Loading...
HomeMy WebLinkAbout20212457.tiffCorrhkaCk tvI+ 7z7_O July 10, 2023 FACILITIES DEPARTMENT PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Prairie Dog Control Services; Bid (B2100108) Northern Colorado Pest & Wildlife Control was awarded the contract for Prairie Dog Control Services at various locations in Weld County. Northern Colorado Pest & Wildlife Control has continued to meet standards. Therefore, Facilities is recommending the next one-year increment of their bid be awarded. If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director eon5e,n+ or,091/40., -7/n/z3 go-o-Aa'-(W 7/l qua 3 Zb2l - Z451 AMENDMENT # 2 TOAGREEMENT BETWEEN WELD COUNTY AND NORTHERN COLORADO PEST & WILDLIFE CONTROL This Amendment is made and entered into this Li' day of J � 2023, by and between the Board of Weld County Commissioners, on behalf of the Fac. ies Department, hereinafter referred to as the "Department", and Northern Colorado Pest & Wildlife Control, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2021-2457, approved on August 16, 2021. WHEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amended as follows: 1. The current term of the Agreement will end on August 15,2023. The term is hereby extended for one year commencing on August 16,2023 and ending on August 15, 2024. 2. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: By: Name: `Z-1•a,kS" hat .4 Title: bI,JY\1'" ATTEST: G sue/ u • ; tA Weld •u ty Clerk to the :oard BY: Deputy / rk to he Date —1 /6( f l l4 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Page 1 of 1 ike Freeman, Chair JUL 1 9 2023 hoar- a4�'1 HANNON '`��� o` CERTIFICATE OF LIABILITY INSURANCE D=8/TE 30/2022 ) 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 Renaissance Insurance Group PO BOX 478 Windsor, CO 80550 CONTACT Scott Runyan NAME: (A/coNNo, Ext): (970) 236-8272 ;a.. nDORIEss: srunyan@reninsurance.com INSURERS) AFFORDING COVERAGE NAIL # INSURER A: Secure Insurance Companies 22543 INSURED Northern Colorado Pest & Wildlife Control Corp 2881 S 31st Ave Unit #12 Greeley, CO 80631 INSURER B:Scottsdale Insurance Company 41297 INSURER C:Pinnacol Assurance 41190 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIO ES 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 ADDL SUER INSD WC POLICY NUMBER POLICY EFF (MMIDD/YYYYI POLICY EXP IMMIDD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR X X CP3311147 9/1/2022 9/1/2023 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 10,000 PERSONAL 8. ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 3,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY JELQT LOC OTHER: PRODUCTS - COMP/OP AGG $ 3,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY X AUTOS ONLY SCHEDULED X AUpTOpS X AUTOS ONE X X A3311148 9/1/2022 9/1/2023 COMBINED SINGLE LIMIT (Ea accident/ $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ ROPERTY DAMAGE Per accident) $ $ B UMBRELLA LIAR X EXCESS LIAR X OCCUR CLAIMS -MADE X X XBS0163554 9/1/2022 9/1/2023 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DED I I RETENTION $ C WORKERS COMPENSATION AND EMPLOYERs'uABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBER EXCLUDED? (Mandatary m NH) gives, describe under DESCRIPTION OF OPERATIONS below NIA X 4194972 9/1/2022 9/1/2023 X I STATUTE OERH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (=CORD gill Additional Remarks Schedule, may be attached if more space is required) Subject to policy forms, conditions, definitions and exclusions. Weld County, its officers, agents, and employees are covered as Additional Insureds with respect to the General Liability, Auto Liability and Umbrella Liability. A Waiver of Subrogation applies with respect to the General Liability, Auto Liability, Umbrella Liability and Workers Compensation coverages. 30 Day Notice of Cancellation applies to the policies. CERTIFICATE HOLDER CANCELLATION Weld County Buildings & Grounds Department 9 P 1105 H Street Greeley, CO 80632 I 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 if - 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 Information New Entity? Entity Name. Entity ID. NORTHERN COLORADO PEST AND L.00039202 WILDLIFE CONTROL CORP Contract Name. PRAIRIE DOG CONTROL (2021-2457) Contract Status CTR REVIEW Contract Description* PRAIRIE DOG CONTROL VARIOUS LOCATIONS RENEWAL Contract Description 2 Contract Type. RENEWAL Amount $325.00 Renewable NO Automatic Renewal Grant IGA Contract ID 7220 Contract Lead SGEESAMAN Contract Lead Email sgeesamangco.weld.co.0 redfemT weldgov.com Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 07 15 2023 07 192023 Department Email CM- BuildingGroundsOweldgov.c om Department Head Email CM-BuildingGrounds- DeptHeadwveldgov,com County Attorney GENERAL COUNTY' ATTORNEY EMAIL County Attorney Email CM - COU NTYATTORNEY YW ELDG OV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2100108 If this is a renewal enter previous Contract ID If this is part of a MSA enter MA Contract ID Note the Previous Contract. Number and Master Services Agreement Number should be left blank if those contracts are not in On Ease Contract Dates Effective Date Review Date* 07 01 2024 Renewal Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Purchasing Approver CHERYL PATTELLI Approval Process Department Head TORY TAYLOR DH Approved Date 07/1112023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07 19;' 202 3 Originator SGEESAMAN Committed Delivery Date Expiration Date* 08;' 1 5:' 2024 Contact Type Contact Email Contact Phone I Contact Phone 2 Finance Approver CHERYL PATTELLI Purchasing Approved Date 07;14x2023 Legal Counsel ADRIA SCHIEL Finance Approved Date Legal Counsel Approved Date 07/12/2023 07x14'2023 Tyler Ref # AG 071923 Cor1W+ pa (0160 July 11, 2022 FACILITIES DEPARTMENT PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Custodial Services; Bid (B2100108) Northern Colorado Pest & Wildlife Control was awarded the contract for Prairie Dog Control Services at various locations in Weld County. Northern Colorado Pest & Wildlife Control has continued to meet standards. Therefore, Facilities is recommending the next one year increment of their bid be awarded. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director e,orw)i- 1'4 o-ur8122 7//f/og 2021-1g51 Bc 0013 AMENDMENT # 1 TO AGREEMENT BETWEEN WELD COUNTY AND NORTHERN COLORADO REST & WILDLIFE CONTROL This Amendment is made and entered into this I eiday of O.IL( , 2022, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as the "Department", and Northern Colorado Pest & Wildlife Control, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2021-2457, approved on August 16, 2021. WHEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amended as follows: 1. The current term of the Agreement will end on August 15,2022. The term is hereby extended for one year commencing on August 16,2022 and ending on August 15, 2023. 2. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: By: NameKY\ V) 1,^CZt\S Zti/1 Title: Wes' ` V ATTEST: dirife/V Jelt0 64. Weld C• ty Clerk to the Bo rd BY Page 1 of 1 Date 1 I «I loLL BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO cdtt K. James, Chair JUL 18 2022 020 c / -- 2'�7 ACC;PI2 O' NORTCOL-07 CERTIFICATE OF LIABILITY INSURANCE SHANNON DATE (MMIDD/YYYY) 9/2/2021 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 Renaissance Insurance Group PO Box 478 Windsor, CO 80550 NAMEACT Scott Runyan (aCNNo, EA): (970) 236-8272 jac, No): srunyan@reninsurance.com ReloillEss:srunyan@reninsurance.com INSURER(S) AFFORDING COVERAGE NAIL /I INSURER A : Secure Insurance Companies INSURED Northern Colorado Pest & Wildlife Control Corp 2881 S 31st Ave Unit #12 Greeley, CO 80631 INSURER B : Starstone Specialty Ins. Co. 44776 INSURER C : Pin nacol Assurance 41190 INSURER D : INSURER E : INSURER F : • REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED SMAY PERTAIN, THE INSURANCE AFFORDED BY THE POlg ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR 'Nil TYPE OF INSURANCE VA- SUBR INSD WVD POLICY NUMBER POLICY EFF IMMiDD/YYYYI POLICY EXP tMM/DDIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X X 20-CP-003311147-2 9/1/2021 9/1/2022 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 3,000,000 GENII AGGREGATE LIMIT APPLIES PER: POLICY PET LOC OTHER: PRODUCTS - COMP/OP AGG $ 3,000,000 $ A AUTOMOBILE LIABWTY ANY AUTO OWNED AUTEO�S ONLY X AUTOS ONLY SCHEDULED X AUTOS�rN X AUOTOS ONEC X X A3311148 9/1/2021 9/1/2022 COMBINED SINGLE LIMIT (Ea acident) 1,000,000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ HOOPER ACOAGE $ B UMBRELLA LIAR X EXCESS LAB X OCCUR CLAIMS -MADE X X 79409A211ALI 9/1/2021 9/1/2022 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DED I I RETENTION $ C WORKERS COMPENSATION WAR LIABILITY OFFICEWMEMBER/EXCLUDED ECUTIVE YIN (Mandatory m NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A X 4194972 9/1/2021 9/1/2022 X l STATUTE OERH E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Subject to policy forms, conditions, definitions and exclusions. Weld County, its officers, agents, and employees are covered as Additional Insureds with respect to the General Liability, Auto Liability and Umbrella Liability. A Waiver of Subrogation applies with respect to the General Liability, Auto Liability, Umbrella Liability and Workers Compensation coverages. 30 Day Notice of Cancellation applies to the policies. CERTIFICATE HOLDER CANCELLATION Weld County Buildings & Grounds Department 1105 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) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD New Cora En Entity e* Entity ID* NORTHERN COLORADO PEST AND 0000.39202 WILDLIFE CONTROL CORP Cotract Name * PRAIRIE DOG CONTROL CONTRACT (2021-2457) Contract Status CTB REVIEW Contract Description. PRAIRIE DOG CONTROL AT VARIOUS LOCATIONS Contract Description 2 Contract Type. RENEWAL Amount. 8324.00 Renewable* YES Automatic Renewal Grant ❑ New Entity? Contract ID 61.30 Contract Lead. SGEESAMAN Contract Lead Email sgeesarnang,co.weld.co.us Parent Contract ID Requires YES Department Project # Department Requested 11OCC Agenda Due Date BUILDINGS AND GROUNDS Date* 07x'16,2022 07, 20,,2022 Department Email CM- BuildingGroundsWweldgov.c om Department Head Email CM-BuildingGrounds- DeptHead0weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EY/AWELDG OV.COM Will a work session with 11OCC be required?* NO Does Contract require Purchasing Dept_ to be included? YES Bid /RFP # B2100108 If this is a renewal enter previous Contract ID If this is part of a NSA 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 Contrac Effective Date Review Date* 07{10; 2023 Renewal Date* 08 1 5 2023 Termination Notice Period Contact Information Contact Info Contact Name Purchasing Committed Delivery Date Expiration Date Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 07:13/2022 Approval Process Department Head TOBY TAYLOR DH Approved Date 07/10/2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07/18/2022 Originator SGEESAMAN finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 07/13/2022 07;'13'2022 Tyler Ref AG 071822 RESOLUTION RE: APPROVE SERVICE AGREEMENT FOR PRAIRIE DOG CONTROL (BID #B2100108) AND AUTHORIZE CHAIR TO SIGN - NORTHERN COLORADO PEST AND WILDLIFE CONTROL CORPORATION WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with a Service Agreement for Prairie Dog Control between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Facilities Department, and Northern Colorado Pest and Wildlife Control Corporation, commencing upon full execution of signatures, with further terms and conditions being as stated in said agreement, and WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Service Agreement for Prairie Dog Control between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Facilities Department, and Northern Colorado Pest and Wildlife Control Corporation, be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreement. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 16th day of August, A.D., 2021. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST:. .. ) 4:4 Weld County Clerk to the Board ounty A torney ike Freeman Date of signature: og/27/2 cc:86(rr/SG) O8'/3O/21 2021-2457 BG0023 eran-rra c+ _ID *505G, FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 July 19, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Prairie Dog Control; B2100108 As advertised this bid is for Prairie Dog Control at four locations. Bids were received from six vendors based on a per hole annual treatment as well as a per hole on -call. The estimate of holes per location and the tabulation based on these estimates are shown in Attachment A. The low bid is from Northern Colorado Pest 8( Wildlife Control. Therefore, Facilities is recommending the award to Northern Colorado Pest & Wildlife Control in the amount of $.90 per hole for the annual treatment and $3.00 per hole for the on -call services with a zero annual escalation amount. This contract is annually renewable up to three years. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 2021-2457 aat SC90O Attachment A ANNU L TREATMENT H2 Enterprises Colorado Northern &Wildlife Pest Company Presto -X p Y AAA Pest Pros Quandary Consultants LLC Weed Wranglers g Control Southwest Services Price per hole $ 0.90 $ 11.83 $ 7.00 $ 3.00 $ 4.00 $ 15.00 Estimated # of holes 200 200 200 200 200 200 Estimated total $ 180.00 $ 2,366.00 $ 1,400.00 $ 600.00 $ 800.00 $ 3,000.00 Southeast Weld Price per hole $ 0.90 $ 11.83 $ 7.00 $ 3.00 $ 4.00 $ 15.00 Estimated # of holes 50 50 50 50 50 51 Estimated total $ 45.00 $ 591.50 $ 350.00 $ 150.00 $ 200.00 $ 765.00 35thAve Price per hole $ 0.90 $ 11.83 $ 7.00 $ 3.00 $ 4.00 $ 15.00 Estimated # of holes 10 10 10 10 10 10 Estimated total $ 9.00 $ 118.30 $ 70.00 $ 30.00 $ 40.00 $ 150.00 Missile Site Price per hole $ 0.90 $ 11.83 $ 7.00 $ 3.00 $ 4.00 $ 15.00 Estimated # of holes 100 100 100 100 100 100 Estimated total $ 90.00 $ 1,183.00 $ 700.00 $ 300.00 $ 400.00 $ 1,500.00 2021 Total (Estimate) $ 324.00 $ 4,258.80 $ 2,520.00 $ 1,080.00 $ 1,440.00 $ 5,415.00 Annual escalation rate 2022 Total (Estimate) Annual escalation rate 2023 Total (Estimate) 0.0% 324.00 $ 0.0% 325.00 $ 5.0% 4,471.74 $ 5.0% 4,695.33 $ 12.5% 2,835.00 $ 12.5% 3,189.38 $ 0.0% 1,080.00 $ 0.0% 1,080.00 $ 0.0% 1,440.00 0.0% 1,440.00 2.5% 5,550.38 2.5% $ 5,689.13 3 -Year Total (Estimate) $ 973.00 13,425.87 $ 8,544.38 $ 3,240.00 $ 4,320.00 $ 16,654.51 ON -CALL TREATMENT H2 Enterprises Colorado Northern &Wildlife Control Pest Company Presto -X AAA Pest Pros Quandry Consultants LLC Weed Wranglers Southwest Mobilization $ - $ 165.00 $ 250.00 $ 100.00 $ 150.00 $ 350.00 Price per hole $ 3.00 $ 11.83 $ 5.00 $ 3.00 $ 5.00 $ 12.00 Estimated # of holes 50 50 50 50 50 50 Estimated total $ 150.00 $ 756.50 $ 500.00 $ 250.00 $ 400.00 $ 950.00 Estimated total $ 150.00 $ 921.50 $ 750.00 $ 350.00 $ 550.00 $ 1,300.00 Southeast Weld Mobilization $ - $ 165.00 $ 250.00 $ 100.00 $ 150.00 $ 50.00 Price per hole $ 3.00 $ 11.83 $ 5.00 $ 3.00 $ 5.00 $ 12.00 Estimated # of holes 50 50 50 50 50 50 Estimated total $ 150.00 $ 756.50 $ 500.00 $ 250.00 $ 400.00 $ 650.00 35thAve Mobilization $ - $ 165.00 $ 250.00 $ 100.00 $ 150.00 $ 350.00 Price per hole $ 3.00 $ 11.83 $ 5.00 $ 3.00 $ 5.00 $ 12.00 Estimated # of holes 10 10 10 10 10 10 Estimated total $ 30.00 $ 283.30 $ 300.00 $ 130.00 $ 200.00 $ 470.00 Missile Site Mobilization $ - $ 165.00 $ 250.00 $ 100.00 $ 150.00 $ 350.00 Price per hole $ 3.00 $ 11.83 $ 5.00 $ 3.00 $ 5.00 $ 12.00 Estimated # of holes 100 100 100 100 100 100 Estimated total $ 300.00 $ 1,348.00 $ 750.00 $ 400.00 $ 650.00 $ 1,550.00 2021 Total Estimate $ 780.00 $ 4,065.80 $ 2,800.00 $ 1,380.00 $ 2,200.00 $ 4,920.00 Annual escalation rate 2022 Total (Estimate) Annual escalation rate 2023 Total (Estimate) 3 -Year Total (Estimate) $ $ 0.0% 780.00 $ 0.0/0 781.00 $ $ 2,341.00 $ 5.0% 4,269.09 $ 5.0% 4,482.54 12.5% 3,150.00 $ 12.5% $ 3,543.75 12,817.43 $ 9,493.75 $ $ 0.0% 1,380.00 $ 0.0% 1,380.00 $ 0.0% 2,200.00 $ 0.0% 2,200.00 $ 2.5% 5,043.00 2.5% 5,169.08 4,140.00 $ 6,600.00 $ 15,132.08 SERVICE AGREEMENT BETWEEN WELD COUNTY AND NORTHERN COLORADO PEST & WILDLIFE CONTROL THIS AGREEMENT is made and entered into this 1(0 day of AO3O5+ , 2021, by and between the Board of Weld County Commissioners, on behalf of Facilities, hereinafter referred to as "County," and Northern Colorado Pest & Wildlife Control, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2100108 Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement, and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. oZoof.,/ ^a 7 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ .90 per hole for annual treatment & $3.00 per hole for on -call services/ Annual Estimate $324.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) 2 from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work 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 Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and 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. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance. Workers' Compensation / Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their 3 employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: Contractor 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. b. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor 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 Contractor 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. 12. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or 4 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. It is agreed that the Contractor 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 Contractor 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 Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 13. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor 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 Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 14. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 15. 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. 16. Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Brandon Ewals-Strain Position: Owner/ Wildlife Biologist Address: 2881 S. 31St Ave. Suite #12 Address: Greeley, CO. 80631 E-mail: ncpwcontrol@gmail.com Phone: 970-330-3929 5 TO COUNTY: Name: Position: Address: Address: E-mail: Phone: Toby Taylor Facilities Director 1105 11 St. Greeley, Co. 80632 ttaylor@weldgov.com 970-400-2020 17. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 18. 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. 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 21. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state 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. 22. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as 6 applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor 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. Contractor shall not terminate the subcontract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor 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 Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may 7 terminate this Agreement for breach, and if so terminated, Contractor 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 Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 30. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Maine: Title: LL Date of Signature WELD fT ATTEST: � t �,c+LA,./ ado Wel . ' s my Clerk to the Bo , rd „"; "'� WELD 3 UNTY, COLORADO BOARD OF COUNTY COMMISSIONERS B Deputy Clerk the Board 8 Scott K. James, Prg-TAU��e 1 6 2021 aDOS+ / rc L UI REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 K ATE: JUNE 16 2021 BID N .ER: B210010 DESCRIPTI N: P IIE 1O6 CONTROL DEPARTMENT: FACILITIES PRE- I CONFERENCE: JUNE 23, 202 BID OPENING: Jf_. LY 77 2021 `l o Jl..OTIE TO BIDS!' E: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: P NTROL A pre -bid conference will be held on June 23, 2021 at 10:30 AM at the Weld County Facilities Department, 1105 H Street, Greeley, CO 80631. Bids will be received for the above stated merchandise, equipment, and/or services up to, but not later than: Jul 7 2021 at 10:00 w field Cp, Jy Purchgs� Time Clock). The submitted bids will be read over a Microsoft Teas Conference P, on July, 7, 2021 atJ0:30 A ( D T ). To join, call the ph one number and r_. nter the Conference D pr ided be&o : hoe number 720439-5261 Phone Conference ilD: 74O304963 PAGES 1 — 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NA T ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2m IN ITATF f ki T' ' ''ID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www..bidnetdirect.com/ Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Email. Emailed bids ai tfk.. required. Bids may be emailed to bids weld p .cor=n. If your bid exceeds 25MB please upload your bid to https://wwvv.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 se ,led bid". An email confirmation will be sent When We receive your bid/proposal. Pleas-., call Purchasing at `570=400-4222 or 4223 with any questions. 3. 0NSTRUCTUONS1O SQDDERS: 11N RODUCTORY tNFORATDON 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 be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A Dower of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with an or 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. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bic Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 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 for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). 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. 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 the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. 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 are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with 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 undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful .__._, _ _____.:.. �^`''�°c :o•--� "may..': �•i•.°°'�'r..• ; ....�—r•v L�?'= »rower, BID REQUEST #B2100108 Page 2 bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or con.sracts with an iilegal alien Successful bidder shall notify the subcontractor and county within three (3) days that Successful bidder las actual knf•nA7,0edge that a subcontractor is employing or contracting with an i legal a ien and shall terminate the subcontract if a subcontractor does not stop emp oying or contracting with the illegal alien within three (3) days of receiving notice. Successful birder shy l not terminate tie contract it within three days them subcontractor provides information to estao ish that the subcontractor has not knowingly employed •r contracted with ar illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, uncertaken pursuant to C.R.S. §8-17.5-102(5), by the Coloraco lDepaiment 0: Labor and Employment. If Success►I 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 empi:.yee, retained file copies of the documents, and rot alters° or ra.sifed the identification documents for such empl.yees. Successful bidder shall de fiver ti county a written notarized affirmation that it has examined the legal work status of suci ernplopee, and small comp y with all of the other requirements of the State of Colorado program. if Successful bidder fails to comp y with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for brei ch, 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. § 2446.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5- 03(4), if such indivi.• ual applies for public benefits provided under the contract. f Successful bidder operates as a sole proprietor, it hereby swears or affirms under pena ty of perzunj that it: (a) is a citizen of tie Unite° States or is otherwise lawFu ly p - went in the Unitec States pursuant to federal law, (b) shall produce one of the forms f ident' ication required by a R.S. § 24-76.5-'04, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 2-76.5-103 prior to the effective date >f the contract. 