Loading...
HomeMy WebLinkAbout20210906.tiff -thre1/46- tb I 5/ Sti Christie Peters From : Weed Wranglers <ww@weedwranglers.com > Sent: Wednesday, February 24, 2021 4: 12 PM To: bids Subject: Bid Proposal #B21 00050 Attachments: Weed Wranglers - Bid Proposal #B2100050 - Enforcement Services.pdf Caution : This email or!ginated from outside of Weld County Government, Dc not c;icy: tin :s or open ,-}ttachments unless you recognize the sender and know content is safe. Please see our attached bid for Enforcement Services/Mowing & Spraying. Please let me know if you have any questions. Thank you for the opportunity to bid on this project ! Clint Dotterer Iiitireedi Wranglers 7070 W 117th Ave, Suite D * Broomfield, CO 80020 Office 303 . 798 .4090 * weedwranglers.cofl , , y. 1 . 4 fa 2021 -0906 Cht, Atc( ) , / -/ q ?,:i_ it•. fir, SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: REQUEST FOR ENFORCEMENT SERVICES MOWING AND/OR SPRAYING WELD COUNTY COLORADO - COUNTY WIDE PROJECT LOCATIONS I. Purpose Weld County is soliciting bids from qualified consultants for contractual services of mowing and/or spraying in Weld County. Two separate bids are included in this contract. These bids are for mowing, and private parcel spraying. II. Scope of Services ................ . . The Weed Division of the Weld County Public Works Department manages the noxious weed control program for Weld County, Colorado. The weed control program was established under the Colorado Weed Management Act, Section 35-5.5-101, et. seq., CRS, and Weld County Code, Chapter 15. Both laws provide the right to enforce weed control measures on negligent landowners if all of the appropriate steps have been followed. A. General Project Description The Weed Division will carry out enforcement procedures on landowners failing to comply with legal notice from May through October. Depending on the growth of the noxious weeds targeted, mowing or herbicide treatment will be used to bring the landowner's infestation into compliance with Weld County Code Chapter 15. B. Project Requirements The purpose of this bid is to establish the basic costs of various items such as different classes of mowing and different classes of herbicide treatment so that the County can, on relatively short notice, have noncompliant lands within Weld County brought into compliance by applying one or a combination of the items most appropriate to an individual site and time. The Contractor must be able to respond to a County request for work within 3 working days, unless a longer time frame or future date is defined by Weld County, with all of the labor, equipment, and materials necessary to complete the requested work in a timely manner. All work shall be completed in accordance with these specifications, accepted horticultural practices, and the project work order. All permits, licenses, fees and traffic control associated with any work under this Contract are the responsibility of the Contractor, unless otherwise noted. Due to the size of Weld County, the variety of project types and that timeliness is essential in this contract, the Weed Division Supervisor will work with several Contractors. III. Term of Contract This Contract is a renewable one year term. The County, at its sole option, may offer to extend this Contract for up to two additional one-year terms (for a total of three possible years). The extension option may be exercised providing satisfactory service is given and all terms and conditions of the contract have been fulfilled. Such extensions must be mutually agreed upon in writing, by and between the Public Works Department Weed Division Supervisor and the Contractor. An increase of 5% or less can be approved by the Director of Public Works. Extensions more than 5% must be approved by the Board of County Commissioners or re -opened for a new bidding process. 62100050 11 IV. Enforcement Specifications A. Areas to Be Treated All areas to be treated under this contract shall be within the unincorporated portion of Weld County as established by Section 35-5.5-109, CRS, or within municipality boundaries with written approval from the municipalities governing board. B. Class I Herbicide Classification Class I is field spraying. The minimum equipment required is a truck or pick-up mounted sprayer with a minimum tank capacity of one hundred (100) gallons. Sprayer must include a boom with nozzles spaced according to manufacturer's specifications and capable of delivering a minimum of ten (10) gallons per acre with a minimum swath width of fifteen (15) feet. C. Class II Herbicide Classification Class II is handgun applications. The minimum equipment required is a truck or pick-up mounted sprayer with a minimum tank capacity of two hundred (200) gallons. The handgun attachment must be capable of delivering a minimum of fifty (50) gallons per acre and having a minimum of 100 hundred (100) feet of hose. D. Class III Herbicide Classification Class III is hand applications. The minimum equipment required is a backpack or hand-held sprayer with a minimum tank capacity of three (3) gallons. E. Class IV Herbicide Classification Class IV is cut stump treatments. The minimum equipment required is a backpack or hand-held sprayer with a minimum tank capacity of three (3) gallons and chainsaw or other mechanical tools as appropriate. F. Class I Mowing Classification Class I is tractor weed mowing. The minimum equipment required is a farm tractor with a minimum of fifty (50) horsepower and a five (5) foot rotary mower. G. Class II Mowing Classification Class II is tractor weed mowing. The minimum equipment required is a farm tractor with a minimum of eighty (80) horsepower and a 15 — 20 foot rotary mower. H. Class III Mowing Classification Class 111 is hand weed mowing. The minimum equipment required is hand-held equipment such as string mowers, hand sickles, or high wheeled industrial lawn mowers. J. Materials and Equipment The Contractor shall supply all materials and equipment including, but not limited to, herbicides, water, sprayers and mowers necessary for completion of the Contract. 82100050 12 V. Execution of Specifications A. Method of Application Method of application shall be determined by the Weed Division Supervisor. This will be based on individual site conditions. B. Herbicides Allowed 1. 2, 4-D Amine 4.0 lb. active ingredient per gallon 2. Dicamba 4.0 lb. active ingredient per gallon 3. Vista XRT or Fluroxypyr 2.8 lb. active ingredient per gallon 4. Telar 75% D.F. 5. Plateau or Imazapic 2.0 lb. active ingredient per gallon 6. Milestone 2.0 lb. active ingredient per gallon 7. Rejuvra 1.67 lb. active ingredient per gallon 8. Garlon 3A or Triclopyr aquatic 3.0 lb. active ingredient per gallon 9. Surfactant: 90% non-ionic active ingredients, or methylated seed oil depending on the weed species targeted. C. Rates and Usage Herbicide rate and type shall be subject to the approval of the Weed Division Supervisor. Such usage must conform to the environment conditions of the site, to the landowner's request, and shall conform to label restrictions. The contractor must follow all safety, application and precautionary statements on the label. D. Product Substitutions The Weed Division Supervisor shall evaluate all requests for product substitutions. All such requests must be in writing and must include a detailed description of the benefits and any alterations of price. No product substitutions shall be made without the prior written approval of the Weed Division Supervisor. E. Required Control All herbicide applications must be of the correct type, rate and timing to guarantee control of weed top growth for a period of 90 days following application. Translocating herbicides will be used to insure some root control and reduction of existing weed stands. F. Safety Clothing and Equipment for Applicators Spray applicators shall wear appropriate clothing and safety equipment as recommended on the label. If applicators are not properly clothed or protected, the Weed Division Supervisor or staff may stop the spray operations until minimum safety requirements are met. G. Equipment Inspection The County may inspect all pesticide application equipment, and/or the chemical tank mix of the Contractor at any time during the project period. All equipment shall be cleaned on the site, prior to leaving to decrease the potential for spreading noxious weeds. The County shall be under no duty to inspect every time. H. Mowing All weeds shall be cut to a height of not more than six inches. All seed heads and stems must be completely severed from the basal portion of the plant. Areas mown must be uniformly cut with no skips or weeds left standing. All patches of noxious weeds will be mowed. Only areas infested with the noxious weed will be mowed as discussed during the on -site meeting. 