, CO 80644 Set-up charge: $ 100.00 - $150.00 Class II Regions 1 & 4: $45.00/Acre Class II Regions 3: $35.00/Acre Class II Region 2: $55.00/Acre Class I Region 1 & 4: $50.00/Acre Class I Region 3: $40.00/Acre Class I Region 2: $60.00/Acre Set-up charge: $160.00 Class II Regions 3 & 4: $85.00/Acre Class I Regions 3 & 4: $75.00/Acre * Class I mowing is used only when Class II (15 foot mower) cannot access the site; such as on the river bottom with the proximity of the trees.* Class III Primary Class III Secondary Halcyon Construction 3540 State Highway 52 Suite F3 Frederick, CO 80516 GRC Consulting Inc PO Box 777 Frederick, CO 80644 Set-up charge: $ 100.00 - $150.00 Class III Regions 1 & 4: $50.00/Hour Class III Regions 3: $40.00/Hour Class III Region 2: $60.00/Hour Set-up charge: $160.00 Class III Regions 3 & 4: $100.00/Hour * Class III mowing is for small areas such as lots or around structures such as buildings and fences. * Herbicidal Application Class I Primary Class I Primary Class I Secondary Class I Secondary Weed Man 1001-A E. Harmony Rd #133 Fort Collins, CO 80525 CR Dotterer Inc; Weed Wranglers 7070 W 117th Ave, Unit D Broomfield, CO 80020 Weed Man 1001-A E. Harmony Rd #133 Fort Collins, CO 80525 OneCor Services 816 Acoma St. Unit #1513 Denver, CO 80204 Set-up charge: $ 150.00 Class I Regions 1, 2, 4: $100.00/Acre Set-up charge: $ 175.00 Class I Regions 3: $65.00/Acre Set-up charge: $ 150.00 Class I Regions 3; $100.00/Acre Set-up charge: $ 125.00 Class I Regions 1-4: $155.00/Hour * Class I is for field spraying. Chemical charges will be in addition to the labor charges.* Class II, Ill & IV Primary OneCor Services 816 Acoma St. Unit #1513 Denver, CO 80204 Class II, III & IV Weed Man Secondary 1001-A E. Harmony Rd #133 Fort Collins, CO 80525 Class II, Ill & IV Secondary Setup charge: $ 125.00 Class II & Ill Regions 1-4: $125.00/Hour Class IV Regions 14: $150,00/Hour Set-up charge: $ 150.00 Class II, III & IV Regions 1,2 & 4: $150.00/Hour CR Dotterer Inc; Weed Wranglers Set-up charge: $ 175.00 7070 W 117th Ave, Unit D Class II Regions 3: $110.00/Hour Broomfield, CO 80020 Class Ill & IV Region 3: $95.00/Hour * Class II is large scale handgun work. This is the class we use the most. Chemical charges will be in addition to the labor charges. Class III is backpack work and class IV is cut stump treatment for salt cedar. Classes III and IV are not readily utilized. Chemical charges will be in addition to the labor charges for these classes as well.* - t• •P -.11,fe-mtini*Akikiatigailliehamky DATE OF BID: FEBRUARY 25, 2021 REQUEST FOR: ENFORCEMENT SE ICES ® ', `°,t,�/, SPRYI DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISNON BID NO: # 2100050 PRESENT DATE: MARCH 3, 2021 APPRO`. AL® D:r,-:,TE: RC 17, 2021 WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley CO 80631 E -Mail: rturf@weldgov.com E -Mail: revertt@@eldgov.corm E -Mail: c peters@weidgov.com Phone: (970) 400-4216, 4222 ipr 4223 Fax: (970) 336-7220 CONTRACT WILL_B .1 YEAR TER AND MAY EXTEND UP TO 2 YEARS 13 YEARS MAX DESC OF REGIONS: REGIONS: REGION #1 - NORTHWEST WELD REGION #2 - NORTHEAST WELD REGIO'`. #3 - SOUTHWEST WELD REGION #4 - SOUTHEAST WELD MOWING CLASSES: MOWING CLASS I - TRACTOR WEED MOWING (MIN. OF 5' ROTARY MOWER) MOWING CLASS II - TRACTOR WEED MOWING (MIN. OF 15'-20' ROTARY MOWER) MOWING CLASS III - HAND WEED MOWING HERBIDICAL CLASSES• SPRAYING) HERBICIDAL CLASS I - FIELD SPYING HERBICIDAL CLASS II - HANDGUN APPLICATION HERBICIDAL CLASS III - BACKPACK APPLICATION HERBICIDAL CLASS IV - CUT STUMP TREATMENTS VENDO SLLTH '` G I PO BOX 777 FREDERICK, CO 80644 R WING SER ICES ice, i`� � `�• �ii�< � �: Th. I E E '..::z E G I REGION #1 CLASS O - $78.00/ACRE REGION #1 CLASS II - $90.00/ACRE REGION #1 CLASS III -$155.Q0/ACRE (Set up charge for region #1 = X50.00) REGION #3 CLASS I a $75.00/ACRE REGION #3 CLASS I I m $85.00/ACRE REGION #3 CLASS III - S100.00/ACRE (Set up charge for region #3 = $160.00) REGION #2 CLASS I - $82.00/ACRE REGION #2 C SS H - 1.00/ACRE REGION #2 CLASS III - $155.00/ACRE (Set up charge for region #2 = $450.00) REGION Cb.ASS I - $75.00/ACRE REGION #4 CLASS II - $85.00/ACRE REGION #4 CLASS III - $100.00/HOUR (Set up charge for region , = $160.00) **DOWNTIME CHARGE FOR . LL REGIONS IS $68.00/HOUR** Page 2 REQUEST FOENF`E ENT SE_':..IIE :'0 DEPARTMENT: PUBLIC WORKS - WEED & PEST ID N #82100050 VFND. H2 ENTE �" PROSES LLC 4626 CR 65 KEENESBURG CO 80643 HL° :. YON CO 3540 STATE H IG -WAY 52 SUITE F3 FREDERICK CO 80516 N L AN ° ENTE .'ISES I �L� �'�yn' AIL C PO BOX BERTHOUD CO 80513 I G DIVISION D/: R SP YI G MOWING SERVICES - PRICE PER REGION & CLASS REGION #1 CLASS I - $500.00/ACRE REGION#1 CLASS II - $750.00/ACRE REGION #1 CLASS iil $600.00/ACRE (Set yap charge for region #1 = $400.00) REGION #3 CLASS I - $400.00/ACRE REGION #3 CLASS II $600.00/ACRE REGION #3 CLASS III - $500.00/ACRE (Set up charge for region #3 = $350.00) REGION #2 CLASS I - $500.00/ACRE REGION #2 CLASS I I $750.00/ACRE REGION #2 CLASS III - $500.00/ACRE (Set up charge f r region #2 = $450.00) REGION #4 CLASS I- 3400.00/ACRE REGION #4 CLASS II - $600.00/ACRE REGION #4 CLASS III