1 6. GENIE PROVI U S find Availabolioty o Financial ob igati.ns of Vileld County payable after the current fiscal year contingent upon funds for that purpose oeing appr.priated, budgeted and otherwise made available. acceptaice of the bid, Weld County does not warrant that funds will be available to fund the contract beyond current fiscal year. (. re By Trade Secrets and t th r C nfodenUaL Dnfor tk'n: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot oe disclosed to the public. if nec` ssary, confdentiai information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on vhe in&ormation at the top the word, "CONFlDEN llAL." I _ lowever, the successful bidder is advised' that as a public entity, eGd county must comp y with the provisions of C.R.S. 24-72-201, e: seq., the Colorado Open Records Act (CORA), With regard to public records, and cannot guarantee the c.nfidentiality ,.f all documents. The bidder is responsible for ensuring that ail information contained vvithin tie cnfiderthal pa ticn of the subrrnottae is exempt from disclosure pursuant to C. CS. 24J2a204(3)(a)(V) (Trade secrets, privileged information, and conikential commercial, financial, geological, or geophysical data). if Welc; County receives a CORA request for bid information marked S CONFl JENTIAL", staff will review the confidential materials to determine whether any f them may be withhad from disclosure pursuant to C•RA, and disclose those portions staff determines are not pvaotect�-�d from disc osure. Weld County staff will not be responsible e'or redacting or identifying Confidential information which is included wit -in the body of the bid and not separately identified. Any document which is incorporated as 4n exhibit into any contract executed oy the County shall be 1 public document regardless of whether it is marked as confidential. • C. Governmental] lmmuno o No term or condition of the contract mall be coistrued or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of he co orado Governmental Immunity Act H24-10-101 et sec., as applicable now or hereafter amended. BID REQUEST #B2100108 r \.Y a.ilikLa_rr, Page 3 D. Endepenctent Contractor: The successful bidder shall perferm its duties hereunder as an independent conractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bicker nor any agent or employee thereof shall be deemed to be an agent or employee of Wad County. The successful bidder and its employees and agents are not entitled tunemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise pr.vide such coverage for the successful bidder .r any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder anc as employees and agents only if such coverage is made available by the successful bider or a third pally. The successful bidder shall pay when due all applicable employmeit taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or and&standing, 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 orce workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested 6%' do so b l`Nfl d. county. F. Corr pllance with Lawn The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Ch*Ace of Law: Colorado law, and rules and regulations established oursuant thereto, sha I be applied in the interpretation, execution, and enforcement of the contract. Any pr •vision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Per y Reriefociary Enfor'cerert: It is expressy understood and agreed that the enforcement o,' 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 oarties receiving services or benefits under the contract stall be en incidents beneficiary only. H. Attorney's FeesiLegal 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 ttorney fees and/or legal costs incurred by or on bear of the successful bidder. 1. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be aff rded full opportunity to submit bids in response to ail invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration fr an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equiorn nt and/or products necessary for the project and agrees to diligently orovide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder stall further be r-soonsible for tie timely completion, and acknowledges that a failure to comply with the standards anc requirements outlined in the Bid within the time limits prescribed by County may result in Cunty'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 untisuccessful bidder's completion of the responsibilities describes in the Bid. Th uimina ion: 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 ti Lice upon a material breach of the terms of the Agreemet. M. Externsion OF Mothficatfior: Any amendments sr modifications to this agreement shall be in writing signed by both parties. No ad ,itional 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 BID REQUEST #B2100108 Page 4 unit ust e lea y enriched by any additional services, whether or no there is in fact any such un sis of any increase in the compensation payable hereunder. ust enrichment, shall be N. Su contractors: The successful bidder acknowledges that County has entered into this Agreement in reliant-: upon the particular reputation and expertise or the successfu bidder. The successful bidder shall not enter into any suocontractor agreements for tie cornoletion of this Project without County's prior written consent, which may be withheld in County's sole discretion County shiAl have the right in its reasonable discretion to approve all personnel assigned o the subject Project during the performance of this Agreement and no personnel to whom county has an objection, in its reasnable discretion, shall be assigned to the Protect. The successful bidder shall require each subconyractor, as apprived by County ano to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Ar-'erment, and to assume toward the successful bidder al the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward Courty. County shad have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by The successful bidder and the succ ssful bidder shall cooperate in such process. The successful bidder siall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful biddebir further represents and warrants that all seics shall be performed by qualified personnel in a professional and workman ike manrtrs consistent with industry standards, and that all services will csnforrn to app icable specifications. l n addition to the foregoing warranties, Cort7actor is aware that ail 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 pen'ormance. The bidder warrants that the goods to be supplied sha I be merchantable, of good quality, and free frodefects, whether patent or laent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that