82100050 13 I. Herbicide and Mowing Application Record The Contractor for both herbicide applications and mowing shall complete a record of application for each job assigned or more often as environmental and/or site conditions warrant, on forms supplied by Weld County. Application record forms shall be completed in full and delivered to the Weed Division Supervisor within one (1) week after completion of the job. A site description detailing the location of the actual work performed shall be included. J. On Site Meeting A meeting between the Contractor and the Weed Division Supervisor or their staff shall be required for each parcel to be treated through herbicide or mowing operations. Said meeting will be held at the job site with the intention that the contractor will be able to start the job that day, if possible. The following information will be discussed at the job site: Expected starting date Expected completion date Property boundaries and estimated acreage as determined by an aerial map from Acrview and/or GPS mapping Extent of work to be done Herbicides to be used (if applicable) Application equipment Any potential problems with site or treatment Application records and maps will be given to the Contractor at this time Property owner K. Set -Up Charge The County shall pay the Contractor a one-time set-up fee for each separate landowner. The set-up fee includes but is not limited to, Contractor's time and travel expenses to and from the on -site meeting and any additional meetings necessary for the site. Set-up charge shall be a flat fee applicable to any and all parcel sites. L. Project Start Date If the Contractor returns to a property later than five (5) days after the initial meeting with the Weed Division Supervisor or their staff and finds the weed control work already completed by the landowner, the Contractor shall not be eligible for the set-up charge. If the Contractor does not return to a property to carry out weed control measures, after the Contractor accepts the job, the Contractor shall not be eligible for the set-up charge. Spraying the roadsides shall begin no later than seven (7) days after initial contact. M. Confronting the Landowner on Site If the Contractor is confronted and asked to leave the property by the landowner or his agent, the Contractor shall do so immediately, without performing further treatment. The Contractor shall be paid for work completed at the time of leaving. If no work was performed before the Contractor was removed, only the set-up charge will be paid. The Contractor shall notify the Weed Division Supervisor within twelve (12) hours of landowner interference in treating the property. Failure to notify the Weed Division Supervisor within said time limit will result in non-payment of all charges. N. Down Time and Unforeseen Circumstances For the purposes of this contract, the term "down time" shall be defined as any project time spent in non- productive activities such as, but not limited to: time spent gaining access; time required to secure Weed Division or Sheriff's office assistance for access; Landowner interference; Extreme operating conditions, such as trash removal or unseen field conditions. There shall be no "down time" for Class IV roadside noxious weed control applications. 82100050 14 Down time shall NOT include: equipment difficulties; equipment breakdown; employee negligence or illness. Payment for any activity billed to the County as "down time" shall be contingent upon the approval of the Weed Division Supervisor, and shall not total more than two hours per parcel. VI. Work Order Request and Payment A. Notice to Proceed - The Weed Division Supervisor shall call the Contractor and discuss the work to be performed. The Contractor shall have the right to refuse any job. Refusing more than fifty percent (50%) of assigned jobs will result in the termination of this Agreement. B. Contractor's Cost Estimate - The Weed Division Supervisor will develop a written work order based on bid prices. At the On -Site Meeting the work order will be reviewed, the start date and an estimate of time required to complete the work will be filled in. C. Work Order- Upon receipt of and agreement with the Contractor's cost estimate and time to complete, the Weed Division Supervisor shall provide the Contractor with a signed Work Order (see Exhibit A). The Contractor shall begin and complete the work as agreed to in the estimate. A signed/accepted cost estimate will be the Notice to Proceed with the onsite meeting. D. Performance of the Work - All work is to be performed by qualified personnel thoroughly familiar with proper and accepted methods for herbicide applications and/or mowing operations. All work is to be performed under the direct supervision of the Contractor's superintendent, who shall be thoroughly familiar with the provisions of this contract. E. Job Start and Completion- The Contractor shall telephone the Weed Division Supervisor at (970) 304-6496 EXT. 3770 or at (970) 381-4052, when they reach the job site to start spraying or mowing operations as well as when they have completed the job. Failure to call the County at the start and completion of a job may result in nonpayment. The following information shall be given: Contractor's name and company; date and time; parcel location or number. F. Payment for Completed Work - When work has been completed on any project, the Contractor and the Weed Division Supervisor shall inspect the site together and determine the total area of the work, and whether or not the work is complete and has been done in accordance with the work order. If mutual agreement cannot be reached on these issues, the determinations made by the Weed Division Supervisor shall be final. Deficiencies in the work, if any, shall be noted and a checklist of these deficiencies given to the Contractor by the Weed Division Supervisor. The Contractor shall immediately correct any deficiencies listed on the checklist. G. Billing — All work completed by the Contractor shall be billed to the County within 7 days after completion. The billing will also be complete for all parcels owned by an individual or company. VII. Warranty The Contractor shall warrant all herbicide treated areas against defective materials and/or workmanship for ninety (90) days from the date of Conditional Acceptance. The Contractor shall retreat (in accordance with the provisions in the original project work order) any areas that noxious weeds are able to flower again during the warranty period, at no additional cost to the County. ANY DEVIATIONS FROM THE STANDARDS GIVEN ABOVE MUST BE SUPPLIED AND APPROVED PRIOR TO THE AWARD RECOMMENDATION BY THE COUNTY WEED DIVISION SUPERVISOR. B2100050 15 Exhibit A Enforcement Services Contract Cost Estimate and Work Order Herbicide Spraying Mowing Contractor: Fax #: Please be advised that Weld County requests a Written Cost Estimate on this form, and Notice to Proceed on the following project: Landowner Name and Address: Property Parcel Number: Legal Description: Targeted Species: Visible evidence of prior treatment: Bid Item Item Description Bid Costs Acres Quart/Pint/Oz. Hours Current Job # Acres Current Job Est. Cost 1 Class I Mowing 2 Class II Mowing 3 Class III Mowing 4 Class I Spraying 5 Class II Spraying 6 Class III Spraying ,- 7 Class IV Spraying 8 Herbicide 9 Herbicide 10 Surfactant 11 Down Time Subtotal: Extra Items Region 1 Region 2 Region 3 Region 4 Set -Up Charge** Total Estimated Cost: Contractor's Signature: Date: Actual Start Date and Time: Actual End Date and Time: County Weed Division Supervisor: Date: Herbicides: 7 . Trade Name 2. EPA Registration # Application Rate Trade Name EPA Registration # Application Rate Temperature F Wind Direction and Speed MPH Soii Condition: Wet Dry Cloud Cover 82100050 16 Exhibit B Regions of Weld County 771..✓ Tip n: 7 -TN �A/w'S:6rr' ;rt{ ni r 26?w (24,44, /2.64%r /263u .. nano f?67w ... ... . ...... G ,2L�u K6Ja) f.1.0 la RG-5,u ee su erse RS7 w .} V..,. 'T'77.✓ —7;'. W " 17en1 •••�7^/t7N — T? v . • . " Rau �6.REGION /Se -~NORM!= IMO V REGION /Y- N0RTIMIt WELD nu) COUNTY /1- 80Rf6Rot RID =WON - ROWELNEW r .nROWEL=44.01.41 a n a an W4.49...r..ir..anes au,0 QLsa' 26✓v teo, (2G3w 2Gew _ 7'2 82100050 17 BID ITEMS FOR MOWING CONTRACT All spaces must contain a bid price in the units indicated if bidding on the mowing contract. Bid Item Region ° Region 2 Region 3 Region 4 Class 1 Class 1 i Class III ** All mowing bid prices are on a per acre rate. Set-up charge per parcel : Region 1 ReA ion 1 I . Re ion III Re ion IV Down-Time Charge: _ per hour Respectfully submitted : Firm or Business Name: By: Position or Title: Address: Date : Phone Number: • I B2100050 18 BID ITEMS FOR SPRAYING CONTRACT All spaces must contain a bid price in the units indicated if bidding on the spraying contract. Bid Item Region 1 Region 2 Region 3 Region 4 Class I $65.00 $65,00 $65.00 $65. 