Loading...
HomeMy WebLinkAbout20190973.tiffBOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW/ WORK SESSION REQUEST RE: Renewal of Enforcement Contractors DEPARTMENT: Public Works DATE: March 3, 2020 PERSON REQUESTING: Tina Booton Brief description of the problem/issue: 2019 was the first year of the bid for the enforcement mowing contracts. 2020 is the first year of the spraying and mowing enforcement contracts. The Consumer Price Index is 2.7%. Two of the three contractors from 2019 have agreed to keep their prices the same for 2020 and want to be used as the County enforcement contractors. The third contractor has not responded to the inquiry about continuing as an enforcement contractor. The contractors extending their contracts were responsive when contacted in 2019 and this spring. There were no issues with any of the contractors. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) A. Accept the contract extensions for the mowing and spraying enforcement contracts. B. Re -bid the mowing and spraying enforcement contracts. Recommendation: A. Accept the contract extensions for the mowing and spraying enforcement contracts. Mike Freeman, Chair Scott K. James Barbara Kirkmeyer Steve Moreno, Pro -Tern Kevin D. Ross MAFORMS\WorkSessionyasaaround2016 doc `3330 -010 \kL Approve Schedule Recommendation Work Session 06: io �.5o:- Other/Comments: 02og,0973 Ca,i-Frail • $k 5`1,88 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF Public Works AND Hired Gun Weed and Pest Control This Agreement Extension/Renewal ("Renewal"), made and entered into 26 day of February, 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and Hired Gun Weed and Pest Control, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2019-0973, approved on March 20, 2019. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on March 20, 2020. • The parties agree to extend the Original Agreement for an additional 1 -year period, which will begin March 20, 2020, and will end on March 20, 2021. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. This is the first year of two possible extensions. 2. There is no change in bid prices from the original bid in 2019. 3. The PO will not exceed $3000. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Cami Hillman Printed Name Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair ATTEST: Weld Co BY: Deputy Clerk t.'he Bard ow19-0973 Hired Gun Weed & Pest Control LLC 25307 County Road 50, Kersey CO 80644 970-405-3249 January 21, 2020 Weld County Weed Division Tina Booton 1111 H St. Greeley, CO 80631 Dear Tina Booton, 1:D N WEED & PEST CONTROL Hired Gun Weed and Pest Control wishes to extend the contract with Weld County Weed Division for the period of one year. Hired Gun Weed and Pest Control will honor the prices bid for the previous year of 2019 to extend to and remain the same for the 2020 year. If you have any questions feel free to contact me. Sincerely, Carni Hillman General Manager Hired Gun Weed and Pest Control 25307 CR 50 Kersey CO 80644 970-405-3249 Chill rnan(uhiredgun,net PRESENT DATE: MARCH 6, 2019 APPROVAL DATE: MARCH 20, 2019 CONTRACT WILL BE A 1 YEAR TERM AND MAY EXTEND UP TO 2 YEARS (3 YEARS MAX). DESCRIPTION OF REGIONS: REGIONS: REGION #1 - REGION #2 - REGION #3 - REGION #4 NORTHWEST WELD NORTHEAST WELD SOUTHWEST WELD - SOUTHEAST WELD MOWING CLASSES: MOWING CLASS I - TRACTOR WEED MOWING (MIN. OF 5' ROTARY MOWER) MOWING CLASS II - TRACTOR WEED MOWING (MIN. OF 15'-20' ROTARY MOWER) MOWING CLASS III - HAND WEED MOWING HERBIDICAL CLASSES: (SPRAYING) HERBICIDAL CLASS I - FIELD SPRAYING HERBICIDAL CLASS II - HANDGUN APPLICATION HERBICIDAL CLASS III - BACKPACK APPLICATION HERBICIDAL CLASS IV - CUT STUMP TREATMENTS VENDOR HIRED GUN WEED CONTROL 25307 CR 50 KERSEY, CO 80644 VENDOR HIRED GUN WEED CONTROL 25307 CR 50 KERSEY CO 80644 MOWING SERVICES - PRICE PER REGION & CLASS REGION #1 CLASS I - $65.00/ACRE REGION #1 CLASS II - $60.00/ACRE REGION #1 CLASS III - $45.00/ACRE (Set up charge for region #1 = $160.00) REGION #2 CLASS I - $65.00/ACRE REGION #2 CLASS II - $60.00/ACRE REGION #2 CLASS III - $45.00/ACRE (Set up charge for region #2 = $160.00) REGION #3 CLASS I - $65.00/ACRE REGION #4 CLASS I - $65.00/ACRE REGION #3 CLASS II - $60.00/ACRE REGION #4 CLASS II - $60.00/ACRE REGION #3 CLASS III - $45.00/ACRE REGION #4 CLASS III - $45.00/HOUR (Set up charge for region #3 = $160.00) (Set up charge for region #4 = $160.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $150.00/HOUR** SPRAYING SERVICES - PRICE PER REGION & CLASS REGION #1 CLASS I - $70.00/ACRE REGION #1 CLASS II - $65.00/HOUR REGION #1 CLASS III - $45.00/HOUR REGION #1 CLASS IV - $50.00/HOUR (Set up charge for region #1 = $160.00) REGION #3 CLASS I - $70.00/HOUR REGION #3 CLASS II - $65.00/HOUR REGION #3 CLASS III - $45.00/HOUR REGION #3 CLASS IV - $50.00/HOUR (Set up charge for region #3 = $160.00) REGION #2 CLASS I - $70.00/ACRE REGION #2 CLASS II - $65.00/HOUR REGION #2 CLASS III - $45.00/HOUR REGION #2 CLASS IV - $50.00/HOUR (Set up charge for region #2 = $160.00) REGION #4 CLASS I - $70.00/HOUR REGION #4 CLASS II - $65.00/HOUR REGION #4 CLASS III - $45.00/HOUR REGION #4 CLASS IV - $50.00/HOUR (Set up charge for region #4-= $160.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $150.00/HOUR** Contract Form Entity Information New Contract Request Entity Name * HIRED GUN WEED CONTROL Entity ID* @00032873 Contract Name* Contract ID NOXIOUS WEED ENFORCEMENT MOWING AND SPRAYING 3488 Contract Status CTB REVIEW Contract Lead* TBOOTON ❑ New Entity? Parent Contract ID Requires Board Approval YES Contract Lead Email Department Project tbooton@co_welcl.c.o.us Contract Description* CONTRACTOR TO CARRY OUT ENFORCEMENT PROCEDURES TO BRING LANDOWNERS INTO COMPLIANCE. CALLED ON AS NEEDED. Contract Description 2 FIRST ONE OF TWO POSSIBLE EXTENSIONS TO THE CONTRACT. Contract Type* CONTRACT Amount* $3000.00 Renewable* YES Automatic Renewal Grant Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.com Department Head Email CM-PublicWorks- DeptHead@weldgov.com County Attorney BOB CHOATE County Attorney Email BCH OATE@CO. WELD. CO. US Requested BOCC Agenda Date* 04/01/2020 Due Date 03/28/2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* 02/01/2021 Termination Notice Period Committed Delivery Date Renewal Date* 03/19/2021 Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD DH Approved Date 03125/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/30/2020 Originator TBOOTON Contact Type Contact Email Finance Approver CONSENT Contact Phone 1 Contact Phone 2 Purchasing Approved Date 03/25/2020 Finance Approved Date 03/25/2020 Tyler Ref # AG 033020 Legal Counsel CONSENT Legal Counsel Approved Date 03/25/2020 Submit /P*4-(51/r9 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW/ WORK SESSION REQUEST RE: Renewal of Enforcement Contractors DEPARTMENT: Public Works DATE: March 3, 2020 PERSON REQUESTING: Tina Booton Brief description of the problem/issue: 2019 was the first year of the bid for the enforcement mowing contracts. 2020 is the first year of the spraying and mowing enforcement contracts. The Consumer Price Index is 2.7%. Two of the three contractors from 2019 have agreed to keep their prices the same for 2020 and want to be used as the County enforcement contractors. The third contractor has not responded to the inquiry about continuing as an enforcement contractor. The contractors extending their contracts were responsive when contacted in 2019 and this spring. There were no issues with any of the contractors. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) A. Accept the contract extensions for the mowing and spraying enforcement contracts. B. Re -bid the mowing and spraying enforcement contracts. Recommendation: A. Accept the contract extensions for the mowing and spraying enforcement contracts. Mike Freeman, Chair Scott K. James Barbara Kirkmeyer Steve Moreno, Pro-Tem Kevin D. Ross MAFORMS\WorkSession passeround2016 doe \‘‘L Approve Schedule Recommendation Work Session Other/Comments: c,Jr .d-- t7# 3$489' CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF Public Works AND Smith Environmental and Engineering This Agreement Extension/Renewal ("Renewal"), made and entered into 26 day of February, 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and Smith Environmental and Engineering, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2019-0973, approved on March 20, 2019. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on March 20. 2020. • The parties agree to extend the Original Agreement for an additional 1 -year period, which will begin March 20, 2020, and will end on March 20, 2021. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. This is the first year of two possible extensions. 2. There is no change in bid prices from the original bid in 2019. 3. The PO will not exceed $3000. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: (42-+kr S!'`',++h Printed Name Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair ATTEST: Adn""'RJ �/• Weld oun rk to the Bo BY Deputy Clerk h the 8 and MAR 3 0 Tina Booton From: Sent: To: Cc: Subject: Tais Lobo <taislobo@smithdelivers.com> Thursday, February 27, 2020 8:34 AM Tina Booton Matt Strauser RE: Weld County Enforcement Contract Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hi Tina, Thank you for reaching out! Yes, SMITH agrees to extending our prices for 2020. Please send us an agreement documentation. I'm copying my colleague Matt Strauser, who will serve as the project manager and the main point of contact for the County. Thank you, From: Tina Booton <tbooton@weldgov,com> Sent: Tuesday, February 25, 2020 3:27 PM To: TaisLobo@SmithDelivers.com Subject: Weld County Enforcement Contract I realize that we did not carry out any enforcement contracts in 2019. However, we are in a new year and I am checking in to see if you would like to extend your contract prices for 2020? I have attached your bid summary from 2019. If you do want to extend your contract, I will email you an agreement continuation document for you to sign. Sincerely, Tina Booton Weed Division Supervisor Weld County Public Works PO Box 758; 1111 H Street Greeley, CO 80632 970-400-3770 wvvw. welchveeds. org Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. 1 Page 2 REQUEST FOR: ENFORCEMENT SERVICES - MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO: #B1900035 VENDOR HIGH POINTE COMPANIES DBA, HIGH POINTE LAND MGMT 1142 WINDCREST LN FT COLLINS, CO 80524 SMITH ENVIRONMENTAL AND ENGINEERING 250 PERRY LN DACONO, CO 80501 SMITH ENVIRONMENTAL AND ENGINEERING 250 PERRY LN DACONO, CO 80501 MOWING SERVICES - PRICE PER REGION & CLASS REGION #1 CLASS I - $150.00/ACRE REGION #2 CLASS I - $150.00/ACRE REGION #1 CLASS II - N/A REGION #2 CLASS II - N/A REGION #1 CLASS III - $80/PER HR* REGION #2 CLASS III - $80/PER HR* (Set up charge for region #1 = $275.00) (Set up charge for region #2 = $300.00) *SMITH IS PRICING AT AN HOURLY RATE REGION #3 CLASS I - $150.00/ACRE REGION #4 CLASS I - $150.00/ACRE REGION #3 CLASS II - N/A REGION #4 CLASS II - N/A REGION #3 CLASS III - $80.00/PER HR* REGION #4 CLASS III - $80.00/PER HR* (Set up charge for region #3 = $125.00) (Set up charge for region #4 = $215.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $65.00/HOUR** *SMITH IS PRICING AT AN HOURLY RATE REGION #1 CLASS I - N/A REGION #1 CLASS II - N/A REGION #1 CLASS III - $65.00/HOUR REGION #1 CLASS IV - $80.00/HOUR (Set up charge for region #1 = $275.00) REGION #3 CLASS I - N/A REGION #3 CLASS II - N/A REGION #3 CLASS III - $65.00/HOUR REGION #3 CLASS IV - $80.00/HOUR (Set up charge for region #3 = $125.00) REGION #2 CLASS I - N/A REGION #2 CLASS II - N/A REGION #2 CLASS III - $65.00/HOUR REGION #2 CLASS IV - $80.00/HOUR (Set up charge for region #2 = $300.00) REGION #4CLASS I -N/A REGION #4 CLASS II - N/A REGION #4 CLASS III - $65.00/HOUR REGION #4 CLASS IV - $80.00/HOUR (Set up charge for region #4 = $215.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $65.00/HOUR** WAYNE WOOD NO BID ON SPRAYING Contract Form New Contract Request Entity Information Entity Name * SMITH ENVIRONMENTAL Entity ID* @00030848 Contract Name* NOXIOUS WEED ENFORCEMENT MOWING CONTRACTOR Contract Status CTB REVIEW ❑ New Entity? Contract ID 3489 Contract Lead* TBOOTON Contract Lead Email tbooton@comeld.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Description* CONTRACTOR TO CARRY OUT ENFORCEMENT PROCEDURES TO BRING LANDOWNERS INTO COMPLIANCE. CALLED ON AS NEEDED. Contract Description 2 FIRST OF TWO POSSIBLE EXTENSIONS Contract Type* CONTRACT Amount* $3.000.00 Renewable* YES Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.com Department Head Email CM-Publi,cWorks- DeptHead@weldgov.com County Attorney BOB CHOATE County Attorney Email BCHOATE@CO.WELD.CO.US Requested BOCC Agenda Date* 04/01/2020 Due Date 03/28/2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a NSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnEase Contract Dates Effective Date Review Date* Renewal Date* 02(01/2021 03(19/2021 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD DH Approved Date 03/25/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/30/2020 Originator TBOOTON Contact Type Contact Email Finance Approver CONSENT Contact Phone 1 Contact Phone 2 Purchasing Approved Date 03/25/2020 Finance Approved Date 03/25/2020 Tyler Ref # AG 033020 Legal Counsel CONSENT Legal Counsel Approved Date 03/25/2020 Submit TO: Rob Turf, Director of General Services DATE: March 12, 2019 FROM: Tina Booton, Weed Division Supervisor jJp10. Jay McDonald, Public Works Director SUBJECT: Noxious Weed Enforcement Bat, 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 2019: Class l & II Primary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Class I High Pointe Companies Secondary 1142 Windcrest LN Fort Collins, CO 80524 Set-up charge: $ 160.00 Class II Regions 1-4: $60.00/Acre Class I Regions 1-4: $65.00/Acre Set-up charge: $150.00 - 250.00 Class II Regions 1 & 3: $00.00/Acre Class II Regions 2 & 4: $90.00/Acre Class I Regions 1 & 3: $65.00/Acre Class I Regions 2 & 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 I I I Primary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Class III Smith Environmental & Engineering Secondary 250 Perry LN Dacono, CO 80501 Set-up charge: $ 160.00 Class III Regions 14: $45.00/Hour Set-up charge: $ 150.00 Class III Regions 1-4: $80.00/Hour * Class III mowing is for small areas such as lots or around structures such as buildings and fences. Herbicidal Application Class I Hired Gun Weed Control Primary 25307 CR 50 Kersey, CO 80644 Class I Secondary No secondary bid option set-up charge: $ 160.00 Class I Regions 1-4: $70.00/Acre * Class I is for field spraying. Chemical charges will be in addition to the labor charges.