ne has title t. the gooas supplied ,.end that the goods are free and clear of all }lane, ncumbrancesg and security interests. Service ells in th first One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be pure lases by Weld County, Colorado, pursuant to this .bid for as many service ells as are necessary for the first one (4) year period after said goods ;:tre first supplied to We d County. Bidder sha submitted l submit wit I their bads the following informatic.;n pertaining to the equapmen l . Detailed equipment specai 2. Descriptive literature. .J ations to include the warranty. U pon which the bids are P. o assG n eth: 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 al rights f the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. O. fltrruptoonsa Neither party to this Agreement shall be liab e to the other for delays in delivery or 'ailure to deliver or otherwise to perform .any obligati:.n under this Agreement, were such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, files, strikes, war, flood, earthquakes or Governmenta actions. R. Nori Exclu& ve Agrser ent: This Agreement is nonexclusive and contractors or pers.ns to perform services .;f the same or simile nature. 0. signato County may engage or use of er Employee Financial Interest/Conflict of Interest - CRS §§24-18-4201. et s q and §24-5O5U7. -he vies to this Agreement agree that to their knowiccge, no emp oyee of Weld County has any personal or BID REQUEST #B2100108 Page 5 beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County las no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severabifity: 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. L3ontong Arbitratii*n Prohoboted: Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Corn r Ssfioners of Wad County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensatllon Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution o the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. Go INSURANCE REQUIREE�WviE9TS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the follwing insurance covering all operations, gods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or encorsement stating "Should any of the above - described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible forthe payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of Sims The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, •••••••1 BID REQUEST #82100108 Page 6 maintain n�nigher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant t:• the Contract by reas:•n of its failure t. obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any mdificatiOn to these requirements must be made in writing by meld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of ail services rendered by the successful bidder and shall, without additional compensa ior,, promptly remedy and correct any errors, omissions, r other deficiencies. FIDEMNOTY: The successful bidder shall defend, finder _ inify and hold harmless county, its officers, agents, and employees, from aid against injury, loss damage, iabillty, suits, actions, or claims of any type or character arising out of the work done in fulfillment ,f the terms of this Contract or on account of any act, claim or amount arising r recovered under wor Kers' compensation law or arising out of the failure of the successful bidder t conform to any statutes, ordinances, regulation, law or court decree. Tne successful bicker shall be ful y responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on acc: unt sf its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisi • ns of the materials required herein, or from any claims or am aunts 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 rigits of subrogation against the county its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses rising fr•; m 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. I Types of Insurance: The successful bidder mall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts. Workers' Comperisaldon Insurance as required by state statute, ono Fmpl•yer's Liability Insurance covering all of tie successful bidder's employees acting within the course and scope of their employment. Po -icy shall contain a waiver of subrogation against the C.unty. This requirement shall not apply when a successful bidder o- subcontractor is exempt u ;der Colorado Workers Compensation Act, AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Comme7ci l General Uability lnsurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows. $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; 1,000,000 Personal Advertising injury utomoboll Liability: Successful bidder sha_I 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 -owner vehicles used in the performance of this contract. Successful bidders shall secure and deliver to the Coun,y 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, includin! public liability and property damage, in form ano company acceptable to and approved by said Administrator, covering all operations iereunder set forth in the Request for Bid. BID REQUEST # B2100108 Page 7 Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion_ Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver ofSubrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for are such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. waseanvemaza. Aims, sue BID REQUEST #B2100108 Page 8 Prairie Dog C ntrol This bid is for a contractor to provide Prairie Dog Control at various county properties. SPECIFICATI INS l . Contractor shall perform. Prairie Dog Control measures which include eradication efforts using approved treatments. 2a Contractor shall have a Certified Commercial Applicators License from the Colorado Dept. of Agriculture. 3. Contractor is responsible to comply with all laws, regulations, and safety requirements to employees and public regarding treatment applications. 4. Contractor shall perform one annual treatment with Rozol between October 1st and March 15th each year. a. Price for annual treatment shall be based on each prairie dog mound/hole. b. Price for annual treatment shall include all mobilization fees. c. Contractor shall verify the number of holes to be treated with a County representative prior to treatment. d. Contractor to coordinate treatment days/times with County representative. 