00 Class II $ 110.00 Si i0.00 C $11o.o0 $11o. oa Class III $95.00 $95.00 I $95.00 $95.00 Class IV $95.00 $95.00 i $95.00 $95.00 i'r Class I bid prices is on a per acre rate. ** Class II , III and IV bid items are on a per hour rate . Set-up charge parcel: Region I . Region II I Region III 1 Region IV $375.00 $450.00 $ 175.00 $300. 00 Down-Time Charge: $75 . 00 per hour Herbicides Cost per Ounce Expected Rate of Use per Acre 2 , 4-173 Amine $0.22 32 oz Dicamba $0.69 32 oz Vista XRT or Fluroxypyr , $1 .55 20 oz Telar XP $15.60 2 oz Milestone _ $2. 81 7 oz Plateau or Imaza is $0.95 g oz Rejuvra $9.32 5 oz Garlon 3A or Triclopyr aquatic # $0.52 1 gallon them : 1 gallon H2O 90% Non-Ionic Surfactant $0.21 32 oz/100 .gallons Methylated Seed Oil Surfactant $0. 13 32 oz/1 00 gallons Respectfully submitted : Firm or Business Name: C . R . Dotterer, Inc, DBA Weed Wranglers By: i Clint Dotterer Position or Title: President Address: 7070 W 117th Ave , Unit D , Broomfield , CO 80020 Date: February_ 24 , 2021 Phone Number: (303) 798-4090 r ),. B2100050 19 Experience and References Please provide a brief description of your experience with spraying or mowing. Include years of work, types of projects worked on and any other pertinent information available. Describe equipment to be used. Weed Wranglers has been providing weed management services for public, commercial, and private property owners in the Denver area for over 20 years, This includes noxious weed control in native open spaces, rangeland and right-of-ways as well as in turf, landscaped areas, and industrial bareground. We have ten full-time herbicide application technicians on staff, including seven licensed Qualified Supervisors and three Certified Operators. We hold licenses in nine different CO Department of Agriculture pesticide application categories. We also have full-time office personnel to provide adminstrative support and ensure timely and accurate record keeping and invoicing. We are well equipped with a diverse lineup of reliable equipment to ensure that herbicide applciations can be made in the most effective, efficient, and safest way possible. Our equipment includes truck sprayers with both fixed boom and boomless application capabilities, AN's and UN's equipped with fixed boom and boomless nozzles as well as hose reels and handguns, hose reel trucks with 600' of hose for handgun applciattcns, and backpack sprayers. We also nave a 1962 Unimog with 400 gallon capacity, boomess nozzles, and a hose reel for large jobs with difficult terrain.. Our facility in Broomfield is well positioned to service properties in Weld County. Please provide contact information for at least three (3) business references. Name: Denver Water - Bill Hascall Address: 1600 W 12th Ave Denver, CO 80204 Phone: (303) 828-6719 Service provided and dates: Noxious weed management services for 30+ properties on the front range. Servicing annually since 2000. Name: Leyden Rock Metro District- Christina Barkley Address: PO Box 305 Broadway NJ, 08808 Phone: (303) 423-0270 Service provided and dates: Noxious weed control services on ?175 acres of native open space in Arvada, CO. Servicing since 2018. ADDENDA: Addendum Number Name: City of Boulder - Laurie Dieter Address: 7315 Red Deer Dr Boulder, CO 80306 Phone: (303) 817-1143 Service provided and dates: Noxious weed control services on numerous open space properties. Servicing annually since 2000. Name: Address: Phone: Service provided and dates: Date of Addendum 02/05/2021 Date Received 02/05/202 82100050 20 The undersigned certifies that he has examined the specifications and instructions to bidders and has submitted a bid in full compliance and without collusion with any other person , individual or corporation. PLEASE READ THIS PARAGRAPH AND CHECK THE BOX BELOW I understand that I must provide proof of insurance if awarded this bid . I also understand that the award may go to the next lowest bidder if I do not provide proof of insurance within the required 10 days after Notice of Award . The undersigned, by his or her signature, hereby acknowledges and represents that: 1 . The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No , #B2100050. 2 . The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3 . He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal sheets . 4 . The signed bid submitted , all of the documents of the Request for Proposal contained herein (including, but not limited to , product specifications and scope of services) , and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County . 5 . Weld County reserves the right to reject any and all bids, to waive any informality in the bids , and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. FIRM C . R. Dotterer, Inc. , DBA Weed Wranglers By Clint Dotterer (Please print) BUSINESS ADDRESS 7070 W 117th Aye , Unit D DATE February 24, 2021 CITY, STATE, ZIP CODE Broomfield , CO 80020 TELEPHONE NO (303) 798-4090 FAX (303) 798-4090 TAX ID # 83-4600654 414C-L--._ ww@weedwranglers . com lers . com SIGNATURE E-�/1A1 L � WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551 -0000. DO NOT NEED TO SEND BACK PAGES 1 - 10. THANK YOU ! B2100050 21. **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID WELD COUNTY IS EXEMPT FROM ILO ? - ` O Sk. LE TAXES. THE CERTIFICATE OF EXEMPTION NUMBER I N-98-035514)000. n _d "'R'T'ES o ) BOARD OF COUNTY COMMISSIONERS ' Id Quilt • Cie - -. � th ~ . Bard WELD,COUNTY, COLORADO BY :a el""- /• r .,(. ..,,?' -,�'r ���1 y % L/`_� (i/ �" •••__!-�1• ''' z:// Deputy CI k A.to t . ? e Boar : ; F Moreno, Chair MAR 2 92021 1861 018 in\ I D \\ c' fed•-' �- d X11 • ti q• fV'.a B2100050 22 2o2/ coot 4090 Request for Taxpayer Give Form to the tz! Form (Rev. October 2018) Identification Number and Certification requesters Do not Department of the Try:miry send to the IRS, internal Revenue Service Ir. Go to wwwirs.gov/FormW9 for Instructions and the latest Information. f 1 Name (as shown on your income tax return). Name is required on this lino; do not leave this line blank. C.R. Dotterer, Inc. 2 Business name/disregarded entity name, if different from above Weed Wranglers 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1 . Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entities, not individuals; see instructions on page 3): g ❑ individual/sole proprietor or ❑ C Corporation 12 S Corporation N Partnership ❑ Trust/estate 6 2 single-member t,.1.C Exempt payee code (If any) limited liability company. Enter the tax cln4�lflcation C=C corporation,P ( S=S corporation, P_Partnarship) zas Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting LLC if the LL.C 1s clas.sliTed as a single-me-mbar LLC that Is dhhrorlardud from the owner unless the owner of the LW €s code if an za another Lt.C that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LW that { y) is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other (see instructions) ilt" (Applies to accounts maintained outride rho U.S) rn 5 Address (number, street, and apt. or suite nor) See instructions, Requester's name and address (optional) cp 7070 W 117TH AVE, UNIT D 6 City, state, and ZIP code BROOMFIELD, CO 80020 7 List account nurnber(s) here (optional) . rt I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding, For individuals, this is generally your social security number (SSN). However. for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part 1, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a , TIN, later. or Note: if the account is in more than one name, see the instructions for line 1 . Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. 8 3 - 4 6 0 0 6 5 4 Certification Under penalties of perjury, I certify that: 1 . The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revonuo Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form Of any) indicating that I am exempt from FATCA reporting is con-ect. Certification Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of ida Here u.S. person ! - Date IP- gfre-'24°10 General Instructions • Form 1099-OW (dividends, including those from stocks or mutual funds) Section references are to the internal Revenue Code unless otherwise Form 1099-MISC (various types of income, prizes, awards, or gross noted, proceeds) atom developments. For the latest information about developments w Form 1099-B (stock or mutual fund sales and certain other related to Form W-9 and its instructions, such as legislation enacted transactions by brokers) after they were published, go to www_irs,goy/For '(tl/9. • Form 1009-S (proceeds from real estate transactions) ) Purpose of Form ° Form 1099-K (merchant card and third party network transactions) An individual or entity (Form W-9 requester) who is required to file an 0 Form 1098 (home mortgage interest), 1098-E (student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T (tuition) IdenUftca:tion number (TIN) which may be your social security' number + Form 1099-C (canceled debt) (SSW), individual twayer identification number °TiN), adoption ° Form 1 n99-,4 (acquisition or abandonment of secured r© taxpayer identification number (ATIN), or employer identification number property) Y) (EIN), to report on an information return the amount paid to you, or other Use Form W-9 only if you are a U .S. person (including a resident amount reoartabin on an information reltirn. txarnpin,1 of ir,fnrmatk n alien), to provide your correct TIM_ returns include, but are not limited to, the following. If you do not return Form W-9 to the requester with a TIN, you might • Form 1099-iNT (interest earned or paid) be sa.blect to backup withholding. Secl What is backup withholding, /a ter. y.. .. Cat. No. 10231X Form Wag (Rev. 10-2018) .,44C-C;0�R0 WEEDWRA-01 CERTIFICATE OF LIABILITY INSURANCE LMS0RE DATE (MMIDD/YYTY) 12/16/2020 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 INSocial Risk Advisors 283 South State Street Suite 102 Westerville, OH 43081 INSURED C. R. Dotterer, Inc., Dim Weed Wranglers 8333 S. Santa Fe Dr. Ste A-1 Littleton, CO 80120 cT PHO ytic N . EA: (614) 942-1226 Mu ; serviceatInsocialra.com _ INSURER(S) AFFORDING COVERAGE INSURER A Cincinnati Insurance Company INSURER B: RSUI Indemnity Company ,.INSURER C,; INSURER D : INSURER E :. INSURER F : FAX WC (614) 942-1226 NAIC S 10677 _ COVERAGES CERTIFICATE NUMBER: • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR- TYPE OF INSURANCE _ _..ADD SUER M � POLICY NUMBER � � ( PP ICY EFF � - POLICY EXP LIMITS INSO OIYYYY) (MM/DDNYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE , 2,000,000 $.. CLAIMS -MADE X OCCUR -ECP 0365062 1/1/2021 1/1/2022 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 000 ,, 2000 MED EXP (Any one person) $ 10,000 _. _.. PERSONAL & ADV INJURY ,.,$ ... 2,000,000 S PER: GENERAL AGGREGATE CfiEI'I'LAPOLICY ' CREGA7E LiMIT APPLIES LOC PRODUCTS - COMP/OP AGG !MR $ 4,000,000 $ 4,000,000 OTHER:General Aggregate A AUTOMOBILE LIABILITY OMB$BII,INEED SINGLE LIMIT dent)$ 1,000,000 X ANY AUTO ECP 0365062 1/1/2021 1/1/2022 BODILY INJURY (Per person) $_ _ OWNED SCHEDULED AUTOS ONLY AUTOS INJURY per accident) „,,$ pp PBROODIILY AUTEOS ONLY A Y (Pegaa$de t) AGE $ $ A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000'000 EXCESS LIAB CLAIMS -MADE ECP 0365062 1/1/2021 1/1/2022 AGGREGATE $ 1,000,000 DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS' LIABILITY Y / N STATUTE ER e _ ANY PROPRIETORMARTNER/EXECUTIVE EL. EACH ACCIDENT N!A - $ OFFIC En HER EXCLUDED? If Mandatory describe E L. R ISFACF - EA EMPLOYEE $ y........... DESCRIPTION OF OPERATIONS below E1. DISEASE - POLICY LIMIT $ B Commercial Pollution EGL0007367 3/14/2020 3/14/2021 Occurrence 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached N more apace le required) CERTIFICA HOLDER Insured Copy CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THE HARTFORD THE HARTFORD BUSINESS SERVICE CENTER 3600 WISEMAN BLVD SAN ANTONIO TX 78251 Insured Copy 7070 W 117th Ave Unit D Broomfield CO 80020 Account Information: Policy Holder Details : C.R. Dotterer Inc dba Weed Wranglers March 3, 2021 %(;:i Contact Us Business Service Center Business Hours: Monday - Friday (7AM - 7PM Central Standard Time) Phone: (877) 287-1316 Fax: (888) 443-6112 Email: adencv.servicesCa thehartford.com Website: httos://business.thehartford.com Enclosed please find a Certificate Of Insurance for the above referenced Policyholder. Please contact us if you have any questions or concerns. Sincerely, Your Hartford Service Team WLTR005 CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 03/03/2021 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 be endorsed. If SUBROGATIONIS 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 AUTOMATIC DATA PROCESSING INS AGCY 76250873 1 ADP BLVD M/S 625 ROSE LAND NJ 07068 CONTACT NAME: PHONE (800) 524-7024 FAX (800) 5244013 (ac, No, Est): WC, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAICe INSURER A: Trumbull Insurance Company 27120 INSURED C.R. DOTTERER INC DBA WEED WRANGLERS 1158 W 144TH CT WESTMINSTER CO 80023-8423 INSURER B : INSURER C ^ 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 POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INStt LTR, TYPE OF INSURANCE ADOL INSR SUBR MD POLICY NUMBER POLICY EFF IMMIDOIYYYYI POLICY EXP 04TAIDOPI YYYt LIMITS COMMERCIAL GENERAL LIABILITY OCCUR EACH OCCURRENCE CLAIMS -MADE DAMAGE TO RENTED PREMISES (Ea acculrancel MED EXP (Any one person) PERSONAL 8 ADV INJURY GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES PER: PRO - J LOC GENERAL AGGREGATE PRODUCTS -COMP/OP AGG AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea acrmdanl] BODILY INJURY (Per person) -SCHEDULED BODILY INJURY (Per accident) - PROPERTY DAMAGE (Per accident) _ UMBRELLA LIAR EXCESS LIAR - OCCUR CLAIMS- MADE EACH OCCURRENCE AGGREGATE 4 'C 'RETENTION $ A WORKERS COMPENSATION OMPENSATION AND EMPLOYERS' LIABILITY ANY YIN PROPRIETOR/PARTNEWEXECUTIVE I OFFICER/MEMBER EXCLUDED? (Mandatory in NH) II yes, describe under DE.SGRIPTION OF OPERATIONS below N! A 76 WEG AJ5ZVG 01/01/2021 01/01/2022 X j$TATUTE PER IERH EL, EACH ACCIDENT $1,000,000 E.L. DISEASE -EA EMPLOYEE $1,000,000 El, DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS J LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Those usual to the Insured's Operations. CERTIFICATE HOLDER Insured Copy 7070 W 117th Ave Unit D Broomfield CO 80020 CANCE TION ACORD 25 (2016/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD MEMORANDUM TO: Rob Turf, Director of General Services DATE: March 5, 2021 FROM: Tina Booton, Weed Division Supervisor lAry"�(3--- Jay McDonald, Public Works Director SUBJECT: Noxious Weed Enforcement Bid: reference B2100050 Bids have been received from several companies for enforcement mowing and spraying for the Public Works Department. The following are my recommendations for carrying out enforcement spraying throughout the County for 2021: Mowin Class 1 & 11 Primary Class I & II Secondary Halcyon Construction 3540 State Highway 52 Suite F3 Frederick, CO 80516 GRC Consulting Inc PO Box 777 Frederick, CO 80644 Set-up charge: $ 100.00 - $150.00 Class II Regions 1 & 4: $45.00/Acre Class II Regions 3: $35.00/Acre Class II Region 2: $55.00/Acre Class I Region 1 & 4: $50.00/Acre Class I Region 3: $40.00/Acre Class I Region 2: $60.00/Acre Set-up charge: $160.00 Class II Regions 3 & 4: $85.00/Acre Class I Regions 3 & 4: $75.00/Acre *Class I mowing is used only when Class II (15 foot mower) cannot access the site; such as on the river bottom with the proximity of the trees.* Class III Primary Class III Secondary Halcyon Construction 3540 State Highway 52 Suite F3 Frederick, CO 80516 GRC Consulting Inc PO Box 777 Frederick, CO 80644 Set-up charge: $ 100.00 - $150.00 Class III Regions 1 & 4: $50.00/Hour Class III Regions 3: $40.00/Hour Class III Region 2: $60.00/Hour Set-up charge: $160.00 Class III Regions 3 & 4: $100.00/Hour * Class III mowing is for small areas such as lots or around structures such as buildings and fences. * Herbicidal Application Class I Primary Class I Primary Class Secondary Class I Secondary Weed Man 1001-A E. Harmony Rd #133 Fort Collins, CO 80525 CR Dotterer Inc; Weed Wranglers 7070 W 117th Ave, Unit D Broomfield, CO 80020 Weed Man 1001-A E. Harmony Rd #133 Fort Collins, CO 80525 OneCor Services 816 Acorns St. Unit #1513 Denver, CO 80204 Set-up charge: $ 150.00 Class I Regions 1, 2, 4: $100.00/Acre Set-up charge: $ 175.00 Class I Regions 3: $65.00/Acre Set-up charge: $ 150.00 Class I Regions 3: $100.00/Acre Set-up charge: $ 125.00 Class I Regions 1-4: $155.00/Hour * Class I is for field spraying. Chemical charges will be in addition to the labor charges.* Class II, III & IV Primary Class II, Ill & IV Secondary Class II, III & IV Secondary OneCor Services 816 Acoma St. Unit #1513 Denver, CO 80204 Weed Man 1001-A E. Harmony Rd #133 Fort Collins, CO 80525 CR Dotterer Inc; Weed Wranglers 7070 W 11Th Ave, Unit D Broomfield, CO 80020 Set-up charge: $ 125.00 Class II & III Regions 1-4: $125.00/Hour Class IV Regions 1-4: $150.00/Hour Set-up charge: $ 150.00 Class II, III & IV Regions 1,2 & 4: $150.00/Hour Set-up charge: $ 175.00 Class II Regions 3: $110.00/Hour Class III & IV Region 3: $95.00/Hour *Class II is large scale handgun work. This is the class we use the most. Chemical charges will be in addition to the labor charges. Class III is backpack work and class IV is cut stump treatment for salt cedar. Classes III and IV are not readily utilized. Chemical charges will be in addition to the labor charges for these classes as well.