* 417.--020/69 mi isat&c_ /tie oeticp Class II Primary Class II Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 No secondary bid option Set-up charge: $ 160.00 Class II Regions 1-4: $65.00/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 & IV Primary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Class III & IV Smith Environmental & Engineering Secondary 250 Perry Lane Dacono, CO 80501 Set-up charge: $ 160.00 Class III Regions 1-4: $45.00/hour Class IV Regions 1-4: $50.00/hour Set-up charge: $ 125 - $300.00 Class III Regions 1-4: $65.00/Hour Class IV Regions 1-4 $80.00/Hour * 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.* WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley CO 80631 E -Mail: rturf a.sweldcwv.com E -Mail: reverettAweidgovicom E -Mail: cmpeters@weidgov.com Phone: (970) 400-4216, 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 27, 2019 REQUEST FOR: ENFORCEMENT SERVICES - MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO: #B1900035 PRESENT DATE: MARCH 6, 2019 APPROVAL DATE: MARCH 20, 2019 CONTRACT WILL BE A 1 YEAR TERM-_AND_MAY EXTEND UP TO 2 YEARS (3 YEARS MAX). DESCRIPTION OF REGIONS: REGIONS: REGION #1 - NORTHWEST WELD REGION #2 - NORTHEAST WELD REGION #3 - SOUTHWEST WELD REGION #4 - SOUTHEAST WELD MOWING CLASSES: MOWING CLASS I - TRACTOR WEED MOWING (MIN. OF 5' ROTARY MOWER) MOWING CLASS II - TRACTOR WEED MOWING (MIN. OF 15-20' ROTARY MOWER) MOWING CLASS III - HAND WEED MOWING ERBIDICAL. CLASSES SSPRAYING) HERBICIDAL CLASS I - FIELD SPRAYING HERBICIDAL CLASS II - HANDGUN APPLICATION HERBICIDAL CLASS III - BACKPACK APPLICATION HERBICIDAL CLASS IV - CUT STUMP TREATMENTS VENDOR HIRED GUN WEED CONTROL 25307 CR 50 KERSEY, CO 80644 MOWING SERVICES -- PRICE PER REGION & CLASS REGION #1 CLASS I - $65.00/ACRE REGION #1 CLASS II - $60.00/ACRE REGION #1 CLASS III - $45.00/ACRE (Set up charge for region #1 = $160.00) REGION #2 CLASS I - $65.00/ACRE REGION #2 CLASS II - $60.00/ACRE REGION #2 CLASS III - $45.00/ACRE (Set up charge for region #2 = $160.00) REGION #3 CLASS I - $65.00/ACRE REGION #4 CLASS I - $65.00/ACRE REGION #3 CLASS II - $60.00/ACRE REGION #4 CLASS II - $60.00/ACRE REGION #3 CLASS III - $45.00/ACRE REGION #4 CLASS III - $45.00/HOUR (Set up charge for region #3 = $160.00) (Set up charge for region #4 = $160.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $150.00/HOUR** Page 2 REQUEST FOR: ENFORCEMENT SERVICES - MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO: #81900035 VENDOR HIGH POINTE COMPANIES DBA, HIGH POINTE LAND MGMT 1142 WINDCREST LN FT COLLINS, CO 80524 SMITH ENVIRONMENTAL AND ENGINEERING 250 PERRY LN DACONO, CO 80501 WAYNE WOOD DBA VEGETATION SERVICES 8232 SILVER BIRCH BLVD LONGMONT, CO 80504 MOWING SERVICES - PRICE PER REGION & CL REGION #1 CLASS I -- $65.00/ACRE REGION #1 CLASS II - $80.00/ACRE REGION #1 CLASS III - $100.00/ACRE (Set up charge for region #1 = $150.00) REGION #3 CLASS I - $65.00/ACRE REGION #3 CLASS II - $80.00/ACRE REGION #3 CLASS III - $100.00/ACRE (Set up charge for region #3 = $175.00) SS REGION #2 CLASS I - $75.00/ACRE REGION #2 CLASS II - $90.00/ACRE REGION #2 CLASS III - $125.00/ACRE (Set up charge for region #2 = $250.00) REGION #4 CLASS I - $75.00/ACRE REGION #4 CLASS II - $90.00/ACRE REGION #4 CLASS III - $125.00/HOUR (Set up charge for region #4 = $225.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $100.00/HOUR** REGION #1 CLASS I - $150.00/ACRE REGION #2 CLASS I - $150.00/ACRE REGION #1 CLASS II - N/A REGION #2 CLASS II - N/A REGION #1 CLASS III - $80/PER HR* REGION #2 CLASS III - $80/PER HR* (Set up charge for region #1 = $275.00) (Set up charge for region #2 = $300.00) *SMITH IS PRICING AT AN HOURLY RATE REGION #3 CLASS I - $150.00/ACRE REGION #4 CLASS I - $150.00/ACRE REGION #3 CLASS II - N/A REGION #4 CLASS II - N/A REGION #3 CLASS III - $80.00/PER HR* REGION #4 CLASS III - $80.00/PER HR* (Set up charge for region #3 = $125.00) (Set up charge for region #4 = $215.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $65.00/HOUR** *SMITH IS PRICING AT AN HOURLY RATE NO BID ON MOWING Page 3 REQUEST FOR: ENFORCEMENT SERVICES — MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO: #B1900035 VENDOR HIRED GUN WEED CO NTR L 25307 CR 50 KERSEY CO 80644 HIGH POINTE COMPANIES DBA, HIGH POINTE LAND MGMT 1142 WINDCREST LN FT COLLINS, CO 80524 SMITH ENVIRONMENTAL AND ENGINEERING 250 PERRY LN DACONO, CO 80501 WAYNE WOOD DBA VEGETATION SERVICES 8232 SILVER BIRCH BLVD LONGMONT, CO 80504 SPRAYING SERVICES - PRICE PER REGION & CLASS REGION #1 CLASS I - $70.00/ACRE REGION #1 CLASS II - $65.00/HOUR REGION #1 CLASS III - $45.00/HOUR REGION #1 CLASS IV - $50.00/HOUR (Set up charge for region #1 = $160.00) REGION #3 CLASS I - $70.00/HOUR REGION #3 CLASS II - $65.00/HOUR REGION #3 CLASS III - $45.00/HOUR REGION #3 CLASS IV - $50,00/HOUR (Set up charge for region #3 = $160.00) **DOWNTIME CHARGE FOR ALL REG NO BID REGION #1 CLASS I - N/A REGION #1 CLASS II - N/A REGION #1 CLASS III - $65.00/HOUR REGION #1 CLASS IV - $80.00/HOUR (Set up charge for region #1 = $275.00) REGION #3 CLASS I - N/A REGION #3 CLASS II - N/A REGION #3 CLASS III - $65.00/HOUR REGION #3 CLASS IV - $80.00/HOUR (Set up charge for region #3 = $125.00) **DOWNTIME CHARGE FOR ALL REG NO BID ON SPRAYING THE PUBLIC WORKS WEED & PEST DIVISION IS REVIEWING THE BIDS. REGION #2 CLASS I - $70.00/ACRE REGION #2 CLASS II - $65.00/HOUR REGION #2 CLASS III - $45.00/HOUR REGION #2 CLASS IV - $50.00/HOUR (Set up charge for region #2 = $160.00) REGION #4 CLASS I - $70.00/HOUR REGION #4 CLASS II - $65.00/HOUR REGION #4 CLASS III - $45.00/HOUR REGION #4 CLASS IV - $50.00/HOUR (Set up charge for region #4 = $160.00) IONS IS $150.00/HOUR'* REGION #2 CLASS I - N/A REGION #2 CLASS II - N/A REGION #2 CLASS III - $65.00/HOUR REGION #2 CLASS IV - $80.00/HOUR (Set up charge for region #2 = $300.00) REGION #4 CLASS I - N/A REGION #4 CLASS II - N/A REGION #4 CLASS III - $65.00/HOUR REGION #4 CLASS IV - $80.00/HOUR (Set up charge for region #4 = $215.00) IONS IS $65.00/HOUR** REQUEST FOR BID WELD COUNTY, COLORADO 1150 0 STREET GREELEY, CO 80631 DATE: JANUARY 21, 2019 BID NUMBER: #B1900035 DESCRIPTION: ENFORCEMENT SERVICES/MOWING & SPRAYING DEPARTMENT: PUBLIC WORKS DEPT/WEED DIVISION BID OPENING DATE: FEBRUARY 27TH, 2019 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 will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: (FEBRUARY27TM 2O1_ ! 10;o0am (Weld County Purchasing Time Clgck.) PAGES I 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST .......... NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-49 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 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 bid information on the Weld County Purchasing website at btto://www.co.weld.co.us/Departments/Purchasing/index.htmi located under Current Request for Bids. Weld County Government is a member of the Rocky Mountain E -Purchasing System. The Rocky Mountain E -Purchasing System (BidNet@) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County — 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com. Emailed bids must include the following statement on the email: "1 hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile: "I hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. B1900035 1 tOPPe tt .$64'M)M.WW.9P:#.`bow..ga `;.^"�Y'h.°AWe .^.NF^wA2.A''R42" :Lra""..ar?'t* er.i.MtlY02:21 atgra4gtelAt dbWICVS;+. L 3L\tatt UAt!zreVifiVa inglV1tireren tN.Wukamakirgr6 .`TOrgaur+tiw5nnvreWVAIM IMOMIWAN AVia itaiantelenehrnaxnnxszCennWravrzidtl. uwPAu..uu..I.wm w.w.. Ah, w,wswSww.uw..«x...MINAAMVSF..Ier.ww✓.e...M0..,..w.I.o+..oI,....•1...1.......,..4...� .. �..... .. ..... 3. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing partmen 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchsing at 970436-7225 if you have any questions. 3. INSTRUCT! NS TO taIDDE lS: 0 TRODUCTRY 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 signet: wit-° 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 ithout disclosing his principal, may be held to as the bid of the individual signing. When requested by the Weld County Director of General Services, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the idder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to cmply with all of the conditions, requirements, specifications, and/•r instructions of tnis bid as stated or implied herein. II designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the - Proposal Forms which are included in this package and tin the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signet by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility f 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 Director of General Services for the premature opening of a bid not properly addressed and identified. Bids may be ithdrwn upon written request t.• and appr:•val of the Weld County Director of feneral Services; saic 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 bean awarded.= idders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. fin accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will !i ive preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood theft Weld County will give preference to suppliers from the State of Colorado, in accordance with C. r'' . S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of tie Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product speci9cations and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIDING PRACTICES — ILLEr ALALIE.t't S Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an B1900035 2 illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains ctual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(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 lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Informati • n: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial 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., with regard to public records, and cannot guarantee the confidentiality of all documents. 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. Indew i.1ent 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 81900035 3 Mtvowearagfamomotlieuiresav!✓,e3:YdtflNmsaragawiraaAYHNt' litst Ri4.W2f4At iasamm airetosiowi ma2ikYlR?7917![v'C eemmi t#"A?W:t•mta4writmrosyo iiwmiewzAaK.byo v✓.sossaiwnsumwWwviabaAriKawfrtiaoyhomvsgeitut rairwi✓rrims✓sY.ewsi amisswitAniwoigmoie awne'7YLdHAI revieY.eNfrirG:atevk'(sWsf eaertt rietoiY./patormotro ttl•(usYbrmti¢>ors'.sgsamsa why:1.P/GYNfi>idienoo arintir enee sigialsbx P`tilmh'wiXra'.;Ztraa.:5fU,i ito*A.iYe'B. aresalos k s**Atilt oniiiiewss./Q+.titeD owartxerCrnr.. . s .... 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 and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for 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 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. B1900035 4 M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance 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 in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services 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. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim there under, 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 B1900035 5 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. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or B1900035 6 services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver B1900035 7 form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub - vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: REQUEST FOR ENFORCEMENT SERVICES MOWING AND/OR SPRAYING WELD COUNTY COLORADO - COUNTY WIDE PROJECT LOCATIONS B1900035 8 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. 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. B1900035 9 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. 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. Picloram B1900035 4.0 lb. active ingredient per gallon 4.0 lb. active ingredient per gallon 2.0 lb. active ingredient per gallon 10 4. Telar 75% D.F. 5. Plateau 2.0 lb. active ingredient per gallon 6. Milestone 2.0 lb. active ingredient per gallon 7. Surfactant 90% non-ionic active ingredient per gallon, or methylated seed oil surfactant depending on the weed species targeted. 8. Habitat 2.0 lb. active ingredient per gallon 9. Garton 3A 3.0 lb. active ingredient per gallon 10. Garton 4 4.0 lb. active ingredient per gallon C. Rates and Usage Herbicide rate and type shall be subject to the approval of the Weed Division Supervisor. Such usage must conform to the environment conditions of the site, to the landowner's request, and shall conform to label restrictions. The contractor must follow all safety, application and precautionary statements on the label. D. Product Substitutions The Weed Division Supervisor shall evaluate all requests for product substitutions. All such requests must be in writing and must include a detailed description of the benefits and any alterations of price. No product substitutions shall be made without the prior written approval of the Weed Division Supervisor. E. Required Control All herbicide applications must be of the correct type, rate and timing to guarantee control of weed top growth for a period of 90 days following application. Translocating herbicides will be used to insure some root control and reduction of existing weed stands. F. Safety Clothing and Equipment for Applicators Spray applicators shall wear appropriate clothing and safety equipment as recommended on the label. If applicators are not properly clothed or protected, the Weed Division Supervisor or staff may stop the spray operations until minimum safety requirements are met. G. Equipment Inspection The County may inspect all pesticide application equipment, and/or the chemical tank mix of the Contractor at any time during the project period. All equipment shall be cleaned on the site, prior to leaving to decrease the potential for spreading noxious weeds. The County shall be under no duty to inspect every time. H. Mowing All weeds shall be cut to a height of not more than six inches. All seed heads and stems must be completely severed from the basal portion of the plant. Areas mown must be uniformly cut with no skips or weeds left standing. All patches of noxious weeds will be mowed. Only areas infested with the noxious weed will be mowed as discussed during the on -site meeting. 