an $500.00/HOUR (Set up charge for region }Y. , = $350.00) *DOWNTIME E CHARGE FOR ALL REGIONS IS $225.00/HOUR** REGION #1 CLASS I — $50.00/ACRE REGION #1 CLASS II — 5.00/ACRE REGION #1 CLASS III - $55/PER HR* (Set up charge for region #1 = $150.00) REGION #3 CLASS I $0.00/ACRE .EGION #3 CLASS H $35.00/ACRE REGION #3 CLASS III - $40.00/PER HR REGI N #2 CLASS I - $60.00/AC ~:E REGIN #2 CLASS 11 ®$55.00/ACRE REGION #2 CLASS III - $65/PER HR* (Set up charge for region #2 = $100.00) REGION #4 CLASS I - $50.00/ACRE REGION #4 CLASS II - $45.00/ACRE REGION #4 CLASS III m $55.00/PER HR (Set up charge for region #3 = $150.00) (Set up charge for region #4 = $150.00) "DOWNTIME CHARGE FOR ALL REGIONS IS 100.00/HOU REGION #1 CLASS I - $442.00/ACRE REGION #1 CLASS H -$810.00/ACRE REGION #1 CLASS HI - $767.00/PER HR (Set up charge for region #1 = $267.00) REGION #3 CLASS I -$515.00/ACRE REGION #3 CLASS II ® $363. as/ACRE REGION #3 CLASS III - $240.00/PER HR REGION #2 CLASS I - $515.00/ACRE REGION #2 CLASS ! I--$958.00/ACRE REGION #2 CLASS III ® $481/PER H. (Set up charge for region #2 = $311.00) REGION #4 CLASS I - $294.00/ACRE REGION #4 CLASS II — $515.00/ACRE REGION #4 CLASS III ® $301.00/PER HR (Set up charge for region #3 = $133.00) (Set UP charge for region #4 = $173.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $222.00/HOUR** Page 3 REQUEST FOR: ENFORCEMENT SERVICES - MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO: #B2100050 VENDOR ONECOR SERVICES 816 ACOMA ST,UNIT #1513 DENVER CO 80204 MOWING SERVICES - PRICE PER REGION & CLASS REGION #1 CLASS I - $175.00/HR REGION #1 CLASS II-$200.00/HR REGION #1 CLASS III - $90.00/PER HR (Set up charge for region #1 = $225.00) REGION #2 CLASS I - $175.00/HR REGION #2 CLASS II -$200.00/HR REGION #2 CLASS III - $90.00/PER HR (Set up charge for region #2 = $225.00) REGION #3 CLASS I-$175.00/HR REGION #4 CLASS I - $175.00/HR REGION #3 CLASS II - $200.00/HR REGION #4 CLASS II - $200.00/HR REGION #3 CLASS III - $90.00/PER HR REGION #4 CLASS III - $90.00/PER HR (Set up charge for region #3 = $225.00) (Set up charge for region #4 = $225.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $50.00/HOUR** REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JANUARY 21, 2021 BID NUMBER: #B2100050 DESCRIPTION: ENFORCEMENT SERVI C _ SiL SPRAYING DEPARTMENT: PUBLIC WORKS DEPT/WEED DIVISI BID OPENING DATE: FEBRUARY 251", 2021 1. NOTICE TO BIDDERS: G iEff�• vt R The Board of County Commissioners of Weld County, Colorado, by and through its Director of General Services (collectively referred to herein as, "Weld County"), wishes to purchase the following: ENFORCEMENT SERVICES/MOWING & SPRAYING. Bids for the above stated merchandise, equipment, and/or services will be received until February 25, 2021 (Well• County Purchasing Time CIck). Due t. COVID©19, the e od opening 1il be held Aa a PlHartee'sria Teams Conference Cabo To johl, ca the phone U SUM oer and el ter the Conference D Uorovide 10:00 AM on Phone Nu rn °er (720) 439-526 Conference ID: 434922464 PAGES 1-10 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-10 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 11. 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://wwvv.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, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County — 3 methods: Email. Duna to tie Coronavirus (C•VI*19), ernailed bids are required. Bids may be emailed to bids©weldgov.com; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com/. The maximum file size to upload to Bidnet 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 we receive your bid/proposal. PIease c; II Purchasing at 970-400-4223 or 4222 with any questions. B2100050 1 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 must give the full 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 person 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 shall also be typed or printed below 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 the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. 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 of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1., entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. Weld County reserves the right to reject any and all bids, to 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. Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the Controller/Purchasing Director, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. Preparation of the Bid: 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 out completely, in detail, and signed by the Bidder. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. B2100050 2 Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The Controller/Purchasing Director may at her sole discretion, release any Bid at any time. 4. AWARD AND EXECUTION OF CONTRACT Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids. Weld County intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid. The experience statement with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perform work on the project. The use of Subcontractors listed by the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the Work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld County as additional insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the County may reject all Bids or call for other Bids. The County, within ten (10) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, 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. The County may require a separate contract, which if required, has been made a part of this RFP. 