* Page 4 REQUEST FOR: ENFORCEMENT SERVICES - MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO: #B2100050 VENDOR H-2 ENTERPRISES LLC 4626 CR 65 KEENESBURG CO 80643 L AND M ENTERPRISES INC PO BOX W BERTHOUD CO 80513 SPRAYING SERVICES - PRICE PER REGION & CLASS REGION #1 CLASS I - $500.00/ACRE REGION #1 CLASS II - $175.00/HOUR REGION #1 CLASS III - $175.00/HOUR REGION #1 CLASS IV - $195.00/HOUR (Set up charge for region #1 = $400.00) REGION #3 CLASS I - $400.00/ACRE REGION #3 CLASS II - $150.00/HOUR REGION #3 CLASS III - $150.00/HOUR REGION #3 CLASS IV - $170.00/HOUR (Set up charge for region #3 = $350.00) REGION #2 CLASS I - $600.00/ACRE REGION #2 CLASS II - $175.00/HOUR REGION #2 CLASS III - $175.00/HOUR REGION #2 CLASS IV - $195.00/HOUR (Set up charge for region #2 = $450.00) REGION #4 CLASS I - $400.00/ACRE REGION #4 CLASS II - $150.00/HOUR REGION #4 CLASS III - $150.00/HOUR REGION #4 CLASS IV - $170.00/HOUR (Set up charge for region #4 = $350.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $225.00/HOUR'* REGION #1 CLASS I -$201.00/ACRE REGION #1 CLASS II -$375.00/HOUR REGION #1 CLASS III - $400.00/HOUR REGION #1 CLASS IV - $204.00/HOUR (Set up charge for region #1 = $267.00) REGION #3 CLASS I -$102.00/ACRE REGION #3 CLASS II - $170.00/HOUR REGION #3 CLASS III - $175.00/HOUR REGION #3 CLASS IV - $102.00/HOUR (Set up charge for region #3 = $133.00) REGION #2 CLASS I - $238.00/ACRE REGION #2 CLASS II - $442.00/HOUR REGION #2 CLASS III - $475.00/HOUR REGION #2 CLASS IV - $102.00/HOUR (Set up charge for region #2 = $311.00) REGION #4 CLASS I - $136.00/ACRE REGION #4 CLASS II - $238.00/HOUR REGION #4 CLASS III - $250.00/HOUR REGION #4 CLASS IV - $136.00/HOUR (Set up charge for region #4 = $178.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $222.00/HOUR** Page 5 REQUEST FOR : ENFORCEMENT SERVICES — MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO ! #B2100050 VENDOR SPRAYING SERVICES - PRICE PE'; R " GIOY:: r . CLASS ONECOR SERVICES REGION # 1 CLASS 1 -$ 155 . 00/HR REGION #2 CLASS I - $ 155 . 00/HR 816 ACOMA ST, UNIT #1513 REGION #1 CLASS II -$ 125 . 00/HOUR REGION #2 CLASS H - $ 125 . 00/HOUR DENVER CO 80204 REGION # 1 CLASS III - $ 125 . 00/HOUR REGION #2 CLASS III - $ 125 . 00/HOUR REGION # 1 CLASS IV - $ 150 . 00/HOUR REGION #2 CLASS IV - $ 150 . 00/HOUR (Set up charge for region # 1 = $ 125 . 00) (Set up charge for region #2 = $ 125 . 00) REGION #3 CLASS I $ 155 . 00/HR REGION #4 CLASS I - $ 155 . 00/HR REGION #3 CLASS H - $ 125 . 00/HOUR REGION #4 CLASS II - $ 125 . 00/HOUR REGION #3 CLASS III - $ 125 . 00/HOUR REGION #4 CLASS III - $ 125. 00/HOUR REGION #3 CLASS IV - $ 150 . 00/HOUR REGION #4 CLASS IV - $ 150 . 00/HOUR (Set up charge for region #3 = $ 125 . 00) (Set up charge for region #4 = $ 125 . 00) ** DOWNTIME CHARGE FOR ALL REGIONS IS $50 . 00/HOUR** WEED MAN REGION # 1 CLASS I -$ 100 . 00/ACRE REGION #2 CLASS I - $ 100 . 00/ACRE 1001 -A E . HARMONY RD # 133 REGION # 1 CLASS II -$ 150 . 00/HOUR REGION #2 CLASS II - $ 150 . 00/HOUR FT COLLINS CO 80525 REGION # 1 CLASS III - $ 150. 00/HOUR REGION #2 CLASS III - $ 150 . 00/HOUR REGION #1 CLASS IV m $ 150 . 00/HOUR REGION #2 CLASS IV - $ 150 . 00/HOUR. (Set up charge for region #1 = $ 150 . 00) (Set up charge for region #2 = $250 . 00) REGION #3 CLASS I -$ 100 . 00/ACRE REGION #4 CLASS I - $ 100 . 00/ACRE REGION #3 CLASS II $ 150 . 00/HOUR REGION #4 CLASS II ® $ 150. 00/HOUR REGION #3 CLASS III - $ 150 . 00/HOUR REGION #4 CLASS III - $ 150 . 00/HOUR REGION #3 CLASS IV - $ 150 . 00/HOUR REGION #4 CLASS IV - $ 150 . 00/HOUR (Set up charge for region #3 = $ 150. 00) (Set up charge for region #4 = $ 150 . 00) ** DOWNTIME CHARGE FOR ALL REGIONS IS $ 150 . 00/HOUR** ,. :...-_.. ^ x-•4;•. -. - ,(,+m_."ai-,+s (rrc,..,.maaoawa,.. ,y - - - - - - - _ .:§sa ... ., :. LY.:aYn.CFS�'c'2hx�'W'.4 .. x_ c' :7 -ew r:J ^ - prakSll4 -. : o. G.e r, • "iR�..__, .._. . ,_....,..,.L, r;:'L,. _ _ -,. . . ..n+� sa. ..r>, .. . . ...... . .. Page 6 REQUEST FOR : ENFO ! LENIENT E ! •: 1ICE VYING AND/ R YENG DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION ILA NO : #B2100050 VENDOR SPRAYING $ ERV10ES . PRI : : PER '' EGION & CLASS Ca ,r'' . D TTERE INC REGION # 1 CLASS I —$05 . 00/ACRE REGION #2 CLASS I — $05 . 00/ACRE DtA : WEED -WRANGLERS REGION # 1 CLASS II —$ 110 . 00/HOUR. REGION #2 CLASS II - $ 110 . 00/HOUR 7070 W 117TH AVE , UNIT D REGION # 1 CLASS III - $95 . 00/HOUR REGION #2 CLASS III - $95 . 00/HOUR BROOMFIELD CO 80020 REGION # 1 CLASS IV - $95 . 00/HOUR REGION #2 CLASS IV - S95 . 00/HOUR (Set up charge for region #1 = $375 . 00) (Set up charge for region #2 = S450. 00) REGION #3 CLASS I -$65 . 00/ACRE REGION # 4 CLASS I - $65 . 00/ACRE REGION #3 CLASS II - $ 110 . 00/HOUR REGION #4 CLASS II - $ 110 . 00/HOUR REGION #3 CLASS III - $95 . 00/HOUR REGION #4 CLASS III - $95. 00/HOUR REGION #3 CLASS IV - $95 . 00/HOUR REGION CLASS IV - $95 . 00/HOUR (Set up charge for region #3 = $ 175 . 00) (Set up charge for region #4 = $300 . 00) **DOWNTIME CHARGE FOR ALL REGIONS IS $75 . 00/HOUR** THE PUBLIC WORKS WEED & PEST DIVISION IS REVIEWING THE BIDS . Bid Item BID ITEMS FOR SPRAYING CONTRACT All spaces must contain a bid price in the units indicated if bidding on the spraying contract. Region 3 Class I Class II Class III Class IV Region 1 Region 2 ** Class I bid prices is on a per acre rate. ** Class II, III and IV bid items are on a per hour rate. Set-up charge Down -Time Charge: per hour Herbicides _ 2, 4-D Amine Dicamba Vista XRT or Fluroxypvr _ Telar XP Milestone Region 4 Region IV Costper Ounce Expected Rate of Use •er Acre Plateau or Imazapic Rejuvra Garlon 3A or Triclopyr aquatic 90% Non -Ionic Surfactant lated Seed Oil Surfactant 32 oz 32 oz 20 oz 2 oz 7 oz 8 oz 5 oz 1 gallon chem : 1 gallon H2O Respectfully submitted: Firm or Business Name: By: Position or Title: Address. Date: 32 oz/100 gallons 32 oz/100 gallons Phone Number: B -I-400035 17 ,11-77‘, .; *i t 1 tL ut .e.! aa =,/z, REQUEST FOR BID } Yu E s' WELD COUNTY COLORADO 1 150 O STREET Y AL GREELEY CO 80631 7L Iii. � 1> )' T 1 , �+ � I � �n��t pty DATE : JANUARY 21 , 2021 , ty' R€ �. Ta . , BID NUMBER : #B2100050 F � K . r � Y DESCRIPTION : ENFORCEMENT SERVICES/MOWING & SPRAYING DEPARTMENT : PUBLIC WORKS DEPT/WEED DIVISION BID OPENING DATE : FEBRUARY 25TH , 2021 1 . NOTICE TO BIDDERS : The Board of County Commissioners of Weld County, Colorado , by and through its Director of General Services (collectively referred to herein as , "Weld County") , wishes to purchase the following : ENFORCEMENT SERVICES/MOWING & SPRAYING . Bids for the above stated merchandise , equipment, and/or services will be received until 10 : 4® AM Ion, February 25, 2021 (Weld Ci unty Purchasing Time Clock) . Due r` to COVD-1 , the tad opening will - be he ' d vo a Ncrosoft Teams Conference e Cal To jofin ca[ i the phone n umber and enter the Cocrfer E ce llD provide be] ovy: Phone Number MT) 439 -528 /1 Conference : 43 322484 PAGES 1 -10 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFE '": RED TO ABOVE . NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 10 MAY BE APPLICABLE FOR EVERY PURCHAS :, o tim SPECIFICS FOLLOW PAGE 11 . 2 . INVITATION TO BID : Weld County requests bids for the above- listed merchandise , equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location (s) specified herein Bids shall include any and all charges for freight, delivery, containers , packaging , less all taxes and discounts , and shall , in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid . You can find information concerning this request on the BidNet Direct website at https ://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 . Cod Delivery to Weld County — 3 methods : 1 . Email . Due to the Coronavirus (COVID-19) , emailed bids are required . Bids may be emailed to bidsweldgov . com ; however, if your bid exceeds 25MB please upload your bid to https ://www. bidnetdirectecom/. The maximum file size to upload to Bidnet is 500 MB . PDF format is required . Emailed bids must include the following statement on the email : " I hereby waive my right to a sealed bid " . An email confirmation will be sent when we receive your bid/proposal . Please call Purchasing at 970 -400 -4223 or 4222 with any questions . B2100050 1 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1., entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work,the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the Controller/Purchasing Director, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. Preparation of the Bid: Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. B2100050 2 Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The Controller/Purchasing Director may at her sole discretion, release any Bid at any time. 4. AWARD AND EXECUTION OF CONTRACT Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids. Weld County intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid. The experience statement with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perform work on the project. The use of Subcontractors listed by the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the Work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld County as additional insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the County may reject all Bids or call for other Bids. The County, within ten (10) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFP. 