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. B1900035 11 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. 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. B1900035 12 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. Warrant 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. VIII. Insurance Requirements Prior to awarding of contract, Contractor shall forward Certificates of Insurance to Weld County, do Purchasing, P.O. Box 758, Greeley, Colorado 80632. The insurance required shall be procured and maintained in full force and effect for the duration of the Contract and shall be written for not less than the following amounts, or greater if required by law. Certificate Holder should be Weld County at the above address. I. Workers' Compensation and Employers' Liability A. State of Colorado: B. Applicable Federal: C. Employer's Liability: Statutory Statutory $100,000 Each Accident B1900035 13 $500,000 Disease -Policy Limit $100,000 Disease -Each Employee D. Waiver of Subrogation II. Commercial General Liability on an Occurrence Form including the following coverages: Premises Operations; Products and Completed Operations; Personal and Advertising Injury; Medical Payments; Contractual Liability; Independent Contractors; and Broad Form Property Damage. Coverage provided should be at least as broad as found in Insurance Services Office (ISO) form CG0001. Minimum limits to be as follows: A. Bodily Injury & Property Damage General Aggregate Limit B. Products & Completed Operations Aggregate Limit C. Personal & Advertising Injury Limit D. Each Occurrence Limit $1,000,000 $1,000,000 $500,000 $500,000 Other General Liability Conditions: 1. Products and Completed Operations to be maintained for one year after final payment Contractor shall continue to provide evidence of such coverage to the County on an annual basis during the aforementioned period (as appropriate). 2. Contractor agrees that the insurance afforded the County is primary. III. Commercial Automobile Liability shall cover all owned, non -owned and hired vehicles with a minimum of $1,000,000 combined single limit bodily injury and property damage. IV. It is suggested that the Contractor has spray drift and runoff liability insurance. V. All Insurance policies (except Workers Compensation and Professional Liability) shall include Weld County and its elected officials and employees as additional insureds as their interests may appear. The additional insured endorsement should be at least as broad as Insurance Service Office (ISO) form CG2010 for General Liability coverage and similar forms for Commercial Auto and Umbrella Liability. VI. The County reserves the right to reject any insurer it deems not financially acceptable by insurance industry standards. Property and Liability Insurance Companies shall be licensed to do business in Colorado and shall have an AM Best rating of not less than B+ and/or VII. VII. Certificates of insurance on all policies shall give the County written notice of not less than thirty (30) days prior to cancellation or change in coverage. VIII. Contractor shall furnish Weld County separate certificates of insurance for all contractors and sub- contractors. Such certificate must meet all requirements listed above. ANY DEVIATIONS FROM THE STANDARDS GIVEN ABOVE MUST BE SUPPLIED AND APPROVED PRIOR TO THE AWARD RECOMMENDATION BY THE COUNTY WEED DIVISION SUPERVISOR. B1900035 14 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: Targeted Species: Visible evidence of prior treatment: Bid Item Item Description Class I Mowing Class II Mowing Class III Mowing Class I Spraying Class II Spraying Class III Spraying Class IV Spraying Herbicide Herbicide Surfactant Down Time Subtotal: Extra Items Set -Up Charge** Contractor's Signature: Legal Description: Bid Costs Acres Quart/Pint/Oz. Hours Region 1 Region 2 Region 3 Total Estimated Cost: Region 4 Current Job # Acres Date: Actual Start Date and Time: Actual End Date and Time: County Weed Division Supervisor: Herbicides: 1. Trade Name 2. Current Job Est. Cost Date: EPA Registration # Application Rate Trade Name EPA Registration # Application Rate Temperature F Wind Direction and Speed MPH Soil Condition: Wet Dry Cloud Cover B1900035 15 Exhibit B Regions of Weld County ,267) 1 ,W ,QbgfW ri �q .rrW ref O. BOW II 00 ar.4 0W eVW W ... 4.. rv�9lvvs•aW 4�OCI�II�QOnD�(D�ell AaaOaanaaai'NOON moo aci nualioma ;dry =MOO T .� Y ¢ aOpgOO^UPPIlin orippocumas [ a' lamiNCICICIPMMI SO tn=i3EJOq 4a a s x i r Ir»s 1 L' rl,eb7gi .q • 2b3w R6 42 ) /26‘Fw C( i /26arr R6/Lv REE JOTF #4 /26/4) ‘91.0 ea am.) g 287w $257,,e0 t77. se se se .034-Yuuugr �q ,, ,.r .rnri rl ma trlrusd.rrq s w.Ne xM •- iW Iy W. .W.pw.ee WeaNW4 -R=moN /I- NORTHWEST WRW REGION /IR- NORTHEAST NEW REGION jS— SOUTHWEST SEW REGION ///4,— SOUTHEAST WELD R — — —77A, WELD COUNTY J. CD J!4 o 44 s# — 81900035 16 BID ITEMS FOR MOWING CONTRACT All spaces must contain a bid price in the units indicated if bidding on the mowing contract. Bid Item Class I Class II Class III Region 1 Region 2 Region 3 _ Region 4 ** All mowing bid prices are on a per acre rate. Set-up charge per parcel: Region I Region II Region III Region IV i Jews Down -Time Charge: per hour Respectfully submitted: Firm or Business Name: By. Address: Date: Phone Number: Position or Title: B1900035 17 .vaammwmnmIkOta•+romw,n.eu+w..w«wwew,.Vxm.•-.,•.. ...,p....v.w.AcuuwwM4S Mww% SI Josue • wwu..nw.w..w.u.. 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 1 Region 4 Class ____ Class II Class III Class IV I • ass I bid prices is on a per acre rate. ** Class II, III and IV bid items are on a per hour rate. Set-up charge per parcel: Region I Region II Region III Region IV I Down -Time Charge: per hour Herbicides [ Dollars Quart, Pint or Ounce Rate 2, 4-D Amine 1 Dicamba Picloram Telar Milestone Plateau Habitat I Garton 3A k Garton 4 } tr Non -Ionic Surfactant Methylated Seed Oil Surfactant f Respectfully submitted: Firm or Business Name: By: Position or Title: Address: Date: Phone Number: B1900035 htltiMOKtittiISML'.0 .^1'atAZWagifiV...V.Wen Jiaina a.e.raf( p' } tm+.JkpOZWA'444:010..alu'tleittrA'i.JMA.XIS.'MFAtl4SWeiK.W.I.W.1.11006.16eAMOtabtor Ntflod&WeNi SWeiree...... roa.AM1.00,4 t4*A.X.kA1. t...zNan.•..uA..1.Neq......wynWo.v.0.14YAwtittaa w.traturw.Y/.a'6WN'WWSVN4Wiv... ¢f 18 'H" W.ilalir 4diGro'an4HAxw.bnuuMWomvina nvwawn vitY.O.WatIrvAmwntWCNiwxaitiMWw xtVti~ vws*9"siwohaItteratvseepaeitnwxer'rrss..ww....w.V . r w...n ---ravats..rnots.‘r.u..a.we aarmin .-m-- 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. Please provide contact information for at least three (3) business references. Name: _ Address: Name: _ Address: Phone: Phone: Service provided and dates: Service provided and dates: Name: Name: Address: Address: Phone: Phone: Service provided and dates: Service provided and dates: ADDENDA: Addendum Number Date of Addendum Date Received B1900035 19 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. #B1600035. 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 BY BUSINESS ADDRESS DATE (Please print) CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. PLEASE SO NOT EMAIL/FAX BACK PAGES 1-12. THANK YOU! B1900035 **THE SUCCESSFUL BIDDER SHALL ROVIDE A W-9 IF NOT ALREADY ON FILE** ELD COUNTY IS EXEMPT FROM COL DO SALES T ES. THE CERTIFICATE OF EXEMPTION NUM : ;ER I -03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 $. ATTEST. Weld BY: Deputy CP,`k to the Bo 131900035 BOARD OF COUNTY COMMISSIONERS W LID COUNTY, C - ORADO cA arbara Ki rkrney i s Chair / 4 1 2 019 e4, 70 6) v\N.atkt:40.Y.Y.C4yY.Y' W'.Yi%tl.ttriii9r4Sit62..4eItteatt4442•SYA?.S::AY.4:47.4 YY.k4i' 'k 4=1:ib94V.4:.:thYld',Vthit4t4=4141 14;f SA.T,i4.414 4.14tialtW4i444410.4, 44444=4/4446, dtX044=t4644isiitt4U.v, 1iittabiktasyNtattvieenttvY .dnW keYted:44 04411VMS..tri etzt attertot tam.rrroM...t. a..n- From: Cami Hillman To: bids Subject: Weld County Enforcement Services/Mowing & Spraying Bid #B1900035 Date: Monday, January 21, 2019 2:45:39 PM Attachments: 2019 Weld County Enforcement Services Mowing and Spraying Bid B1900035.pdf ear etlIr 437..S,Yfb=SIS W/' ,rfl� tirGalrg �1" 4".9.6�S.f iE .%..i2lA////e SY'Gd%bi%$%.,b", AWear taRY.£9.?i .. QtauiaV'Most➢//k"4.l'J.oii4YHreedrirJPtMet lWOSl.7W/64fS1,AttYl9 'i1L.WSf 14 Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. I hereby waive my right to a sealed bid. Thank y Cami Hillman Hired Gun Weed & Pest Control Office: 970405-3249 Email: chillman@hiredgunanet www.hiredgunanet WEE k T cc.r.i lEO L U D QTE MS F NT ACT All.spaceS.,must 'contain a bid price in the units indicated .if bidding on the rno it : Bid Item Class I Class II Class III 7.-v egion 1 475, La O 3 ithCrt **All mowing bid prices are on a per acre rate. Set-up charge per parcel: Region I Region II Region Ill R Region IV Region 2 yti tf70.149 /flL t 4 Region 3 1/ aYl e la, ",'/ cr e /$$ c rc, Region 4 lAcre o $7, in. cm' Down -Time Charge: per hour Respectfully submitted: Firm or Business Name: tAtn Wtei By: v .-r:3 7l1 $ r1 1• 4 Address: )Cersc ti Position or Title: ' ft E t Date: It 'Le)len Phone Number: BID REQUEST #B1900035 Page 17 El!!� 8Q gTEMS F S R PRA C NTR CY q spaces must contain a bid price in the units indicated if bidding on the sprayingpontract. Bid Item Region I Region 2 Region 3 Region 4 � Class I -�1 '� <� bY /Ard:re _ '_�{����{/mcrc •,-/ �a kcC �, _. '•t�..Fi .' e i ,�� � � � � o/icc A f� Class H . f s n /trc assACH,q w `Q t =' r � �� ca ��� � � A :j i d'tS�' Class S III �' iAre ld ^ tea C'� ^J(lj� C''j/T/j/•) �' C .''J � / ,{��/'f D Cam' - l9�j/�JQp�cc f �� ! 0 i V r. Sil , �. Class IV aa eP tee a r Q.C? :.W i �A'�t'1 �.cr�s.�a { -0f � A � �, � hAb •.c5 4 4C5'J pe 1 5 �„7t9 k **Class I bid • prices is on a per acre rated !! , ** Class II, 119 and DV bid items are on a per hour rate. set-up charge per Darcel: R Region 1 Region II Region 119 Region IV keyt'22°2 ' s Down -Time Charge: ti� per hour Herbicides Dollars Quart, Pint or Ounce Rate 2, 4-D Amine A_ 1 5- 1 Q N .!� j/h0 V rvat Sj r Ducamba 41 t �'� iii n 7 3 I /' l �iV"n(.4 a..., Picloram ._wA.� 40 Telar M aids fI Z c� Se 0 2., 14 Cr Milestone � io, ,., i m e c Plateau ! A r y� /Airre" v/ its. • a Ya•. F I y Habitat mod; so /pitont (7 Garton 3A g �O/ y/- . P��"i>F�:.p� • of rY .a � hgQ b' a � �j �/ "�°�,, ,�-y�y p� a `�: m, r s � P i Carlon 4 ..// I, .,$ p '� ii4 .. li 7d ,. , v r f P c ent A' ion®lon�c surfactant tai Y. 4 , sitar .� g� a hyt4--6,d lam a.110 meth Methylated la Seed Coil Surfactant � 7 .���- ` l . f . U. . � � ,� . , 5� tm 4 , / OS �:6 5 .. Respectfully submitted: Firm or Business Name: t By: 1/4:041) ce Address: Date: rn ft 'i. Position or Title: Phone Number: 7! ISTztcs be • BID REQUEST #B1900035 Page 18 Ex erience and F'eferences Please provi a brief descrQpti +gin ;ta your experience with types 1 fir cts wtrkr d in and any then pertinent inform used. }An bar .04 C S ^."' t its A A ��1r C 44.nY p 1 n P �` ";._ '• .4 } Giro 'is; > 4 inei)vidiAti et. .a„ G,...�� n e �' s r-� 1. emak a -7r r ti I 4 yin 0 g or mowing. Hnc u.•e years . f w v iN; b eo Describe eip rnt t ci r� ,1 4. C.. '". t r a Please provide contact information for at least three (3) business ref X11 In Name:te Address:3 M i Cet 6 !1 zr Phone: 910, k r wrice service provided and dates: goigit Pr.e s ges Ov e Name: FAQ Address: 26105 O5 EA.s 's..-.' ve beinver, Co i 4-9 Phone: 4-v...ii,.c Service provided and dates: Qois P n4- ' ;d r ADDENDA: Addendum Number r cos. Name: WcU Ca relit 't Address: ° - ° (tlicu ' C1 to `.A to Phone: 411O 6 304 Lit 1 g Y'&a' a. SaT,,`6 ' Pa Service provided and dates: aOis a.. Fran. ' 'r a a4r.' ' seer 'ice � I ° ��y T•rn.. .13 Name: i4414.+L Address: I I, b& 54-00$ Denver , .o ?+ p Phone: )"�"Q�� �,0) ,y'�'�j`�J KyWi! ,y� it ^ �'Sp� 1.y,. I..,e,. 'a` i�l f ttr7 3 / 8 `- ‘" eld y` fa ,4 e t 8 :a . c� i�,.'.''•y„' ICS I Service provided and dates: Qa / Se w' Preen 6 r 4 4 At PA ,?in Barr ech 4.100 PrcVu4_s 1 AK S 4i 001 r�'i in rv' "tJc 'J +fro Se ltl''V'c.t5:x�d�' Date of Addendum Date Received BID REQUEST #B1900035 Page 19 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 * ELOW 0 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. ll win be re -.eived up to i t t not i ter than Fa1!rva 27 2019 t 10: PU HASUNG TIME CL C EL C UN BID REQUEST #B1900035 44ThItt tt-IMPa,an..ww9Ma;kone..��vM1.eWw.l,<1Fn?raw2:ns..nvK!4.wm.0,59 Page 20 r. The _ order&igned3 by Ms or her sk .nature, her y acknowledges and r pr S is that: N 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #E31900035, 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS S Lee CITY, STATE, ZIP CODE Ker502 .4 gs 44 TELEPHONE NO enos 4os 3241 FAX TAX ID # 45 12, 1 c PRINTED NAME AN TITLE J r SIGNATURE 2, [it J.. f...: EaMAIL r� ,44kon n Airel "eft,/ DATE I u **ALL BI ERS SHALL PROVIDE A:W 9 WITH THE UB .I I N OF THEIR BID** EL U BE UNTY OS EXEMPT FR 11S #9,03551-0000, ATTEST: Weld County Clerk to the Board BY: : C''LOR;, ;0 S -,LES T A Et THE CE NOT}EE T SE CK GE TURC TE 1 - 8 o BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Barbara Kirkmeyer, Chair APPROVED AS T - S UBSTANCE: Elected Official or Department Head Controller/Purchasing 'rector C F EXE BID REQUEST #11900035 Page 21 eartaud. TO: Rob Turf, Director of General Services DATE: March 12, 2019 r. FROM: Tina Booton, Weed Division Supervisor !jp1a Jay McDonald, Public Works Director SUBJECT: Noxious Weed Enforcement Bid; g ctIN 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 2019: Class l & II Primary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Class I & II High Pointe Companies Secondary 1142 Windcrest LN Fort Collins, CO 80524 Set-up charge: $ 160.00 Class I l Regions 1-4: $60.00/Acre Class I Regions 1-4: $65.00/Acre Set-up charge: $150.00 ® 250.00 Class II Regions 1 & 3: $80.00/Acre Class II Regions 2 & 4: $00.00/Acre Class I Regions 1 & 3: $65.00/Acre Class I Regions 2 & 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 Hired Gun Weed Control Primary 25307 CR 50 Kersey, CO 80644 fr"irs, Class III Smith Environrnenta! & Engineering Secondary 250 Perry LN Dacono, CO 80501 Set-up charge: $ 160.00 Class III Regions 1-4: $45.00/Hour Set-up charge: $ 150.00 Mass III Regions 1-4: $80.00/Hour * Class III mowing is for small areas such as lots or around structures such as buildings and fences. * Herbicidal Application Class I Hired Gun Weed Control Primary 25307 CR 50 Kersey, CO 80644 Class I Secondary No secondary bid option Set-up charge: $ 160.00 Class I Regions 1-4: $70c00/Acre * Class I is for field spraying. Chems al c arges will be in addition to the labor charges.