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by the County, shall be included in the Bid price. Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. 32100050 3 Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, gas, to ephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Bidder shall include in his Bid such sums as he deems proper for overhead costs and profits on account of cash allowances named in the Bid Documents. 7. SOTE COND0TDONS Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: Nature and location of the site where the Work is to be performed. Character, quality, and quantity .f surface and subsurface materials, water, structures and utilities to be encountered. Character of construction equipment and facilities needed for performance of the Work. General local conditions. Availability of lands as s t forth in the General Conditions. Access to the Site: The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed. The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL `=BIDDER HIRING PRACTICES ® ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who ,re 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). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work u nder this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to u ndertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder 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. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has n ot knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investig,tion, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copits of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder 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, Successful bidder 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 Successful bidder B2100050 4 receives federal or state funds under the contract, Successful bidder must confirm that ny individual natural person eighteen (18) years of ago or Ider 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 Successful bidder ,•perates 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 ir the United States pursuant to federal law, (b) shall produce .ne of the forms •,f 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.I.S. § 24-76.5-103 prior to the effective date of the contract. 9. GENERAL PROVISIONS A. Fund Avail .biIity: Financial obligations of the Weld County payable after the current fiscal year are contingent upn funds for it ;t purpose being eappropriated, budgeted and otherwise made available. 2y acceptanc of the bid, Weld County does not warrant that funds will be available to fund the contract lbeyono the current fiscal year. Trade Secrets and other Confidentla0 Infrmatio►n: Weld County discourages bidders frm submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, conficential information of the bidder shall ber transmitted separately from the main bid submittal, clearly oeroting in red on t hie 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 thr cnfidential p•,rtion 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 t•, 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 nt be responsible fr redacting or identifying Confidential information which is included within the body of the bid and nit separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or conditi.in of the contract shall be construed or interpreted waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of Colrado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amened s t e Independent Contractor: The successful bidder shall perform its duties hereunder as an inc.ependent contractor and rot as an employee. He or she shall be solely responsible for its acts and those of its agents and empl,•yeeis for all acts performed pursuant to the contract. Neither the successful bidder nr ry agent or empl:•re thereof shall be deemed to be an agent or employee of Weld County. The successfu bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Lnemployment 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 ,•r a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes nd local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have auth. rization, 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. CornpUgance with Law: The successful bidder shall strictly comply with all applicable federal and State la s, rules and regulations in effect ,r hereafter established, i icluding without limitation, Iws applicable to discrimination and unfair employment practices. F. C 'Nice f Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied B2100050 5 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 the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged 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 discriminated 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 products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent contractors performing construction services of a similar nature to those described in this Agreement. 