5. After initial treatment, contractor shall perform follow-up treatments (also referred to as "on -call" treatments), as needed/requested by the County representative. a. Contractor shall identify a mobilization fee for additional treatments and; b. Identify the cost per hole for each treatment and; c. Identify the proposed product to be used. Products to be used for these on -call treatments include but are not limited to Aluminum Phosphide, Zinc Phosphide, Carbon Monoxide Cartridge. d. Contractor to coordinate treatment days/times with County representative. 6. This bid is for a one-year contract from August 1, 2021 through July 31, 2022. This bid may be renewed annually for up to two (2) one-year extensions at Weld County's discretion. Provide, as applicable, any cost increase/escalation should the next year increment be awarded. ANNUAL TREATTV114,NT LOCATE!,NS AND PRICING The following addresses are the locations requiring the annual treatment between October 1st and March 15th, The annual treatment shall include all mobilization fees. Identify your fees below: Name Location Price per Hole Hoekstra Gravel Pit Hwy 119 and 1-25 $ Southwest Weld Services Com County lex 4209 CO WCR 24 %, Firestone, $ Southeast Services Weld Complex County 2950 9th St, Fort Lupton 35th Ave. Communication Tower 3105 35 Ave, Greeley $ Missile Silo Park 10611 287 S ur, Greele BID REQUEST It B2100108 Page 9 ON -CALL TREATMENT LOCATIONS AND PRICING The following addresses are the locations requiring the on -call treatment. Include the associated cost for each type of treatment below: Name Location Identify Type of Product Mobilization Price per Hole I I Ioekstra Gravel 1-25 Hwy 119 and $ $ Pit Southwest County Complex Weld Services 4209 WCR 24 A, Firestone, CO $ $ Southeast County Complex Weld Services 2950 9th Fort Lupton St, $ $ F}C 35th Ave. F Communication Tower 3105 Greeley 35th Ave, $ Missile Silo Park 10611 Spur. 287 Greeley $ $ ESCALATION Provide your cost escalation for each subsequent year: 2022 2023 BID REQUEST #82100108 Page 10 The undersigned, by his or her signature, hereby acknowledges and represwnts 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. #B2100108. 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. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor_ FIRM BUSINESS ADDRESS _ CITY, STATE, ZIP CODE TELEPHONE NO µ.., FAX PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE TAX ID **ALL BIDDERS SHALL PROVIDE A W WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FRO NUMBER IS #98-03551-0000. ATTEST: COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION you DO NOT NEED TO SEND BACK PAGES 1 — 8e BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY:: Deputy Clerk to the Board Steve Moreno; Chair At�....rtl.a, ,n ,volt APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller Sla.X• BID REQUEST #B2100108 Page 11 Prairie Dog Control Question & Answer 82100108 1. The Hoekstra Gravel Pit has general location identified. But not an address. Can you clarify where this is located. Answer: The Hoekstra Gravel pit was recently sold. Therefore, pricing for that location can be omitted since it is no longer property of Weld County. ADDENDUM#1 BID REQUEST NO. B2100108 PRAIRIE DOG CONTROL The address for the Missile Site Park needs to be corrected from 10611 287 Spur, Greeley. Instead, the correct address for the Missile Site Park is 10611 257 Spur, Greeley. These changes will be on Page 9 and Page 10. ***We need signed copy on file submitted with your bid. Thank you!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL June 28, 2021 Exhibit B Prairie Dog Control This bid is for a contractor to provide Prairie Dog Control at various county properties. SPECIFICATIONS 1. Contractor shall perform Prairie Dog Control measures which include eradication efforts using approved treatments. 2. Contractor shall have a Certified Commercial Applicators License from the Colorado Dept. of Agriculture. 3. Contractor is responsible to comply with all laws, regulations, and safety requirements to employees and public regarding treatment applications. 4. Contractor shall perform one annual treatment with Rozol between October 1" and March 15th each year. a. Price for annual treatment shall be based on each prairie dog mound/hole. b. Price for annual treatment shall include all mobilization fees. c. Contractor shall verify the number of holes to be treated with a County representative prior to treatment. d. Contractor to coordinate treatment days/times with County representative. 5. After initial treatment, contractor shall perform follow-up treatments (also referred to as "on -call" treatments), as needed/requested by the County representative. a. Contractor shall identify a mobilization fee for additional treatments and; b. Identify the cost per hole for each treatment and; c. Identify the proposed product to be used. Products to be used for these on -call treatments include but are not limited to Aluminum Phosphide, Zinc Phosphide, Carbon Monoxide Cartridge. d. Contractor to coordinate treatment days/times with County representative. 6. This bid is for a one-year contract from August 1, 2021 through July 31, 2022. This bid may be renewed annually for up to two (2) one-year extensions at Weld County's discretion. Provide, as applicable, any cost increase/escalation should the next year increment be awarded. ANNUAL TREATMENT LOCATIONS AND PRICING The following addresses are the locations requiring the annual treatment between October 1" and March 15t. The annual treatment shall include all mobilization fees. Identify your fees below: Name Location Price per Hole - . Southwest Weld County Services Complex 4209 WCR 24 V2, Firestone, CO $ 0 ,q0 + b leave u -'r ors (..O tot Southeast Weld County Services Complex 2950 9th St, Fort Lupton $ CAW bor. li-a.pL/- O - tLD'b0l.. 35th Ave. Communication Tower 3105 35th Ave, Greeley $ 0 PO {pwtirrDu) ,(.44;4•A.