* a /CP) (fia..- Ger e44 -0q73 (3) 6O110 5 fraieES{.` ....v,. ... .. .. H5�- :3K141trio..vaindWRh Class II Primary Class II Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 No secondary bid option Set-up charge: $ 160.00 Class II Regions 1-4: $65.00/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 & IV Primary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Class III & IV Smith Environmental & Engineering Secondary 250 Perry Lane Dacono, CO 80501 Set-up charge: $ 160.00 Class III Regions 1-4: $45.00/hour Class IV Regions 1-4: $50.00/hour Set-up charge: $ 125 - $300.00 Class III Regions 1-4: $65.00/Hour Class IV Regions 1-4 $80.00/Hour * 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.* WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley CO 80631 E -Mail: rturfcweldgov.com E -Mail: reverett@weldgov.com E-Mail: cmpeters@weldgov.com Phone: (970) 400-4216, 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 27, 2019 REQUEST FOR: ENFORCEMENT SERVICES - MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO: #B1900035 PRESENT DATE: MARCH 6, 2019 APPROVAL DATE: MARCH 20, 2019 CONTRACT WILL BE A_1 YEAR TERM AND MAY EXTENDUPT0 2 YEARS (3 YEARS MAX). QESCRIPTION,.O.F.REGIONS, REGIONS: REGION #1 - NORTHWEST WELD REGION #2 - NORTHEAST WELD REGION #3 - SOUTHWEST WELD REGION #4 - SOUTHEAST WELD MOWING CLASSES: MOWING CLASS I - TRACTOR WEED MOWING (MIN. OF 5' ROTARY MOWER) MOWING CLASS II - TRACTOR WEED MOWING (MIN. OF 15'-20' ROTARY MOWER) MOWING CLASS III - HAND WEED MOWING HERBIDICAL CLASSES: (SPRAYING) HERBICIDAL CLASS I - FIELD SPRAYING HERBICIDAL CLASS II - HANDGUN APPLICATION HERBICIDAL CLASS III - BACKPACK APPLICATION HERBICIDAL CLASS IV - CUT STUMP TREATMENTS VENDOR HIRED GUN WEED CONTROL 25307 CR 50 KERSEY, CO 80644 MOWING SERVICES -- PRICE PER REGION & CLASS REGION #1 CLASS I - $65.00/ACRE REGION #1 CLASS II - $60.00/ACRE REGION #1 CLASS III - $45.00/ACRE (Set up charge for region #1 = $160.00) REGION #2 CLASS I - $65.00/ACRE REGION #2 CLASS II - $60.00/ACRE REGION #2 CLASS III - $45.00/ACRE (Set up charge for region #2 = $160.00) REGION #3 CLASS I - $65.00/ACRE REGION #4 CLASS I - $65.00/ACRE REGION #3 CLASS II - $60.00/ACRE REGION #4 CLASS II - $60.00/ACRE REGION #3 CLASS III - $45.00/ACRE REGION #4 CLASS III - $45.00/HOUR (Set up charge for region #3 = $160.00) (Set up charge for region #4 = $160.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $150.00/HOUR** r x Lg M IJ Page 2 REQUEST FOR: ENFORCEMENT SERVICES - MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO: #B1900035 VENDOR HIGH POINTE COMPANIES DBA, HIGH POINTE LAND MGMT 1142 WINDCREST LN FT COLLINS, CO 80524 SMITH ENVIRONMENTAL AND ENGINEERING 250 PERRY LN DACONO, CO 80501 WAYNE WOOD DBA VEGETATION SERVICES 8232 SILVER BIRCH BLVD LONGMONT, CO 80504 MOWING SERVICES - PRICE PER REGION & CLASS REGION #1 CLASS I - $65.00/ACRE REGION #1 CLASS II - $80.00/ACRE REGION #1 CLASS III - $100.00/ACRE (Set up charge for region #1 = $150.00) REGION #3 CLASS I - $65.00/ACRE REGION #3 CLASS II - $80.00/ACRE REGION #3 CLASS III - $100.00/ACRE (Set up charge for region #3 = $175.00) **DOWNTIME CHARGE FOR ALL REGIO REGION #2 CLASS I - $75.00/ACRE REGION #2 CLASS II - $90.00/ACRE REGION #2 CLASS III - $125.00/ACRE (Set up charge for region #2 = $250.00) REGION #4 CLASS I - $75.00/ACRE REGION #4 CLASS II - $90.00/ACRE REGION #4 CLASS III - $125.00/HOUR (Set up charge for region #4 = $225.00) NS IS $100.00/HOUR** REGION #1 CLASS I - $150.00/ACRE REGION #2 CLASS I - $150.00/ACRE REGION #1 CLASS II - N/A REGION #2 CLASS II - N/A REGION #1 CLASS III - $80/PER HR* REGION #2 CLASS III - $80/PER HR* (Set up charge for region #1 = $275.00) (Set up charge for region #2 = $300.00) *SMITH IS PRICING AT AN HOURLY RATE REGION #3 CLASS I - $150.00/ACRE REGION #4 CLASS I - $150.00/ACRE REGION #3 CLASS II - N/A REGION #4 CLASS II - N/A REGION #3 CLASS III - $80.00/PER HR* REGION #4 CLASS III - $80.00/PER HR* (Set up charge for region #3 = $125.00) (Set up charge for region #4 = $215.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $65.00/HOUR** *SMITH IS PRICING AT AN HOURLY RATE NO BID ON MOWING Page 3 REQUEST FOR: ENFORCEMENT SERVICES - MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO: #61900035 VENDOR HIRED GUN WEED CONTROL 25307 CR 50 KERSEY CO 80644 HIGH POINTE COMPANIES DBA, HIGH POINTE LAND MGMT 1142 WINDCREST LN FT COLLINS, CO 80524 SMITH ENVIRONMENTAL AND ENGINEERING 250 PERRY LN DACONO, CO 80501 WAYNE WOOD DBA VEGETATION SERVICES 8232 SILVER BIRCH BLVD LONGMONT, CO 80504 SPRAYING SERVICES - PRICE PER REGION & CLASS REGION #1 CLASS I - $70.00/ACRE REGION #1 CLASS II - $65.00/HOUR REGION #1 CLASS III - $45.00/HOUR REGION #1 CLASS IV - $50.00/HOUR (Set up charge for region #1 = $160.00) REGION #3 CLASS I - $70.00/HOUR REGION #3 CLASS II - $65.00/HOUR REGION #3 CLASS III - $45.00/HOUR REGION #3 CLASS IV - $50.00/HOUR (Set up charge for region #3 = $160.00) REGION #2 CLASS I - $70.00/ACRE REGION #2 CLASS II - $65.00/HOUR REGION #2 CLASS III - $45.00/HOUR REGION #2 CLASS IV - $50.00/HOUR (Set up charge for region #2 = $160.00) REGION #4 CLASS I - $70.00/HOUR REGION #4 CLASS II - $65.00/HOUR REGION #4 CLASS III - $45.00/HOUR REGION #4 CLASS IV - $50.00/HOUR (Set up charge for region #4 = $160.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $150.00/HOUR** NO BID REGION #1 CLASS I - N/A REGION #1 CLASS II - N/A REGION #1 CLASS III - $65.00/HOUR REGION #1 CLASS IV - $80.00/HOUR (Set up charge for region #1 = $275.00) REGION #3 CLASS I - N/A REGION #3 CLASS II - N/A REGION #3 CLASS III - $65.00/HOUR REGION #3 CLASS IV - $80.00/HOUR (Set up charge for region #3 = $125.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $65.00/HOUR** REGION #2 CLASS I - N/A REGION #2 CLASS II - N/A REGION #2 CLASS III - $65.00/HOUR REGION #2 CLASS IV - $80.00/HOUR (Set up charge for region #2 = $300.00) NO BID ON SPRAYING THE PUBLIC WORKS WEED & PEST DIVISION IS REVIEWING THE BIDS. REGION #4 CLASS I - N/A REGION #4 CLASS II - N/A REGION #4 CLASS III - $65.00/HOUR REGION #4 CLASS IV - $80.00/HOUR (Set up charge for region #4 = $215.00) REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, Co 30631 DATE @ JANUARY 219 201 BID NUMBER: #B1900035 DESCRIPTION: ENFORCEMENT SERVICES/MOWING & SPRAYING DEPARTMENT: PUBLIC WORKS DEPT/WEED DIVISION BID OPENING DATE: FEBRUARY 271H, 2019 I. 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/MIIMOWING & SPRAYING. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: FEBRU R `27" 2019 0:00 .an Meld C, ur Pure a in Ti e CI sisi PAGES 1 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE NOT ALL OF THE INFORMATION CONTAINED IN AGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE....BID SPECIFICS FQL.LOW PAGE 8. 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 bid information on the Weld County Purchasing website at http://www,co.vvpid.co.us/Departments/Purchasingfindex*html located under Current Request for Bids. Weld County Government is a member of the Rocky Mountain E -Purchasing System. The Rocky Mountain E -Purchasing System (BidNet®) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Deli o Weld C unty s- 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com, Emailed bids must include the following statement on the email: "1 hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile: "I hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. B1900035 I!. :iYcter` iZt..gaVba -MLiiL a —MO MOITOCe r. VGA'itatakkM'aiIClitt egISA 9PairOS.Ar>Ori.NC4,4 14Y9JY<.Y ly4=4 FAM..mmLrtnsvemw.us....4.44Sew.in.:.ta...UHI MCW1.4Iw<aA At..rrtu..uu.ow.(Au Awn ht. .. 1 3. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970-336-7225 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Director of General Services, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Director of General Services for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Director of General Services; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an B1900035 2 illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(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 lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial 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., with regard to public records, and cannot guarantee the confidentiality of all documents. 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 B1900035 3 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 and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for 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 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. B1900035 4 M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance 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 in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services 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. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim there under, 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 B1900035 5 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. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or B1900035 6 services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in C.}lorado and ratec by A.M. Best Comps ny as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the abve-described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the VVeld County Director of General Services by c- rtifHd mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in n{ 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 ork 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 failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it n _ lay deem necessary to cover its obligations and liabilities under this greennent. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that of has met the insurance requirements identified herein. Th successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder _nd shall, without additional compensation, promptly remedy and correct any errrs, omissions, or ther deficiencies. I DEM TY: The successful bider shall defend, indemnify and hold harmless County, its officers, agents, and employees, frm and .Fgainst injury, loss damage, liability, suits, actins, or cleteims of any type or character arising out of thr work done in fulfillment of the terms of this Contract or on account of any act, claim or 1mount arising .r 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 •f The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Cornpensatijn Act, or ther law, ordinance, order, or decree. This paragraph sell 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 tic successful bidder for he County. A allure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of an Agreement, insurance in the following kinds and amounts: y •�rfkers' Col pens tion Insurance as required by state statute, and Emp oyer's Liability Insurance covering all of the successful bidder's employees acting within the course and scone 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 B1900035 7 r '6 y' Kta 4ip$D..Q�frag$'/6. J4Q4?,&'YRX f°itPSI �017e:' 2C 747,,ekXYY�iY:'2tXPA rtfYN1W..Sads AY.C,C ail. PaZ4io59" f %t7s6?Aaieeina.5'Nahe .v4,1*.ba ' et0 t4 ao:'znaWwraN' rokr '4.4A%Lxr ri &W3etWIASyFea3aiiiaa8, ✓≤.>raz aam1i 0.4$.t ,teik<2emc : xu>7:0• Jiib0? iaXtlaYasec+rAti, ssa€M9*Oh ka AAzTAP; a wmesas,.ocanttiavr axownx m aucea.rs+xs.r l+n: vancommiitterormszaaxw Xa n+Lrxr3: ne 5[varr;,Anx ant • ig•,+'7 form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub - vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: REQUEST FOR ENFORCEMENT SERVICES MOWING AND/OR SPRAYING WELD COUNTY COLORADO - COUNTY WIDE PROJECT LOCATIONS B1900035 8 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. 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. B1900035 9 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. 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. Picloram B1900035 4.0 lb. active ingredient per gallon 4.0 lb. active ingredient per gallon 2.0 lb. active ingredient per gallon 10 4. Telar 75% D.F. 5. Plateau 2.0 lb. active ingredient per gallon 6. Milestone 2.0 lb. active ingredient per gallon 7. Surfactant 90% non-ionic active ingredient per gallon, or methylated seed oil surfactant depending on the weed species targeted. 8. Habitat 2.0 lb. active ingredient per gallon 9. Garton 3A 3.0 lb. active ingredient per gallon 10. Garton 4 4.0 lb. active ingredient per gallon C. Rates and Usage Herbicide rate and type shall be subject to the approval of the Weed Division Supervisor. Such usage must conform to the environment conditions of the site, to the landowner's request, and shall conform to label restrictions. The contractor must follow all safety, application and precautionary statements on the label. D. Product Substitutions The Weed Division Supervisor shall evaluate all requests for product substitutions. All such requests must be in writing and must include a detailed description of the benefits and any alterations of price. No product substitutions shall be made without the prior written approval of the Weed Division Supervisor. E. Required Control All herbicide applications must be of the correct type, rate and timing to guarantee control of weed top growth for a period of 90 days following application. Translocating herbicides will be used to insure some root control and reduction of existing weed stands. F. Safety Clothing and Equipment for Applicators Spray applicators shall wear appropriate clothing and safety equipment as recommended on the label. If applicators are not properly clothed or protected, the Weed Division Supervisor or staff may stop the spray operations until minimum safety requirements are met. G. Equipment Inspection The County may inspect all pesticide application equipment, and/or the chemical tank mix of the Contractor at any time during the project period. All equipment shall be cleaned on the site, prior to leaving to decrease the potential for spreading noxious weeds. The County shall be under no duty to inspect every time. H. Mowing All weeds shall be cut to a height of not more than six inches. All seed heads and stems must be completely severed from the basal portion of the plant. Areas mown must be uniformly cut with no skips or weeds left standing. All patches of noxious weeds will be mowed. Only areas infested with the noxious weed will be mowed as discussed during the on -site meeting. 