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performingg the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by the Counijr, shall be included in the Bid price. Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. B2100050 3 Utilities : Unless otherwise specified , the Bidder shall include in his Bid the cost of all electrical , water, sanitary, gas , to ephone , and similar facilities and services required by him in performing the Work. Cash A➢ I .wances : The Bidder shall include in his Bid such sums as he deems proper for overhead costs and profits c• n account of cash allowances named in the Bid Documents . 7 . SITE CONDITIONS Familiarization with the Site : The prospective Bidder shall by careful examination , satisfy himself of the following : N ature and location of the site where the Work is to be performed . Character, quality, and quantity of surface and subsurface materials , water, structures and utilities to be encountered . Character of construction equipment and facilities needed for performance of the Work. General local conditions . Availability of lands as set forth in the General Conditions . Access to the Site : The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work . The Bidder shall carefully review the locations of the site where the work is to be performed . The Bidder shall make all arrangements , as deemed n ecessary, for access to property outside of County Right of Way, prior to beginning the work. 8 . SUCCESSFUL BIDDER HIRING PRACTICES — ILLEGAL ALIENS S uccessful 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 u nder this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder th ..t the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement . Successful bidder shall not use E-Verify Program or State of Colorado program procedures to u ndertake pre-employment screening or job applicants while this Agreement is being performed . If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for see ices knowingly empl .ys or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice . Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has n ot knowingly employed or contracted with an illegal alien . Successful bidder shall comply with nas •- nable requests made in the course of an investigation , undertaken pursuant to C . R . S . §8- 17 . 5- 102 (5) , by the Col •; rad .• Department of Labor and Employment. If Successful bidder participates in the State of Colorado program , S uccessful bidder shall , within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee , retained file copies of the documents , and not altered or falsified the identification documents for such employees . Successful bidder shall deliver to County , sc written notarized affirmation that it h .is examined the legal work status of such employee , and shall comply with all of the other requirements of the State of Colorado program . If Successful bidder fails to comply with any requirement of this provision or of C . R . S . §8- 17 . 5- 101 et seq . , County , may terminate this Agreement for breach , and if so terminated , Successful bidder shall be liable for actual and consequential damages . Except where exempted by federal law and except as provided in C . R . S . § 24-76 . 5- 103 (3) , if Successful bidder B2100050 4 receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen ( 18) years of age or older is lawfully present in tie United States pursuant to C . R . S . § 24- 76 . 5- 03(4) , if such individual applies for public benefits provided under the contract. If Successful bidder 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 law ti sly 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 . 9 . GENERA PROVISIONS A. Fun .' Availabifnty : Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated , budgeted and otherwise made available . By acceptance of the bid , Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. t . Trade Secrets and other Confidential Information : Weld County discourages bidders from submitting confidential information , including trade secrets , that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal , clearly denoting in red on the information at the top the word , " CONFIDENTIAL . " However, the successful bidder is advised that as a public entity , Weld County must comply with the provisions of C . R . S . 24-72-201 , et seq . , the Colorado Open Records Act (CORA) , with regard to public records , and cannot guarantee the confidentiality of all documents . The bidder is responsible for ensuring that all information contained within the confidential po : lon of the submittal is exempt from disclosure pursuant to C . R . S . 24-72-204(3) (a) (IV) (Trade secrets , privileged information , and confidenti ; l commercial , financial , geological , or geophysical data) . If Weld County receives a CORA request for bid information marked "CONFIDENTIAL" , staff will review the confidential [materials to determine whether any of them may be withheld from disclosure pursuant to CORA , and disclose those portions staff determines are not protected from disclosure . Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified . Any document which is incorporated as an exhibit into any contract executed by the County s'nall be a public document regardless of whether it is marked as confidential . C . Governmental Immunity : No term or condition of the contract shall be construed or interpreted as a waiver, express or implied , of any of the immunities , rights , benefits , protections or other provisions , of the Colorado Governmental Immunity Act §§24- 10- 101 et seq . , as applicable now or hereafter amended . D . Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee . He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County . The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees . Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party . The successful bidder shall pay when due all applicable employment taxes and income taxes anc local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization , express or implied , to bind Weld County to any agreement, liability or understanding , except as expressly set forth in the contract . The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters : (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County . E . Compliance with Law: The successful bidder shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established , including without limitation , laws applicable to discrimination and unfair employment practices . F . Chtice of Law: Colorado law, and rules and regulations established pursuant thereto , shall be applied B2100050 5 in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third-Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent contractors performing construction services of a similar nature to those described in this Agreement. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, The successful bidder's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate B2100050 6 in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty_ Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project. P. Non -Assignment. The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Compliance with Davis -Bacon Wage Rates. The successful bidder understands and agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis -Bacon Wage Rates. V. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners. W. Compensation Amount. Upon the successful bidder's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County B2100050 7 Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement 10. INSURANCE REQUIREMENTS General Requirements: Successful bidders/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder/Contract Professional. Successful bidder/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder/Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its construction methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder/Contract Professional shall obtain, and maintain at all times during the 82100050 8 term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 500,000 $ 500,000 $ 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured —owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured —owners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations" and the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury $50,000 any one fire; and $500,000 errors and omissions. $5,000 Medical payments one person Automobile Liability: Successful bidder/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. Successful bidders/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the successful bidder/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder/Contract Professional's insurer shall waive B2100050 9 subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder/Contract Professional. Successful bidder/Contract Professional shall include all such subcontractors, independent contractors, sub - vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. A provider of Professional Services (as defined in the Bid or RFP) shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the successful bidder as part of the Contract. Successful Bidders Pollution Liability: Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions (including asbestos) that may arise from the operations of the successful bidder described in the Successful bidder's scope of services. Policy shall cover the successful bidder's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the successful bidder warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. The policy shall be endorsed to include the following as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations". Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. B2100050 10 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: REQUEST FOR ENFORCEMENT SERVICES MOWING AND/OR SPRAYING WELD COUNTY COLORADO - COUNTY WIDE PROJECT LOCATIONS I. Purpose Weld County is soliciting bids from qualified consultants for contractual services of mowing and/or spraying in Weld County. Two separate bids are included in this contract. These bids are for mowing, and private parcel spraying. II. Scope of Services The Weed Division of the Weld County Public Works Department manages the noxious weed control program for Weld County, Colorado. The weed control program was established under the Colorado Weed Management Act, Section 35-5.5-101, et. seq., CRS, and Weld County Code, Chapter 15. Both laws provide the right to enforce weed control measures on negligent landowners if all of the appropriate steps have been followed. A. General Project Description The Weed Division will carry out enforcement procedures on landowners failing to comply with legal notice from May through October. Depending on the growth of the noxious weeds targeted, mowing or herbicide treatment will be used to bring the landowner's infestation into compliance with Weld County Code Chapter 15. B. Project Requirements The purpose of this bid is to establish the basic costs of various items such as different classes of mowing and different classes of herbicide treatment so that the County can, on relatively short notice, have noncompliant lands within Weld County brought into compliance by applying one or a combination of the items most appropriate to an individual site and time. The Contractor must be able to respond to a County request for work within 3 working days, unless a longer time frame or future date is defined by Weld County, with all of the labor, equipment, and materials necessary to complete the requested work in a timely manner. All work shall be completed in accordance with these specifications, accepted horticultural practices, and the project work order. All permits, licenses, fees and traffic control associated with any work under this Contract are the responsibility of the Contractor, unless otherwise noted. Due to the size of Weld County, the variety of project types and that timeliness is essential in this contract, the Weed Division Supervisor will work with several Contractors. III. Term of Contract This Contract is a renewable one year term. The County, at its sole option, may offer to extend this Contract for up to two additional one-year terms (for a total of three possible years). The extension option may be exercised providing satisfactory service is given and all terms and conditions of the contract have been fulfilled. Such extensions must be mutually agreed upon in writing, by and between the Public Works Department Weed Division Supervisor and the Contractor. An increase of 5% or less can be approved by the Director of Public Works. Extensions more than 5% must be approved by the Board of County Commissioners or re -opened for a new bidding process. B2100050 11 IV. Enforcement Specifications A. Areas to Be Treated All areas to be treated under this contract shall be within the unincorporated portion of Weld County as established by Section 35-5.5-109, CRS, or within municipality boundaries with written approval from the municipalities governing board. B. Class I Herbicide Classification Class I is field spraying. The minimum equipment required is a truck or pick-up mounted sprayer with a minimum tank capacity of one hundred (100) gallons. Sprayer must include a boom with nozzles spaced according to manufacturer's specifications and capable of delivering a minimum of ten (10) gallons per acre with a minimum swath width of fifteen (15) feet. C. Class II Herbicide Classification Class II is handgun applications. The minimum equipment required is a truck or pick-up mounted sprayer with a minimum tank capacity of two hundred (200) gallons. The handgun attachment must be capable of delivering a minimum of fifty (50) gallons per acre and having a minimum of 100 hundred (100) feet of hose. D. Class III Herbicide Classification Class III is hand applications. The minimum equipment required is a backpack or hand-held sprayer with a minimum tank capacity of three (3) gallons. E. Class IV Herbicide Classification Class IV is cut stump treatments. The minimum equipment required is a backpack or hand-held sprayer with a minimum tank capacity of three (3) gallons and chainsaw or other mechanical tools as appropriate. F. Class I Mowing Classification Class I is tractor weed mowing. The minimum equipment required is a farm tractor with a minimum of fifty (50) horsepower and a five (5) foot rotary mower. G. Class II Mowing Classification Class II is tractor weed mowing. The minimum equipment required is a farm tractor with a minimum of eighty (80) horsepower and a 15 — 20 foot rotary mower. H. Class III Mowing Classification Class III is hand weed mowing. The minimum equipment required is hand-held equipment such as string mowers, hand sickles, or high wheeled industrial lawn mowers. J. Materials and Equipment The Contractor shall supply all materials and equipment including, but not limited to, herbicides, water, sprayers and mowers necessary for completion of the Contract. 82100050 12 V. Execution of Specifications A. Method of Application Method of application shall be determined by the Weed Division Supervisor. This will be based on individual site conditions. B. Herbicides Allowed 1. 2, 4-D Amine 2. Dicamba 3. Vista XRT or Fluroxypyr 4. Telar 5. Plateau or Imazapic 6. Milestone 7. Rejuvra 8. Garton 3A or Triclopyr aquatic 9. Surfactant: 90% non-ionic active C. Rates and Usage 4.0 lb. active ingredient per gallon 4.0 lb. active ingredient per gallon 2.8 lb. active ingredient per gallon 75% D.F. 2.0 lb. active ingredient per gallon 2.0 lb. active ingredient per gallon 1.67 lb. active ingredient per gallon 3.0 lb. active ingredient per gallon ingredients, or methylated seed oil depending on the weed species targeted. Herbicide rate and type shall be subject to the approval of the Weed Division Supervisor. Such usage must conform to the environment conditions of the site, to the landowner's request, and shall conform to label restrictions. The contractor must follow all safety, application and precautionary statements on the label. D. Product Substitutions The Weed Division Supervisor shall evaluate all requests for product substitutions. All such requests must be in writing and must include a detailed description of the benefits and any alterations of price. No product substitutions shall be made without the prior written approval of the Weed Division Supervisor. E. Required Control All herbicide applications must be of the correct type, rate and timing to guarantee control of weed top growth for a period of 90 days following application. Translocating herbicides will be used to insure some root control and reduction of existing weed stands. F. Safety Clothing and Equipment for Applicators Spray applicators shall wear appropriate clothing and safety equipment as recommended on the label. If applicators are not properly clothed or protected, the Weed Division Supervisor or staff may stop the spray operations until minimum safety requirements are met. G. Equipment Inspection The County may inspect all pesticide application equipment, and/or the chemical tank mix of the Contractor at any time during the project period. All equipment shall be cleaned on the site, prior to leaving to decrease the potential for spreading noxious weeds. The County shall be under no duty to inspect every time. H. Mowing All weeds shall be cut to a height of not more than six inches. All seed heads and stems must be completely severed from the basal portion of the plant. Areas mown must be uniformly cut with no skips or weeds left standing. All patches of noxious weeds will be mowed. Only areas infested with the noxious weed will be mowed as discussed during the on -site meeting. B2100050 