-00- CLO O L - $ OA CJ b�- Missile Silo Park 10611 287 Spur, Greeley �p��r am tot (,tt ON -CALL TREATMENT LOCATIONS AND PRICING The following addresses are the locations requiring the on -call treatment. Include the associated cost for each type of treatment below: Name Location Identify Type of Product Mobilization Price per Hole Hoekstra Gravel Pit Hwy 119 andh-t I-25 , w 0410, :_v\c,u d $ 3 0O !mss Southwest Weld County Services Complex 4209 WCR 24 '/2, Firestone, CO f p `' $ ,l�.d�J $ ,/ 3 '°Q' Southeast Weld County Services Complex 2950 9th St, Fort Lupton 's II $ ^ C.Ld $ 3,6° t $ 3. , tb,,,,r,wk; 35th Ave. Communication Tower 3105 35th Ave, Greeley N P" $ tx‘citmdcd Missile Silo Park 10611 287 Spur, Greeley I\.. 9" $ �d $ 3 `'° �bwr ESCALATION Provide your cost escalation for each subsequent year: 2022 2023— 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. #82100108. 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. The bid(s) may be awarded to more than one vendor. FIRM )oz,) etXt t 40o PC r s �a�.0 ( J -rw( BUSINESS ADDRESS 23j I S . 3(t Psoe }..S LA -LTC I2 , ( y , CO 0-06 31 CITY, STATE, ZIP CODE tsgf y , CO ?C)63( TELEPHONE NO CI7Q._3.?O -39Z9 FAX PRINTED NAME AND TITLE s Nvcn.) 1=‘3 SIGNATURE E-MAIL �I)Gpw6Oy\l 61 mac' I•wen DATE 0 / I S laYZI (� is,S TAX ID# $i 3 LI37Z.6& 'ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID" WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551.0000. YOU DO NOT NEM TO SENDIMCKPAGES, - 8. ATTEST. T.,/.,dGldt,A) v• ;€1 BOARD FCOUNTlYY OMMISSIONERS Weld ' o my Clerk to the Bo. rd WELD OUNTY,.2OLORADO BY: Deputy Cle %To t K. James, Pro-'1'em 'AUG 1 6 2021 2a/ - a ��7 ADDENDUM# 1 BID REQUEST NO. B2100108 PRAIRIE DOG CONTROL The address for the Missile Site Park needs to be corrected from 10611 287 Spur, Greeley. Instead, the correct address for the Missile Site Park is 10611 257 Spur, Greeley. These changes will be on Page 9 and Page 10. ***We need signed copy on file submitted with your bid. Thank you!*** Addendum received by: June 28, 2021 newn CCloli Pc&- h Uzmiik,iire cm FIRM itt\ S 31YricVbi 506 I2 ADDRESS reef , C/03 j AND STATE 1 i10 --,r1 BY r° SS} ►'1 6,v1 eh►Coe-k \. cam, EMAIL SHANNON NORTCOL-07 7 ACORO" 4.----- CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 7/28/2021 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 suchppendorsement(s). PRODUCER Renaissance Insurance GroupPHONE PO Box 478 Windsor, CO 80550 NAMEACT Scott Runyan FAX (NC,No, Est): (970) 236-8272 I(A/C, No): %%RESS: srunyan@reninsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A :Secure Insurance Companies INSURED Northern Colorado Pest & Wildlife Control Corp 2881 S 31st Ave Unit #12 Greeley, CO 80631 INSURER B:StarStone Specialty Ins. Co. 44776 INSURER C: Pinnacol Assurance 41190 INSURER D : Markel Insurance Company INSURER E : INSURER F : REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES 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 ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DDIYYYYI POLICY EXP (MM/DDIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY X X 20-CP-003311147-1 9/1/2020 9/1/2021 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 10,000 PERSONAL 8 ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 3,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES JPt±T PER: LOC PRODUCTS - COMP/OP AGG $ 3,000,000 $ A AUTOMOBILE X LIABILITYCOMBINED ANY AUTO OWNED AUTOS E�ONLY AUTOS ONLY X X SCHEDULED AUTOS SSWN AUTOS ONLY x X A3311148 9/1/2020 9/1/2021 (Ea accident)SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY a�dentDAMAGE $ $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X x 79409A200ALI 9/2/2020 9/1/2021 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DED I RETENTION $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N N / A X 4194972 9/1/2020 9/1/2021 X STATUTE H ER E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ D A Commercial Excess Pollution EZXS3033206 20-CP-003311147-1 9/2/2020 9/1/2020 9/1/2021 9/1/2021 Limit Limit 4,000,000 25,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Subject to policy conditions, definitions, endorsements & exclusions. Weld County, its officers, agents, and employees are covered as Additional Insureds with respect to the General Liability, Auto Liability and Umbrella Liability. A Waiver of Subrogation applies with respect to the General Liability, Auto Liability, Umbrella Liability and Workers Compensation coverages. 30 Day Notice of Cancellation applies to the policies. CERTIFICATE HOLDER CANCELLATION Weld County Buildings & Grounds Department 1105 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) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* Entity ID* NORTHERN COLORADO PEST AND O0039202 WILDLIFE CONTROL CORP Contract Name* PRAIRIE DOG CONTROL Contract Status CTB REVIEW Contract Description* PRAIRIE DOG CONTROL AT VARIOUS COUNTY LOCATIONS Contract Description 2 Contract Type AGREEMENT Amount* 5324.00 Renewable* YES Automatic Renewal Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgov.c om Department Head Email CM-BuildingGrounds- DeptHeadeldgov.c©m County Attorney GENERAL COUNTY A I I ORNEY EMAIL County Attorney Email CM- COUNTYA I I O NEYgWELDG OV.COM If this is a renewal enter previous Contract ID If this Contract ID Contract ID 5056 Contract Lead* SGEESAMAN Contract Lead Email sgeesamanco.weld.co.us Requested BOCC Agenda Date* 07,28 2021 Parent Contract ID Requires Board Approval YES Department Project # Due Date 07 24 2021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept to be included? YES Bid/RFP #* B2100108 Note: the Previous ContracE Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Review Date* ©7'11;2022 Committed Delivery Date Contact Type Contact Email Renewal Date* 08'0112022 Expiration Date Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date ROB TURF 08 10,' 2021 Approval Process Department Head TOBY TAYLOR OH Approved Date 08/02/2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date Originator SGEESAMAN Finance Approver CHRIS D'OVIDIO Legal Counsel BOB CHOATE finance Approved Date Legal Counsel Approved Date 08;02/2021 08:02:2021 Tyler Ref # Hello