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. B1900035 11 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. 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. B1900035 12 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. VIII. Insurance Requirements Prior to awarding of contract, Contractor shall forward Certificates of Insurance to Weld County, c/o Purchasing, P.O. Box 758, Greeley, Colorado 80632. The insurance required shall be procured and maintained in full force and effect for the duration of the Contract and shall be written for not less than the following amounts, or greater if required by law. Certificate Holder should be Weld County at the above address. Workers' Compensation and Employers' Liability A. State of Colorado: B. Applicable Federal: C. Employer's Liability: Statutory Statutory $100,000 Each Accident B1900035 13 $500,000 Disease -Policy Limit $100,000 Disease -Each Employee D. Waiver of Subrogation II. Commercial General Liability on an Occurrence Form including the following coverages: Premises Operations; Products and Completed Operations; Personal and Advertising Injury; Medical Payments; Contractual Liability; Independent Contractors; and Broad Form Property Damage. Coverage provided should be at least as broad as found in Insurance Services Office (ISO) form CG0001. Minimum limits to be as follows: A. Bodily Injury & Property Damage General Aggregate Limit B. Products & Completed Operations Aggregate Limit C. Personal & Advertising Injury Limit D. Each Occurrence Limit $1,000,000 $1,000,000 $500,000 $500,000 Other General Liability Conditions: 1. Products and Completed Operations to be maintained for one year after final payment Contractor shall continue to provide evidence of such coverage to the County on an annual basis during the aforementioned period (as appropriate). 2. Contractor agrees that the insurance afforded the County is primary. III. Commercial Automobile Liability shall cover all owned, non -owned and hired vehicles with a minimum of $1,000,000 combined single limit bodily injury and property damage. IV. It is suggested that the Contractor has spray drift and runoff liability insurance. V. All Insurance policies (except Workers Compensation and Professional Liability) shall include Weld County and its elected officials and employees as additional insureds as their interests may appear. The additional insured endorsement should be at least as broad as Insurance Service Office (ISO) form CG2010 for General Liability coverage and similar forms for Commercial Auto and Umbrella Liability. VI. The County reserves the right to reject any insurer it deems not financially acceptable by insurance industry standards. Property and Liability Insurance Companies shall be licensed to do business in Colorado and shall have an AM Best rating of not less than B+ and/or VII. VII. Certificates of insurance on all policies shall give the County written notice of not less than thirty (30) days prior to cancellation or change in coverage. VIII. Contractor shall furnish Weld County separate certificates of insurance for all contractors and sub- contractors. Such certificate must meet all requirements listed above. ANY DEVIATIONS FROM THE STANDARDS GIVEN ABOVE MUST BE SUPPLIED AND APPROVED PRIOR TO THE AWARD RECOMMENDATION BY THE COUNTY WEED DIVISION SUPERVISOR. B1900035 14 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 Bid Costs Item Item Description Acres Quart/Pint/Oz. Hours 1 Class I Mowing 2 Class II Mowing 3 Class III Mowing 4 Class I Spraying 5 Class II Spying 6 Class III Spraying 7 Class IV Spraying 8 Herbicide 9 Herbicide 10 Surfactant 11 Down Time Region 4 Current Job # Acres Current Job Est. Cost Contractor's Signature: Date: Actual Start Date and Time: Actual End Date and Time: County Weed Division Supervisor: Date: Herbicides: 1. Trade Name 2. EPA Registration # Application Rate Trade Name EPA Registration # Application Rate Temperature F Wind Direction and Speed MPH Soil Condition: Wet Dry Cloud Cover B1900035 15 Exhibit B Regions of Weld County reszid 77o ni f Fire r,F Ca z+sY ..,..e✓x lir a,rs,I 4 a •t ,, tsi a trr..u'uf.,r.a.• Wilt, a., ie. arsr OrN 8u < 474.1 Rf>4 a 245-4) /26'() e ) i /24M, R6l ) 2674, Iaaw AL"' 26'16 12434, ,PGaau AL/A.1 ,yLOQ 26'74✓ a25acr 2s'7,, R57,e, N =a =a P:! « rR ₹t ap w at p ft. 4 9, .4 H d H ₹ti r# N' n u H K et mr .w=arwwe ees A.IF.=,.arbr REGION WELD COUNTY 44 COL•aa n B1900035 16 BID ITEMS FOR MOWING CONTRACT All spaces must contain a bid price in the units indicated if bidding on the mowing contract, Bid Item Class I Class II eion I Region 2 �..` _�_ . Rion 3 __Region 4 Class III wJwuwr.aau ** All mowing bid prices are on a per acre rate. set -u charge per parcel: Region I Region II Down -Time Charge: Sand %WY. Region IIl Respectfully submitted: Firm or Business Name: _ By: Address: Date: Phone Number: per hour Region IV Position or Title: B1900035 17 SID ITEM' FOR ING CONTR Al spaces must contain a bid price in the units indicated if bidding on the spraying contract. Bid Item Class Region Class II Class III Class IV Region 2 j_____I3p9ion 3 Region 4 ** Class I bid prices is on a per acre rate. ** Class II, III and IV bid items are on a per hour rate. Set-ycharge per parcel: a• Region I Region II Down -Time Charge: Region III I Region IV per hour Herbicides Dollars I Quart, Pint or Ounce Rate 29 4-D Amine Dicamba l .1.w.vfrrt Yenry .tom -u.v nc! uuuwau f`� Picloram s . ���1p���py■ • Telar Milestone .. Plateau _...... .... ... .,. •... _ .... _ _.... ...moo.... .......�,. _. ..�.. _.� ._ ... ...... ti Habitat Garlon 3A k vnv.,mvvp _ _ ive>.rx.+e.� Carlon 4� flat-. . ....._ Non -Ionic Surfactant Methylated Seed Oil Surfactant Respectfully submitted: Firm or Business Name: By: Position or Title: Address Date: Phone Number: B1900035 18 VCIV A9.S)'�"'C. °S"L2*'c"aNFilett0O.1%Wn7?wN.tM'Y(kilniVYAMNiWASZYf°AAFti921SitiFYI.KRSNAAWAWM(:'Lfb:MAWW%%eRNOIRYQ.TMaYICA2kT.'4i4CJ'x:W w'niA:RWi9Hh.W✓OSSI}AIAMX.IMlYfdlY:2YXr: A:3`Yf.16•e.:w.'. ifStaWaigrecetteAwme: eza MkiieNtr iitmiflitsilentti0.11.Y'sa\akeaV.iiti 9` Sernet 2MttharoWisi&rotweV4f temildteil eWenit%YA(6hISSMIWARdeeWaiconts ASe'ated.o N.inotsmaceiAn1 kve:*O.34.V.✓.:x✓n^.enveciranuenuWxvotole rJef.Prow+:semiii61sinauSvvwrmbYYialloo Mrtwe w.. .nM tri+..v.re.n,ne-+..r..--...•.:!s. fervor!—svr+r-,.. 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. Please provide contact information for at least three (3) business references. Name: _ Address: Name: _ Address: Phone: Phone: Service provided and dates: Service provided and dates: Name: Name: Address: Address: Phone: Phone: Service provided and dates: Service provided and dates: ADDENDA: Addendum Number Date of Addendum B1900035 Date Received 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. #B1600035. 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 BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. PLEASE SO NOT EMAIL/FAX BACK PAGES 1-12. THANK YOU! B1900035 20 **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 'I — 8. C ATTEST: Weld C BY: my Clerk to the Bo rd Deputy CI k to he Boar B1900035 BOARD OF COUNTY COMMISSIONERS w arbara Kirkmeyej', Chair APT 0 2019 (> 079 -if 973 gr'%1(+I4i10641ZW4 ::.CMWiI AAnt w� , v.", ..., . .., ,. ..,�............'YXa....."Y.....%in.?0.^nTYC07M....a......LW..... ".;:....'S.7' EIrkeX?%7.... 9&r,�GYJ:L�'IW..4A(99 i..... 'RR4 ........1................'N .....LV(N7.....................:.....C....AxM......1.'..a..ntx.................S...... 1Pox0...... .......'e...... dNen<m......:rxirvv.......xnahYunA.... . xwMA P�JIl4},',1�'..117�vt....M.. , �:. Y`�'M,�'a"'tCtY�*Ji�?1M:Sl7L`h`�'N.tl.:7Y2. "7.,S" "tL}7y'".�u"',• .9• • From: Tais Lobo To: bids Cc: Peter Smith Subject: Weld County Request for Bid #B1900035 - SMITH Bid Date: Wednesday, February 27, 2019 9:29:02 AM Attachments: SMITH Bid for Mowing and Spraying Enforcement Services 2019.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hello, See attached the bid provided by Smith Environmental and Engineering (SMITH) to perfor enforcement services/mowing and spraying. I hereby waive my right to a sealed bid. Thank you, T 4 i is L'�� bo his and Proposals Group Manager SMITH ENV!. NME N T 4q _ J & ENGINEERING phone: 720496-1226 cell: 720-292-4278 fax: 720-887-4680 address: 250 Perry Lane, Dacono CO 80514 email: TaisLobo@SmithDelivers.com web: www.smithdelivers.com 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 1 Region 2 Region 3 Region 4 Class I $150/per acre $150/per acre $150/per acre $150/per acre Class II n/a n/a n/a n/a Class III $80/ per hour* $80/ per hour* $80/ per hour* $80/ per hour* mowing bid prices are on a per acre rate. * SMITH is pricing this on an hourly rate. Set-up charge per parcel: Region I Region II Region III Region IV $275 $300 $125 $215 Down -Time Charge: $65 Respectfully submitted: Firm or Business Name: Smith Environmental and Engineering per hour Peter L. Smith By:� Address: 250 Perry Lane, Dacono,CO 80501 Position or Title: Vice President Feb. 25, 2019 Date: Phone Number: 303-551-7972 'w'.`it 3r.c'•+ .�`1' ..L ..'l:' 1A :��:'-..'s= ra , 'tts vN.,.<: rlA'RU_4ci Lr �Xv�s1., rr .+^G �.. .G J..L'{.f-gig. —9�--t cci.c_.-�.r'-f".Gli rw,�.. _.. `i t.i. - F' ?r Lk's= i>:. .ur-w.?.z.—Wrv`7.oi'�� ✓. r-,-1 }: • _ r-.' � "rr "" `"'ri: .Y �".-'T•=...wi._�. A.....ttC -:'S1{v _-�ri �''S!+*r' Gx r?'r : !?'r'4 t. .,m. . _ BID REQUEST #B1900035 Page 17 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 n/a n/a n/a n/a Class II n/a n/a n/a iala Class III 65 65 S.65 Class IV $80 $80 ** Class I bid prices is on a per acre rate. ** Class II, Ill and IV bid items are on a per hour rate. Set-up charge per parcel: Region I Region II Region III Region IV $275 $300 $125 $215 Down -Time Charge: $65 per hour Herbicides Dollars Quart, Pint or Ounce Rate 2, 4-D Amine Dicamba $0.19 $0.42 ounce rate ounce rate Picloram $0.38 $22.00 o unce rate Telar o unce rate Milestone $2.66 o unce rate P lateau $1.07 o unce rate Habitat $0.47 ounce rate ounce rate Garlon 3A $0.53 Garlon 4 $0.76 ounce rate N on -Ionic Surfactant $0.20 o unce rate Methylated Seed Oil Surfactant $0.34 ounce rate Respectfully submitted: Firm or Business Name: By: Peter L Smith P1k Smith Environmental and Engineering Address: 250 Perry Lane, Dacono7 CS O514 Position or Title: Vice President Date: Feb. 25, 2019 Phone Number: 303-551-7972 smrssaz g i ytty BID REQUEST #B1900035 Page 18 Experience and References Please provide a brief descripti n of your xperlence with spraying or mowing. Include years of work, types of projects worked on and any other pertinent information available. Describe equipment to be fagN used. SMITH has provided noxious weed management (via spraying or mowing; services to public and private clients since 2008. Our team has completed more than 300 protects involving mowing and/or noxious weed control throughout Colorado. SMITH specializes in Integrated Weed Management (IWM) that encompasses the entire weed management lifecycle, from invasive and noxious vegetation mapping and inventory, to treatment options based on the principles developed by the Colorado Department of Agriculture ;CDOA), to control technique recommendations, special approach to sensitive areas and a final monitoring plan. SMITH will assign a multidisciplinary team to support Weld County on projects under this contract. The team includes Certified Operators and Qualified Supervisors; environmental scientists; revegetation and restoration site specialists; field technicians and heavy equipment operators. SMITH's equipment includes appropriate PPE for all personnel, a 2016 Ford F-150, 2015 Ford F-250 with a 100 and 200 gallon truck mounted pump sprayer, 2017 Ford F-350, Trimble Geo 7X GPS Unit, Trimble Juno 3B GPS Unit, 2003 Polaris Sportsman 700 with a 25 -gallon boom -less ATV sprayer, Solo 475B Backpack Sprayer (12), 2014 8058M John Deere tractor with a bush hog mower deck, disk, and drill seeder, 2015 Finn T-120 Hydroseeder, and various chainsaws, mowers, weed whackers, etc. The combination of an expert and qualified team with the necessary equipment ensures our clients that SMITH can perform noxious vegetation management services under the most strenuous timeline and under rough site conditions. Please provide contact information for at least three (3) business refere N ame: Kelly Uhing, City and County of Denver Address: 201 W. Colfax Avenue, Dept. 506 Denver, CO 80202 kelly.uhing@denvergov.org Phone: 720-913-0659 Service provided and dates: On -cal ecological services, including noxious weed management since 2012. The SMITH team applied an ATV mounted boom spray and a backpack sprayer. N ame: Rod Larsen, City of Westminster Address: 4800 West 92nd Avenue, Westminster, CO 80031 rlarsen@cityofwestminster.us P hone: 303-658-2285 Service provided and dates: Developed a revegetation plan to establish a Clayey Foothills Ecological Site (CFES)and provided noxious weed management. The insta lation of the CFES and reduction of weed cover in this open space area occurred over a two-year period of time. ADDENDA: ces® Name: Kim Gortz Colorado Sorincs Utilities 1521 Hancock Expressway, MC 1825, Colorado Springs, CO Address:pm kgortz@csu.orq Phone: 719-668-8030 Service provided and dates: SMITH provides on -call noxious weed management services for the Colorado Springs Utilities since 2014. The company has chemically and mechanically remove targeted noxious weeds (Colorado List A, B, and C species) in different areas throughout El Paso County. Name: Aaron Meyers, Duran Excavating Address: 14332 CR 64 Greeley, CO 80631 aaronm@duranexcavating.com Phone: Service provided and dates: Post -flood streambank, flood plain, and wetlands mitigation for the USACE and City of Greeley. 