13 I. Herbicide and Mowing Application Record The Contractor for both herbicide applications and mowing shall complete a record of application for each job assigned or more often as environmental and/or site conditions warrant, on forms supplied by Weld County. Application record forms shall be completed in full and delivered to the Weed Division Supervisor within one (1) week after completion of the job. A site description detailing the location of the actual work performed shall be included. J. On Site Meeting A meeting between the Contractor and the Weed Division Supervisor or their staff shall be required for each parcel to be treated through herbicide or mowing operations. Said meeting will be held at the job site with the intention that the contractor will be able to start the job that day, if possible. The following information will be discussed at the job site: Expected starting date Expected completion date Property boundaries and estimated acreage as determined by an aerial map from Acrview and/or GPS mapping Extent of work to be done Herbicides to be used (if applicable) Application equipment Any potential problems with site or treatment Application records and maps will be given to the Contractor at this time Property owner K. Set -Up Charge The County shall pay the Contractor a one-time set-up fee for each separate landowner. The set-up fee includes but is not limited to, Contractor's time and travel expenses to and from the on -site meeting and any additional meetings necessary for the site. Set-up charge shall be a flat fee applicable to any and all parcel sites. L. Project Start Date If the Contractor returns to a property later than five (5) days after the initial meeting with the Weed Division Supervisor or their staff and finds the weed control work already completed by the landowner, the Contractor shall not be eligible for the set-up charge. If the Contractor does not return to a property to carry out weed control measures, after the Contractor accepts the job, the Contractor shall not be eligible for the set-up charge. Spraying the roadsides shall begin no later than seven (7) days after initial contact. M. Confronting the Landowner on Site If the Contractor is confronted and asked to leave the property by the landowner or his agent, the Contractor shall do so immediately, without performing further treatment. The Contractor shall be paid for work completed at the time of leaving. If no work was performed before the Contractor was removed, only the set-up charge will be paid. The Contractor shall notify the Weed Division Supervisor within twelve (12) hours of landowner interference in treating the property. Failure to notify the Weed Division Supervisor within said time limit will result in non-payment of all charges. N. Down Time and Unforeseen Circumstances For the purposes of this contract, the term "down time" shall be defined as any project time spent in non- productive activities such as, but not limited to: time spent gaining access; time required to secure Weed Division or Sheriff's office assistance for access; Landowner interference; Extreme operating conditions, such as trash removal or unseen field conditions. There shall be no "down time" for Class IV roadside noxious weed control applications. B2100050 14 Down time shall NOT include: equipment difficulties; equipment breakdown; employee negligence or illness. Payment for any activity billed to the County as "down time" shall be contingent upon the approval of the Weed Division Supervisor, and shall not total more than two hours per parcel. VI. Work Order Request and Payment A. Notice to Proceed - The Weed Division Supervisor shall call the Contractor and discuss the work to be performed. The Contractor shall have the right to refuse any job. Refusing more than fifty percent (50%) of assigned jobs will result in the termination of this Agreement. B. Contractor's Cost Estimate - The Weed Division Supervisor will develop a written work order based on bid prices. At the On -Site Meeting the work order will be reviewed, the start date and an estimate of time required to complete the work will be filled in. C. Work Order - Upon receipt of and agreement with the Contractor's cost estimate and time to complete, the Weed Division Supervisor shall provide the Contractor with a signed Work Order (see Exhibit A). The Contractor shall begin and complete the work as agreed to in the estimate. A signed/accepted cost estimate will be the Notice to Proceed with the onsite meeting. D. Performance of the Work - All work is to be performed by qualified personnel thoroughly familiar with proper and accepted methods for herbicide applications and/or mowing operations. All work is to be performed under the direct supervision of the Contractor's superintendent, who shall be thoroughly familiar with the provisions of this contract. E. Job Start and Completion- The Contractor shall telephone the Weed Division Supervisor at (970) 304-6496 EXT. 3770 or at (970) 381-4052, when they reach the job site to start spraying or mowing operations as well as when they have completed the job. Failure to call the County at the start and completion of a job may result in nonpayment. The following information shall be given: Contractor's name and company; date and time; parcel location or number. F. Payment for Completed Work - When work has been completed on any project, the Contractor and the Weed Division Supervisor shall inspect the site together and determine the total area of the work, and whether or not the work is complete and has been done in accordance with the work order. If mutual agreement cannot be reached on these issues, the determinations made by the Weed Division Supervisor shall be final. Deficiencies in the work, if any, shall be noted and a checklist of these deficiencies given to the Contractor by the Weed Division Supervisor. The Contractor shall immediately correct any deficiencies listed on the checklist. G. Billing — All work completed by the Contractor shall be billed to the County within 7 days after completion. The billing will also be complete for all parcels owned by an individual or company. VII. Warranty The Contractor shall warrant all herbicide treated areas against defective materials and/or workmanship for ninety (90) days from the date of Conditional Acceptance. The Contractor shall retreat (in accordance with the provisions in the original project work order) any areas that noxious weeds are able to flower again during the warranty period, at no additional cost to the County. ANY DEVIATIONS FROM THE STANDARDS GIVEN ABOVE MUST BE SUPPLIED AND APPROVED PRIOR TO THE AWARD RECOMMENDATION BY THE COUNTY WEED DIVISION SUPERVISOR. 82100050 15 Exhibit B Regions of Weld County wt.) 4664+ /265') g6gjW ,P.63u 474) r26/4) 4Got> (16'1lJ Raw 2Sfiw 25bAd 7-71 - 7'Z�r rsN -- �vAwS7BW -rtf f'5N gRerre FA41064e- %!N . u q .. e . O O s _ . x Y p Y e Y e n n s Y Y Y e s.............M �....N.. tt..teut...YMwM.N bYYw ..em.sta .. ..I. �'.... al t ! II n101100 SS n" n !!llla is ppl•nit 'ism arW use h s rain use n n)l nptor t • 7721✓ : - 77/ •-1Z"Amor; //t- NORTRRESr Tin R51�w REGION NORTHEAST VELD • e REGION 3- SOUTHWEST VELD REGION SOUTHEAST VELD ... .. ... • .. •REGION . ....... . Rao Row /um) 45-O R61(w /263h, /¢634✓ ROA) e.—T3N 7'7,1 n 11 n 41 _ n n .- -7-7N . _ 'T9N WELD COUNTY rco�o 904 SS _ o 82100050 16 Entity Information Entity Name' WEED WRANGLERS INC Contract Name* ENFORCEMENT SPRAYING CONTRACT Contract Status CTB REVIEW Entity ID* _@00039203 ❑ New Entity? Contract ID 45$4 Contract Lead* TBOOTON Contract Lead Email tbootonPco.weld.co.us Parent Contract ID Requires Board Approval YES Deoa Contract Description* ENFORCEMENT SPRAYING FOR LANDOWNER CONTROL OPTIONS FOR COMPLIANCE WITH THE STATE NOXIOUS WEED LAW AND COUNTY CODE. Contract Description 2 Contract Type CONTRACT Amount $1,500.00 Renewable* YES Automatic Renewal Grant Department PUBLIC WORKS Department Email CM- PubiicWorkslDweldgov.corn Department Head Email CM-PublicW©rks- DeptHead weldgov.com County Attorney BOB CHOATE County Attorney Email BCHOATEC'CO. WELD.CO. US Requested BOCC Agenda Date* 03:'29/2021 Due Date 03/25/2021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid /RFP # * 82100050 If this is a renewal enter previous Contract ID If this is part of a RSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On6ase Contraa Dates Effective Hate Termination Notice Period Contact information Review Date 01 10„+'2022 Committed Delivery Date Renewal Date* 03/16,2022 Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 03 2312021 Approval Process Department Head Finance Approver Legal Counsel JAY MCDONALD CONSENT CONSENT DH Approved Date Finance Approved Date Legal Counsel Approved Date 03123,2021 03,/23/2021 03/23i2021 Final Approval BOCC Approved Tyler Ref It AG 032921 BOCC Signed Date BOCC Agenda Date 03;29/2021 Originator TBOOTON Hello