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 continue through and until successful bidder's completion of the responsibilities described in the Bid. L. 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. 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. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, The successful bidder'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. N. 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. 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. 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 Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful 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 B2100050 6 in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty_ Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 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 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. Compliance with Davis -Bacon Wage Rates. The successful bidder understands and agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis -Bacon Wage Rates. 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. W. Compensation Amount. Upon the successful bidder's successful completion of the construction of the Project, 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 Director of Weld County Public Works, or by formal resolution of the Weld County Board of County B2100050 7 Commissioners, as required pursuant to the Weld County Code. 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 10. INSURANCE REQUIREMENTS General Requirements: Successful bidders/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. Successful bidders/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The 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/Purchasing Director 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/Contract Professional. Successful bidder/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder/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 Successful bidder/Contract Professional. 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/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 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 construction 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 construction 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 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/Contract Professional shall obtain, and maintain at all times during the B2100050 8 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 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 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 500,000 $ 500,000 $ 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured —owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured —owners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations" and 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 $50,000 any one fire; and $500,000 errors and omissions. $5,000 Medical payments one person Automobile Liability: Successful bidder/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. Successful bidders/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 successful bidder/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, Successful bidder/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder/Contract Professional's insurer shall waive B2100050 9 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/Contract Professional. Successful bidder/Contract Professional shall include all such subcontractors, independent contractors, sub - vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. A provider of Professional Services (as defined in the Bid or RFP) shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit 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 Contract resulting from professional services provided by the successful bidder as part of the Contract. Successful Bidders Pollution Liability: Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions (including asbestos) that may arise from the operations of the successful bidder described in the Successful bidder's scope of services. Policy shall cover the successful bidder's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the successful bidder warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. The policy shall be endorsed to include the following as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations". Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 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. B2100050 10 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: REQUEST FOR ENFORCEMENT SERVICES MOWING AND/OR SPRAYING WELD COUNTY COLORADO - COUNTY WIDE PROJECT LOCATIONS I. Purpose Weld County is 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. Scope of Services The Weed Division 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 purpose of this bid is to establish the basic costs of various items such as different classes of mowing and different classes of herbicide treatment so that the County can, on relatively short notice, have noncompliant lands 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 working 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 order. All permits, licenses, fees and traffic control associated with any work under this Contract are the responsibility 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 (for a total of three possible years). The extension option may be exercised providing satisfactory service is given and all terms 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. B2100050 11 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 III 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. B2100050 12 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. B. Herbicides Allowed 1. 2, 4-D Amine 2. Dicamba 3. Vista XRT or Fluroxypyr 4. Telar 5. Plateau or Imazapic 6. Milestone 7. Rejuvra 8. Garton 3A or Triclopyr aquatic 9. Surfactant: 90% non-ionic active C. Rates and Usage 4.0 lb. active ingredient per gallon 4.0 lb. active ingredient per gallon 2.8 lb. active ingredient per gallon 75% D.F. 2.0 lb. active ingredient per gallon 2.0 lb. active ingredient per gallon 1.67 lb. active ingredient per gallon 3.0 lb. active ingredient per gallon ingredients, or methylated seed oil depending on the weed species targeted. 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. The 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 for a period of 90 days following application. Translocating herbicides will be used to insure some root control and reduction of existing weed stands. F. Safety Clothing and Equipment for Applicators Spray applicators 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 until minimum safety requirements are met. G. Equipment Inspection The County may 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 shall be cut to a height of not more than six inches. All seed heads and stems must be completely severed from the basal portion of the plant. Areas mown must be uniformly cut with no skips or weeds left 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. B2100050 13 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. 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 activities 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. B2100050 14 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. Notice 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 jobs 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 and agreement with the Contractor's 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 Contractor's 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 EXT. 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 information 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 or 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. Billing — 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. 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. B2100050 15 Exhibit B Regions of Weld County .2 74) Rblow RLS. ,e4 -5u Qau .Qb/w aov Rbzlli grr RS'Ihw QSbk+ 9 MMMMMMMMMM 411.ff O NrOffrarffrft”Urn:VOMOOtal.rW rrutrrrrriff MMMMMM,..rw r..r 17 •... 7744/ TM Ai 6'#wslaw TVA/ .... firm f�Nw Pitalieve- ,77A/ ..also nas Rai" 047w Z REGION #1- NORM WELD • REGION - NOBTRRAB! WELD 118LD COUNTY REGION 4- SOMME= nut REGION #4- SOUTHEAST WELD NN :-m' • Tin/ Y AYrgtl annn ou., Yurian, no..wa, u..s.•A1.nu.,. RUA) a c4) R6u/w de raaw RG/w III st SA n n s, Si sr a, » p 77A1 B2100050 16 Ent Information Entity Name* GRC CONSULTING INC Contract Name* ENFORCEMENT MOWING CONTRACT Contract Status CTB REVIEW Entity ID* 'O0©43570 ❑ New Entity? Contract ID 4580 Contract Lead* TBOCITON Contract Lead Email tbooton@co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Description* CARRY OUT MOWING ENFORCEMENT REQUIREMEN IS AS NEEDED FOR STATE COMPLIANCE WITH THE NOXIOUS WEED ACT AND PRIVATE LANDOWNERS. Contract Description 2 Contract Type CONTRACT Amount* $2,000.00 Renewable* YES Automatic Renewal Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.com Department Head Email CM-PublicWorks- De ptHeadOwe l dgov. co m County Attorney BOB CHOATE County Attorney Email BCHOATE@CO. WELD.CO. US Requested BOCC Agenda Date* 03 /29,.`2021 Due Date 03,'2572021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid MIFF #* B2100050 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 Effective Date Termination Notice Period Contact Information Review Date 01 ` 10/2022 Committed Delivery Date Renewal Date* 03/17/2021 Expiration Date Contact Info Contact Name Contact Type Contact Phone 2 Phasig Purchasing o CONSENT Approval Prc ce Department Head JAY MCDONALD OH Approved Date 03„/'23/2021 Final A pr BOCC Signed Date BQCC Agenda Date 03/29/2021 Originator TBOOTON Finance Approver CONSENT Purchasing Approved Date 03/23/2021 Legal Counsel CONSENT Finance Approved Date Legal Counsel Approved Date 03/23/2021 03123/2021 Tyler Ref # AG 032921 Hello