54 Acres of seeding and hydromulching to create a more stable and resilient natural area. P anting of severa thousand wet and plugs, shrubs, willows and trees. Ongoing project since late 2018. 970-351-0192 Addendum Number Date of Addendum n/a n/a Date Received n/a a_ 1� .? ;, ;: (!i5",hnxvrAIIMMr aEMNRTRZ aShr; _ _" BID REQUEST #B1900035 Page 19 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. Bids will be receiver. up to, but not later than February 27, 2019 at 10:00 AM (WELD C LINTY PURCHASING TIME CLO:. K)L BID REQUEST #B1900035 Page 20 The undersigned, by his or her signature, hereby ackn wier. ges and represents that: FIRM 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B190OO35. 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 oeing the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Smith Environmental and Engineering BUSINESS 250 Perry Lane ADDRESS CITY, STATE, ZIP CODE ®ac®no, 0514 TELEPHONE NO 720'8 7492 FAX 720m887-4680 TAX ID 841548 79 PRINTED NAME AND TITLE Peter Lomoth7 Vice President SIGNATURE li � E-MAIL petersmith@smithdelivers.com DATE 02261019 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EX PM r! T FROM COL 4 BRAD SALES TXES. THE CERTIFI NU '°'_-` BER IS #98 °f3551 000. YOU DO NOT NEED TO SEND BACK PAGES 1 - a. ATTEST: TE OF EE BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director "r .4 PTOON BID REQUEST #B1900035 Page 21 Lactr f1E\./ORANDU TO: Rob Turf, Director of General Services DATE: March 12, 2019 FROM: Tina Booton, Weed Division Supervisor Jay McDonald, Public Works Director SUBJECT: Noxious Weed Enforcement BiocCit 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 2019: Mowing Class I & II Hired Gun Weed Control Primary 25307 CR 50 Kersey, CO 80644 Class I & II High Pointe Companies Secondary 1142 Windcrest LN Fort Collins, CO 80524 Set-up charge: $ 160.00 Class II Regions 1-4: $60.00/Acre Class I Regions 1-4: $65.00/Acre Set-up charge: $150.00 - 250.00 Class II Regions 1 & 3: $80.00/Acre Class II Regions 2 & 4: $90.00/Acre Class I Regions 1 & 3: $65.00/Acre Class I Regions 2 & 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 Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Class III Smith Environmental & Engineering Secondary 250 Perry LN Dacono, CO 80501 Set-up charge: $ 160.00 Class III Regions 1-4: $45.00/Hour Set-up charge: $ 150.00 Class III Regions 1-4: $80.00/Hour * Class Ili mowing is for small areas such as lots or around structures such as buildings and fences. * Herbicidal Application Class I Primary Class 1 Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 No secondary bid option Set-up charge: $ 160.00 Class I Regions 1-4: $70.00/Acre * Class I is for field spraying. Chemical charges will be/in addition to the labor charges.*be) 664 j0/9 - 99 �4tee r`t :"mY`..' ,....r,,t Aft"or ;tact +iUIemFinints 24.m 11AAsztealstgl i'sotu i' INIP E v Y. x. tipt4.X ::.x-. ,r xxr: rawm,,u;c:+c:..' .Mtaamtwripirzt:rst. ttrati 'ir '.AvPm ^ Class II Hired Gun Weed Control Primary 25307 CR 50 Kersey, CO 80644 Class II Secondary No secondary bid option Set-up charge: $ 160.00 Class II Regions 1-4: $65.00/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 & IV Hired Gun Weed Control Primary 25307 CR 50 Kersey, CO 80644 Class III & IV Smith Environmental & Engineering Secondary 250 Perry Lane Dacono, CO 80501 Set-up charge: $ 160.00 Class III Regions 1-4: $45.00/hour Class IV Regions 1-4: $50.00/hour Set-up charge: $ 125 - $300.00 Class III Regions 1-4: $65.00/Hour Class IV Regions 1-4 $80.00/Hour * 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.* WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley CO 80631 E -Mail: rturfaweld .ov.com E -Mail: revert#@weIgov,cor E -Mail: cmpeters &ftieid_ ov.cQ Phone: (970) 400-4216, 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 27, 2019 REQUEST FOR: ENFORCEMENT SERVICES - MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO: #B1900035 PRESENT DATE: MARCH 6, 2019 APPR.V •.L DTE: MARCH 2 2019 CONTRACT WILL BE A 1 2 EA T.:a YEAR TER , AND MAY EXTEND ' :it S 3 YEARS MAX �..s •�� :} N•ma�� ��A�aa.vva,�`y-.rna �f urv�c-�Wy, .w�.a-•.e+nom+'-e.�o.Ww�a.vnv� a.e-� caua r___. i .a. —Y,.-���•n .i*1 4;•,, DESCRIPTION OF REGIONS: REGIONS; REGION #1 — NORTHWEST WELD REGION #2 — NORTHEAST WELD REGION #3 — SOUTHWEST WELD REGION #4 — SOUTHEAST WELD HERBIDICAL CLASSES: SPRAYING HERBICIDAL CLASS I — FIELD SPRAYING HERBICIDAL CLASS H — HANDGUN APPLICATION HERBICIDAL CLASS III — BACKPACK APPLICATION HERBICIDAL CLASS IV — CUT STUMP TREATMENTS MOWING CLASSES: MOWING CLASS I - TRACTOR WEED MOWING (MIN. OF 5' ROTARY MOWER) MOWING CLASS II - TRACTOR WEED MOWING (MIN. OF 15-20' ROTARY MOWER) MOWING CLASS III - HAND WEED OWING VENDOR HIRED GUN WEED CONTROL 25307 CR 50 KERSEY, CO 80644 MOWING. SERVICES-- PRICE PER REGION & CLASS REGION #1 CLASS I - $65.00/ACRE REGION #1 CLASS II - $60.00/ACRE REGION #1 CLASS III - $45.00/ACRE (Set up charge for region #1 = $160.00) REGION #2 CLASS I - $65.00/ACRE REGION #2 CLASS I I $60.00/ACRE REGION #2 CLASS III - $45.00/ACRE (Set up charge for region #2 = $160.00) REGION #3 CLASS I - $65.00/ACRE REGION #4 CLASS I - $65.00/ACRE REGION #3 CLASS I I - $60.00/ACRE REGION #4 CLASS II - $60.00/ACRE REGION #3 CLASS III - $45.00/ACRE REGION #4 CLASS III - $45.00/HOUR (Set up charge for region #3 = $160.00) (Set up charge for region #4 = $160.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $150.00/HOUR** Page 2 REQUEST FOR: ENFORCEMENT SERVICES - MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO: #B1900035 VENDOR HIGH POINTE COMPANIES DBA, HIGH POINTE LAND MGMT 1142 WINDCREST LN FT COLLINS, CO 80524 SMITH ENVIRONMENTAL AND ENGINEERING 250 PERRY LN DACONO, CO 80501 WAYNE WOOD DBA VEGETATION SERVICES 8232 SILVER BIRCH BLVD LONGMONT, CO 80504 MOWING SERVICES - PRICE PER REGION & CLASS REGION #1 CLASS I - $65.00/ACRE REGION #1 CLASS II - $80.00/ACRE REGION #1 CLASS III - $100.00/ACRE (Set up charge for region #1 = $150.00) REGION #3 CLASS I - $65.00/ACRE REGION #3 CLASS II - $80.00/ACRE REGION #3 CLASS III - $100.00/ACRE (Set up charge for region #3 = $175.00) REGION #2 CLASS I - $75.00/ACRE REGION #2 CLASS II - $90.00/ACRE REGION #2 CLASS III - $125.00/ACRE (Set up charge for region #2 = $250.00) REGION #4 CLASS I - $75.00/ACRE REGION #4 CLASS II - $90.00/ACRE REGION #4 CLASS III - $125.00/HOUR (Set up charge for region #4 = $225.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $100.00/HOUR** REGION #1 CLASS I - $150.00/ACRE REGION #2 CLASS I - $150.00/ACRE REGION #1 CLASS II - N/A REGION #2 CLASS II - N/A REGION #1 CLASS III - $80/PER HR* REGION #2 CLASS III - $80/PER HR* (Set up charge for region #1 = $275.00) (Set up charge for region #2 = $300.00) *SMITH IS PRICING AT AN HOURLY RATE REGION #3 CLASS I - $150.00/ACRE REGION #4 CLASS I - $150.00/ACRE REGION #3 CLASS II - N/A REGION #4 CLASS II - N/A REGION #3 CLASS III - $80.00/PER HR* REGION #4 CLASS III - $80.00/PER HR* (Set up charge for region #3 = $125.00) (Set up charge for region #4 = $215.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $65.00/HOUR** *SMITH IS PRICING AT AN HOURLY RATE NO BID ON MOWING Page 3 REQUEST FOR: ENFORCEMENT SERVICES - MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO: #B1900035 VENDOR HIRED GUN WEED CONTROL 25307 CR 50 KERSEY CO 80644 HIGH POINTE COMPANIES DBA, HIGH POINTE LAND MGMT 1142 WINDCREST LN FT COLLINS, CO 80524 SMITH ENVIRONMENTAL AND ENGINEERING 250 PERRY LN DACONO, CO 80501 WAYNE WOOD DBA VEGETATION SERVICES 8232 SILVER BIRCH BLVD LONGMONT, CO 80504 SPRAYING SERVICES - PRICE PER REGION & CLASS REGION #1 CLASS I - $70.00/ACRE REGION #1 CLASS II - $65.00/HOUR REGION #1 CLASS III - $45.00/HOUR REGION #1 CLASS IV - $50.00/HOUR (Set up charge for region #1 = $160.00) REGION #3 CLASS I - $70.00/HOUR REGION #3 CLASS II - $65.00/HOUR REGION #3 CLASS III - $45.00/HOUR REGION #3 CLASS IV - $50.00/HOUR (Set up charge for region #3 = $160.00) **DOWNTIME CHARGE FOR ALL REGIO NO BID REGION #1 CLASS I - N/A REGION #1 CLASS II - N/A REGION #1 CLASS III - $65.00/HOUR REGION #1 CLASS IV - $80.00/HOUR (Set up charge for region #1 = $275.00) REGION #3 CLASS I - N/A REGION #3 CLASS II - N/A REGION #3 CLASS III - $65.00/HOUR REGION #3 CLASS IV - $80.00/HOUR (Set up charge for region #3 = $125.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $65.00/HOUR** REGION #2 CLASS I - $70.00/ACRE REGION #2 CLASS II - $65.00/HOUR REGION #2 CLASS III - $45.00/HOUR REGION #2 CLASS IV - $50.00/HOUR (Set up charge for region #2 = $160.00) REGION #4 CLASS I - $70.00/HOUR REGION #4 CLASS II - $65.00/HOUR REGION #4 CLASS III - $45.00/HOUR REGION #4 CLASS IV - $50.00/HOUR (Set up charge for region #4 = $160.00) NS IS $150.00/HOUR** REGION #2 CLASS I - N/A REGION #2 CLASS II - N/A REGION #2 CLASS III - $65.00/HOUR REGION #2 CLASS IV - $80.00/HOUR (Set up charge for region #2 = $300.00) NO BID ON SPRAYING THE PUBLIC WORKS WEED & PEST DIVISION IS REVIEWING THE BIDS. REGION #4 CLASS I - N/A REGION #4 CLASS II - N/A REGION #4 CLASS III - $65.00/HOUR REGION #4 CLASS IV - $80.00/HOUR (Set up charge for region #4 = $215.00) REQUEST FOR BID WELD COUNTY, COLORA 1150 O STREET GREELEY, CO 80631 DATE: JA 219 2019 BI 1900035 °ESC.' IPTI=•N: E F fi CEMENT r ERVICES/M SPRAYIN WIN EPARTMENTE PUBLIC WORKS DEPT/WEED DIVISI BID OPEC,;N ING DATE: FEBRUAR 5'Y 271H9 2019 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 will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 o Street Room #107 Greeley CO 80631 until: ; U RY2 `T @ 10:00 arn WI C n Pur h i Tim CI 1c PAGES 1:78 OF THIS RE .UE T FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST pIUMBEREFERRE.DTOABOVE NOT ALL OF THE INFORMATION CONTAINED IN PAGES 14 MAY BE PLICA.BLE. FOR EVERY PuReHASE. BID SPECIFICS FOLLOW PAGE 8. 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 bid information on the Weld County Purchasing website at htt ://w w.co.weld.co..0 /Depai meet fPur hng/index.ht nl located under Current Request for Bids. eld County Government is a member of the Rocky Mountain &Purchasing System. The Rocky Mountain E -Purchasing System (BidNet®) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. 1 Email. Emailed bids are preferred. Emailed bids must include the following statement on the email: "I hereby waive "-3y right to seale a bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2 Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing" The vendor must include the following statement on the facsimile: "I hereby waive my right to ix: sealed 4 yid. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. Bids may be emailed to: bids@weldgov.com. B1900035 1 �?=".+.�_$w.Gdd!3�.. .. . .. KR6�iS1C:tJ7.ffiYx..�.eC>tT�l(?:�'..`'�`.f'd2:'.°..."kSq".'�'.^.?,"..$`.R8S4<.kHOkkRiS.fiR�V&IM1:(!e"`.665:78'r1SLd'31Pi:+.S:tr%.`eAil4?ldJm%4+3vt3Fwv.Yw.pnnxamovsmsrmtxK.tinxwdwexniu.:wimw+wuwvmnca:wvnvinwwrnewv�.vvrn.w.w.w�waww.xbrvue.rvrnxwawn..ne<N�w�.wvwnw.nuwua.rrwrxv..en'rwu.w.w.v+wu�wvwwwM:�wmxw..www..wrwu.r.�m..w....ww..- «..«w........�.. 3. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970-336-7225 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Director of General Services, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Director of General Services for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Director of General Services; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an B1900035 2 illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(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 lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial 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., with regard to public records, and cannot guarantee the confidentiality of all documents. 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 81900035 3 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 Cunty and Weld County shall not pay for or otherwise provide such coverage for the successful bidder •r ny ti.;f its agents or employees. Unemployment insurance benefits will be available to the successful bidder aid its employees and agents only if such coverage is made avai able by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County t. 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 ederal and state laws, rules nd regulations in effect or hereafter established, including without limitation, lows applicable to discrimination and unfair employment practices. . Ch& ce of Law: Colorado la i , and rules and regulations established pursuant thereto, shall be pplied in the interpretation, execution, and enforcement .f the contract. Any provisi n included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. e1 G. o 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 liaole t •r responsible for the payment of attorney fees and/or legal cos successful bidder. s incurred by or on behalf he D Sadvant gel Busoness Enter rises: Weld County assures that disadvantaged business -nterprises 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 forn award. J ')rocurement 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 further be responsible for the timely completion, and acknowledges that a filure 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. B1900035 4 M. E xtensoon or Modification: Any amendments .r modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered in,o this Agreement in reliance upon the particular reputation and expertise of the successful bidder. Th successful bidder shall not enter into any subcontractor agreements for the completion of this Project without Cunty's prior written consent, which may b,-, withheld in County's sole discretion. Cunty shAl have the right in its reasonable discretion to approve all personnel assigned (o the subject Project durin• the performance of this Agreement and no personnel to whom Csunty has n objection, in its reasonable discretion, shall be assigned t• the Project. The successful bidder shall require e ch subcontract r, as approved by county and to the extent of the Services to be performed by the subcontractor, to brbound to the successful bidder by the terms of this Agreement, ard 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 •lbligatin) to enforce the provisions of this Agreement against any subconwractor hired by the successful bidder and the successful bidder shall cooperate in such process. 'he successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. r LIk O. Warranty: The successful bidder wrr a'its that services performed under this .Atgreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be pe u firmed by qualified personnel in a professional and wolcmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to :he 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 diciencies cause° by contractop's wsrkmanship or performance. he bidder warrns that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall oe sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the g ods are free and clear of all liens, encumbrances, and security interests. S Service Calls in the First One Year Period: The successful bidder shall bear all costs for mi eag travel time, and service trucks used in the servicing (including repairs) f any of tie roods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first onr, (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1 D tailed equipment sp-cifications to include the warranty. 2. Descriptuve literature. onas&&gnm nt: The successful bidder may not assign t :r transfer this Agreement or any interest threin or claim there uncer, 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 B1900035 5 II&ARBASH.AWAWYYSXeA'W SMI.0'N%;.ro$MCW. Y WHAVANOXY4AVt OCMW HAYWAXWIMIW444/ Y/FINM1Y019.4Y$.54WMC.NYNK..W.4.4{uaaa.W.4>.W4.f.0m4 f sWW:ta v4 Au00....“." V1Nnr.W.4, .... •....• L+oMw.LY.v • •. W..vvuM`vswW1P/.Mrtiw�ps..r 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 ,he other for delays in elivery or failure is deliver or o:herwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited t cts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use o cntractors or persons to perform services of the sine or similar nature. h S. Emplyea Financial Intere `Conflict of ;n st - C.R.S. §24182O1 et seq. and §2450507. The signatories to this Agreement agree that ttheir knowledge, no employee of Weld County has ny 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 o- indirect, hat 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 Iris 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 fuH perf rmanc f its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sle discretion, in immediate termination of this greement. No employee of Me successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or h•Id any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's perations, or authorizes funding to the successful bidder. T. Severability: If any term .r condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a coin i f 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;L:3Btafflng Arbitration ProhibiteWeld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. E • and ofCounty Commissioners of Weld County pproval: This Agreement shall not be valid until it has been appr ved by the Board of County Commissioners of Weld County, Colorado or its designee.. W. Copnsatn Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the sin's, County agrees to pay an amount no greater than the amount of the acceptec bid. The successful bidder acknowlrdges no payment in exc-ss of that amount wall b. made by County unless a "chang `3 order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. axes: County will not withhold any taxes from monies paid t• the successful bidder hereunder and thr' successful bidder agrees to oe silely responsible for the accurate repsrting and payment of any taxes related to payments made pursuant the terms of this Agreement. Contractor shah not be entitled to bill at overtime �� nd/or double time rates for work done outside of normal business hours unless specifically au'�hopized in writing by County. 6. INSURANCE REQUIREMENTS General F euiree ts: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or B1900035 6 3O$~, :. �+iE ' .. ... .. larkr.'YvawA9's". ..^: a7',Gaanoiffesaigkwee x:mxacAr . raovassz: rraitgarxaowvsussawamears A06:4.4iss aiogaemswese rrca r,,,,es ..rsvmszm.+x044iasw aamwwawmr cte,e, —,,•.•,•u w„a.mas; services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, nd during any warranty period. The required insurance shall be underwritten by an insurer licensed to di business in Colorado and rated by M. Best Company as "A"Vill or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any, coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the :Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to nor -payment of premiums for winch 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 biddr. Successful bidder shall be responsible Tonle payment of any deductible or self -insured rotation. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of he deductible or self -insured retention to guarantee payment of claims. �he insurance coverage's specified in this Agreement are the minirrlum requirements, any, these requirements do not decrease or limit the liability tif Successful bidder. The couny in no ',dray warrants that the minimum limits contained herein are sufficient to protect the Successful bioder from lip bolitoes that might arise out of the performance of t. e work under this Coltract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder snag assess its owr risks and if it deems aopropriate and/or prudent, maintain higher limits and/or broader coverages. The successfu0 bidder is not relieved of any liability o r other ob ligafions assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient am •punts, duration, or types. he successful bidder shall maintain, a its own expense, any additional kinds or amounts of insurance shat it may deem necessary to cover its ooligations and liabilities unde'' this Agreement. Any Modification to These requirements must be made in writing by Weild County. The successful bidder stipulates that it his met the insurance requirements identified herein. The successful bidder small be resp•.nsoble for t}e professional quality, technical accuracy, and cuantity of all materials and services rovided, the timely delivery of said services, and the coordination of aly seMces rendered by the successful bidder and shall, without additional compensation, promp,ly remedy and correct any errors, omissions, or ohe7 deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage iability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract •r on account of any act, Sim or amount arising or recovered under workers' compensation law or arising out of the f-ilure of the successful bidder to conform to any statutes, ordinances, regultion, law or court decr-.e The successful bidder shall be fully responsible and liable for any and all injuries or mage 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 o or in consequence of neglect of Tie successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recoverec 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 wild be responsible for primary loss invesfeigation, deferse and juogment costs where this contract of indemnity applies. in consideration of the award of his contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, .r assigns, its elected officials, trustees, e►mployr,es, agents, and volunteers for losses arising from the work performed by the successful bidd& for the County. A failure to comply with this provisiol shah resuOt in County's right to immediately terminate this Agreement. Types of insurance: meat, insurance i Jhe successful bidder shall obtain, and maintain at all times during the n the following kinds and amounts: erm of any Workers' Co : ensflon Onsnirance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course ard scc,oe of their employment, policy shah contain a waiver of subrogation against the County. This requirement snail not apply when a successful bidder or subcntractor is exempt under Colorado Workers' C.-mpensation ct., AN l when such successful bidder or subcontractor executes the appropriate sole proprietor waiver B1900035 7 form.. erci&9 General LiaHay Insurance for bodily injury, property damage, and liability assumed under an ensured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; X2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Atilt obik Liability: Successful bidder shall maintain limits of $1,0001000 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 oth on county property and elstwhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the county at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property d mage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. is Proot of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurances as required by the County's Risk Administrator in his sole discretion. Additional Insureds© For general liability, excess/umbrella his bility, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. W vjr f ubro ation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub - vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcntractors, indepenoent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each f which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. SPECIFICATIONS AN z�}��° !''` SCOPE WORK Np PROP 'f SED ' ICING: y REQUEST FOR. ENFORCEMENT SERVICES MOWING AND/OR SP YING WELD COUNTY COLORAD COUNTY WIDE P':!OJECT LOCATIONS B1900035 8 ni"t .' tMOSS: .° ''S�Hb.6n'!Abf6WAttrinfRa5.' J.dHJrlarGGfdkl!!2bSSangeWYksFitiir.[U'a wxiiYA etS4eitAftirn wYCRIUMMFAMwinaITSSOZAWACVAht<.w.usx..-.r••.;•wcaowAWA. I apqrppaq Weld County is soliciting bids from qualified consultants for c:,ntractual services of mowing and/or spraying in Weld County. Two separate bids are included in this contract. These bids are for mowing, nd private parcel spraying. Ile Scope of services The Weed Division of the Weld County Public Works Department manages the noxious weed control program for Weld County, Color:. do. 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. Toth laws provide the right to enforce weed control measures on negligent landowners if all of the appropriate steps have been followed. Genera ''roject ascription 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. 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 workinci 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. lil® Term of ntr;=Uc 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. Enforcement S ecificati ns real to BeTretito 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. B1900035 9 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 (1 0) gallons per acre with a minimum swath width of fifteen (15) feet. C Class II Herbicide ciassific tion Class II is handgun applications. The minimum equipment required is a truck or pick-up mounted sprayer with a minimum tank opacity 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 ('800) feet of hos . CI ss III Herbi e clas 4 ificn ern Class III is hand applications. The minimum equipment required is a backpack or hand-held sprayer with a minimum tank opacity of three (3) gallons. E. Class IV Herbici e 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. Fa Class I Mowing Classification Class 1 is tractor weed mowing. The minimum equipment required is a farm tractor with a minimum of fifty (50) horsepower and a five (5) foot rotary mower. G Class H g 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 r,,tary mower. H. Class Ill Mowing Ciassiflcatir:fn 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. �v terials and Ertl d q Ike U Ut The Contractor shall supply all materials and equipment including, but not limited to, herbicides, water, sprayers and mowers necessary for completion of the contract. V. Execution ifict n a Method of Application Method of application shall be determined by the Weed Division Supervisor. This will be based on individual site conditions. B. Herbici 1. 2, 4-D Amine 2. Dicamba 3. Picloram 4.0 lb, active ingredient per gallon 4.0 lb. active ingredient per gallon 2.0 lb. active ingredient per gallon B1900035 10 4, Telar 75% D.F. 5. Plateau 2.0 lb. active ingredient per gallon 6. Milestone 2.0 lb. active ingredient per gallon 7. Surfactant 90% non-ionic active ingredient per gallon, or methylated seed oil surfactant depending on the weed species targeted. 8. Habitat 2.0 lb. active ingredient per gallon 3.0 lb. active ingredient per gallon 4.0 lb. active ingredient per gallon 9. Gallon 3A 10. Garton 4 C. ate nd U a a- e Herbicide rte 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 nform 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. Em Rey uir d Contr 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. Safe CI thing d Equipment for plicators Spray applicators shall wear appropriate clothing and safety equipment as recommended on the label. If applicators are not prop erly clothed or protected, the Weed Division Supervisor or staff may stop the spray operations until minimum safety requirements are met. G. Equi ent hnpecti 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 csmpletely 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. 18 er ick • e and ,_ g Application ec n The Contract r fir 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 th; job. A site description detailing the location of the actual work performed shall be included. B1900035 11 n Site eelUng 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. Thet 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 OPS 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 Ko Set -Up Charge The County shall pay the Contractor a one-time setup 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_ La 'roject 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. cofrontin thy_,: Landowner n Site If the Contractor is confr•,nted 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 ns 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 tw&ve (12) hours of landowner interference in treating the property_ F&ilur to <<<<oti y th W ed Division Sup rvvi or ithin said tip it - it will result in n n -payment of all har� a�.* A �t.,4 <<-Time and '. r if fi resee Circu .,stances L;r 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. :gown 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. B1900035 12 C/ i s o F Order Re,. e s t and Pa A0 Notre 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. 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 end 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 Cntractor 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. •,I! 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. J b Start and Completion- The Contractor shall telephone the Weed Division Supervisr at (970) 304-6496 EXT. 3770 or at (970) 381-4052, when they rece.ch the job site to start spraying or mowing operations as well as when they hive 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 CompVeted Work o When work has been completed on any project, the Contractor and the Weed Division Supervisor shall inspect the site together and determine the tote 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 checklis.. G BilOing - All work completed by the Contractor shall be billed to the County within 7 days after completoon. 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) drys 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. VIII. insurance RequiTements Prior to awarding of contract, Contractor shall forward Certificates of Insurance to Weld County, c/o Purchasing, P.;. Box 758, Greeley, Colorado 80632. The insurance required shall be procured and maintained in full force and effect for the duration of the Contract and shall be written for not less than the following amounts, or greater if required by law. Certificate Holder should be Weld County at the above address. I. Workers' Compensation and Employers' Liability A. State of Colorado: Applicable Federal: C. Employer's Liability: Statutory Statutory $100,000 Each Accident B1900035 13 $500,000 Disease -Policy Limit $100,000 Disease -Each Employee D. Waiver of Subrogation Commercial General Liability on an Occurrence Form including the following coverages: Premises Operations; Products and Completed Operations; Personal and Advertising Injury; Medical Payments; Contractual Liability; Independent Contractors; and Broad Form Property Damage. Coverage provided should be at least as broad as found in Insurance Services Office (ISO) form CG0001. Minimum limits to be as follows: A. Bodily Injury & Property Damage General Aggregate Limit B. Products & Completed Operations Aggregate Limit C. Personal & Advertising Injury Limit D. Each Occurrence Limit $1,000,000 $1,000,000 $500,000 $500,000 Other General Liability Conditions: 1. Products and Completed Operations to be maintained for one year after final payment Contractor shall continue to provide evidence of such coverage to the County on an annual basis during the aforementioned period (as appropriate). 2. Contractor agrees that the insurance afforded the County is primary. III. Commercial Automobile Liability shall cover all owned, non -owned and hired vehicles with a minimum of $1,000,000 combined single limit bodily injury and property damage. IV. It is suggested that the Contractor has spray drift and runoff liability insurance. V. All insurance policies (except Workers Compensation and Professional Liability) shall include Weld County and its elected officials and employees as additional insureds as their interests may appear, The additional insured endorsement should be at least as broad as Insurance Service Office (ISO) form CG2010 for General Liability coverage and similar forms for Commercial Auto and Umbrella Liability. VI. The County reserves the right to reject any insurer it deems not financially acceptable by insurance industry standards. Property and Liability Insurance Companies shall be licensed to do business in Colorado and shall have an AM Best rating of not less than B+ and/or VII. VII. Certificates of insurance on all policies shall give the County written notice of not less than thirty (30) days prior to cancellation or change in coverage. VIII. Contractor shall furnish Weld County separate certificates of insurance for all contractors and sub- contractors. Such certificate must meet all requirements listed above. ANY DEVIATIONS FROM THE STANDARDS GIVEN ABOVE MUST BE SUPPLIED AND APPROVED PRIOR TO THE AWARD RECOMMENDATION BY THE COUNTY WEED DIVISION SUPERVISOR. B1900035 14 Ea h t A Contractor: Fax #: Enforcement Services Contract Cost Estimate and Herbicide Spraying rk Order Please be advised that Weld County requests a Written Cost Estimate on this form, and Notice to Proceed on the following project: Lando ner Name an •f;Adt•. re s: Property Parcel u ream Targeted Species: Visible evidence of prior treatment: Item Description Class I Mowing 2 Class II Mowing N_ _ W, 3 Class III Mowing 4 Class I Sprayin _ 5 Class II S raing 6 Class l j pra,yinq 164. 11 Class IV Spraying Herbicide Herbicide Surfactant Yl✓�,aJA./Jlf :HS'vnR,'Ay!'xn9hs9'v"6':wf�J Subtotata Region 1 Region 2 Region 3 Region 4 Set_ pi Char• a** MNM:v(:a Y.n ,uurr ,. w4QS.w4N≥ ..w�..._. ..._.w.. Total Estimated Cost: I Lea [ esc ri pti o n: Acres Contractor's Signature: Actual Start Date and Time: County Weed Division Supervisor: �._. Herbicides: 1, Trade Name EPA Registration # 2. Bid Costs Quart/Pint/Oz, Hours Current Job Acres Date: Actual End Date and Ti Application Rate Trade Name EPA Registration Temperature _ Soil Condition: Wet e: exterravoi Current Job Est. Cost • Date: Application Rate Wind Direction and Speed Dry Cloud Cover .N„ MPH fit B1900035 15 Exhibit B /,A/ -rwAti t sertfra f, -r!p n/ n 4- a a4 wireZ ON/ aaw °t zf tl la 0 e3 i3 0 Att 4* 9.t 4p 2D .et • 4204 Dot taf ;,y shy 4t* 44 U " 5 5 k 4 • 14 '. 7* I'd Regio s of Weld County r 3 24) �t as rd -aA tt CA 4* *t 4* it !t O Sat • ►+y it 't rr 041 f* a# it Oat a fit' Dray ,e.r +! y :* tk * * 4y + S ♦ 'I k a M C t + * AD * a. * De ,y I • a $ , N a a a * 4 • a *. • * e tr * y * y' * a 4. i .�w'�s N 4 i JD <4 #X it 41' PP I f Pi it is' •P at 7J 9.0 ➢9 9% /t Si PP t+,ft' el li tt R67w R 4) e4, /26 e63 v G At 44) a et rt N 9t at fit! t$ 4t•i pry ait 14$ a rt7 PAO an 144 &AY kiar itd ISO kt3 $U ta?' ••• **um /sa sf, in 4alf *AN' ,.at Itw. far 411E vd !.i4 a ci i a M I. 4 4 nz .,-'11n1RXWION REGION # NOKTHEAST nth REGION 43- SOUTHWEST WELD REMON - SOUTHEAST WELD • • a- . e e a f r 4 a • 4 .,R' * ,5 �► « < Of Of s0 w * •`lr•s4tt4 ft8 *1 fki Ras a/)I Rt?DODO o- f.' 'I Di+ r r + ! N w + i..w.l•41 a .t t r r M . Al • It► r 77AI .d. I@ td ✓ y' • y s w r , VP a 41 V R +x-11 t, 46:7" lid GS) fit- morn wan rime • IF •.as..rs s ar saw 4* 401* 4M 4S tta. tea. 4N '14d wtR 4O 4th 4"..? --r-7o Af +ra 7-1 el 00 44 em 40* kit l nr 4110 nicer yr RA 40 444, rer7/V fief WELD COUNTY COLORADO (erg Pr it B1900035 J A440i>4YNNA"O/FYai0440 Y4000N/04• . 9.�9YrtNZM44540 44Po404404 4440Y44000444• 9.A%YL4`W ao44 ilf 44044 4494••44, M5MfA'uHMrNFvgYwXa�..eAH04,040A• 4t•'&Y9 /i4404, :4444SY 44,4YR'6w6Yry 94rt+iJMNw,6kn44004i44404 iAA44:40404 40420054:0 H/.sraxSYfAe�i16.9Nb,++ . • 16 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 1 Region 2 �.T Region 3 Region 4 .„� Class Class II Class III ** All mowing bid prices are on a per acre rate. Set-up charge per parcel_ Region I Region II Region III Region IV Down -Time Charge: _ per hour Respectfully submitted: Firm or Business Name: By: Address: Date: Position or Title: B1900035 w..........a..Wi......m MW.V.........,a.,u �. . ..'.4 Phone Number: BID ITS FOR SPRAYMIG CONTRACT All spaces must contain a bid price in the units indicated if bidding on the spraying contract. Bid Item Class Class II Class III a.,....�...�d... Class IV Region 'I Region 2 Region 3 Re •: ion 4 ** Class I bid prices is on a per acre rate. ** Class II, Ill and IV bid items are on a per hour rate. Set-up charge per parcel: Region I. I Region II Region III Down -Time Charge: per hour Region IV Herbicides Dollars I Quart, Pint or Ounce Rate , 4-D Amine Dicamba Picloram Telar Milestone . Plateau 1 Habitat Garlon 3A Garton 4 Non -Ionic Surfactant I Methylated Seed Oil Surfactant Respectfully submitted: Firm or Business Name: By: Position or Title: Address: Date: Phone Number: B1900035 18 nZgeefift1lirkiffAr.Y.CatiAyW.VAI '... 01405NbY N'NiNIK'ia.av1�'.dMhateFkkaiSiW'AfN:JAviC1.a9SNIZ:14N"',�1f Stei`2iYMiceditaW4010.4KM%e:kJl%1kMW.[bbYtY.1Wr/NiaxMeeis. xeamWasnrw4W'£4W.AfAWiAtt.WN.Yat.MhAk&A"&i.Y.iietf-0'rSXitftlitti1,ViiiagW.M.Ytek:x,'�nwMaferitvi iiati {tkvnvkeandatevsu.Af'b$>i'kel mnit,i 2YMIY6v2lW:ti:ttld txa a%OYOie1YM.1@%IHdd.4`1tbudanduaiWhit'tifiYdd'dNtiime WN.vntiCtervoevaksacM' w.W.a.®wu4..w.ae...;......vaue� a•>va..r w...+n+e cry Ex erienc CA and Refer fas nces Pie. se ty es use prvk a a brief d scri tion f your experk nce with spraying r;r rm #Twin f pr i jects or ed on and any other tertonent inf • rmati n available. KiLISSeXt Ir:dude yens of *rk9 escrib -x euipm t to be 40.60.731, Please provide contact information for at least three (3) business references. Name: Address: Phone:. Service provided and dates: Name: Address: Phone: Service provided and dates: ADDENDA: Addendum Number N ame: Address: P hone: Service provided and dates: N ame: Address: P hone_ Service provided and dates: Date of Addendum Date Received B1900035 19 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. ARM The underslg 3�} 9 1 ed, by his or her secnatt. rehereby 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. #81600035. 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. BUSI S I E S S ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE BY Please print) DATE FAX E-MAIL TAX ID# TILLIStrralSID WELD C rfU TY IS EXEMPT FROM C L F - AD SALES TAXES, THE CERTIFICATE OF EXEMPTION NUMB _ 4 IS #98-03561-000 PLEASE SO NOT EMAIL/F BACK PAGES 142. THANK YOU! t B1900035 wi Atier 20 **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE*k WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUM ER IS 03551.80 x.002 YOU DO NOT NEED TO SEND BACK PAGES -- 8¢ ATTEST: Weld �`o;�ny Clerk to the Bard BY: Deputy CI rk to •e Boar B1900035 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmey~- , Chair o(Gi �� O I r< .. , _ •;'.:. :. ...,. Us:".Suti",?ASOA'itiwxxkil+rWHYkYd`Xo''.W'b4uff:7a9Si.,"ranxauxn:L•r.::^eaaf.^n;Ys9eaC:a2rrow:ep4atltii8tustluffiWSt tieiaistJa0.m2ith262401aileiMrarenE1M9iattreavoaraaiarftdmeRfsaia»xnr.YRCOMILWalIttefGe.Flua.•wx&sax5aatisa:rncavauao:xnYwanv::a.ear'+vOaPasxo*,4neme0etti.nvaw:ntaaiaxetStatatcnoswboa+,a.mdw.ewsnxaa+aw.k �...... _ r-x<mam,,.u. From: To: Subject: Date: Attachments: Cole Patterson bids Bid #B1900035 Tuesday, February 26, 2019 10:56:21 PM Enforcement Service Bid B1900035.pdf 2019 Form W-9 .pdf i/m orsa;xnW:..X =ATan' rria rzcM: m eSr Zr>,: ,zmxr„xu a u�...:.sat er r .m.; .; > aaa Av cim� llWAc ,sw.vzw.emm>tir. i WaZ33MIT ir.Ys x�zr=aatrevtgraVaa.e e,arM137:497 07aS nfita xr747CA Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. 1 hereby waive my right to a sealed bid. Thanks, Cole Patterson Owner High Pointe Land Management High Pointe Companies Fort Collins CO (970) 381-2836 www,highpointelm,com Sent from my phone, please excuse any mistakes or errors. 1 appreciate your understanding. l ECUAC `yT1 °a:4 S ,N PE < F WORK AND P OSE :Ia P9'`.IC! REQUEST FOR ENFORCEMENT SERVICES MOWING AND/OR SPRAYING WELD COUNTY COLORADO — COUNTY WIDE PROJECT LOCATIONS Do Purr .se 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. Ile 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. Aa G neral Proj - ct Descripto • n 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. Be 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. HI. 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. :renW,ZingtY�iL:Lfv3la c ES. •c Earn. ;0. 'ctl�`€ w"c--� �.eurr3_ `�� maati"WAMMILIM BID REQUEST #B1 900035 Page 9 IV. Enf rcement S ecifications 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 CI ssification 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 H j- erbidid 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. L 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. BID REQUEST #B1900035 Page 10 V. Execution • f Specifications A. Method of pplicti Method of application shall be determined by the Weed Division Supervisor. This will be based on individual site conditions. D. Herbicides Allowed 1. 2, 4-D Amine 2. Dicamba 3. Picloram 4. Telar 5. Plateau 6. Mi estone 7. Surfactant 90% non-ionic active weed species targeted. 8. Habitat 9. Garlon 3A 10. Garlon 4 C. Rates nd Usage 4.0 lb. active ingredient per gallon 4.0 lb. active ingredient per gallon 2.0 lb. active ingredient per gallon 75% D.E. 2.0 lb. active ingredient per gallon 2.0 lb. active ingredient per gallon ingredient per gallon, or methylated seed oil surfactant depending on the 2.0 lb. active ingredient per gallon 3.0 lb. active ingredient per gallon 4.0 lb. active ingredient per gallon Herbhcide 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. Do 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. Require • CntrI 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. Fm Safety Clothing and Equipment f r 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. YJ BID REQUEST #B1900035 Page 11 I. Herbicide and Mowing pllcatio� v ' ecord 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. 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 Divisin Supervisor within said time limit will result in nonpayment of all charges. Down Time and 6...J7 nforeseen 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 p��.r�'kn4"F. 4ot. •.k" �,i. •aX�l?7Y.5'=a r'�-,:a.•r.�,.ss . ,. BID REQUEST #B1900035 Page 12 removal or unseen field conditions. There shall be no "down time" for Class IV roadside noxious weed control applications. Down time shall NOT include: equipment difficulties; equipment breakdown; employee negligence or illness. Payment for any activity billed to the County as "down time" shall be contingent upon the approval of the Weed Division Supervisor, and shall not total more than two hours per parcel. VI. Work > rder 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 o₹ 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 .f 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 Cunty at the start and completion of a Joay r.=:salt 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. REMMENM,'T1 LET mar i �' n ^ors "� s9aEMIENaMM2 BID REQUEST #B1900035 Page 13 VIII. Insurance; Requirements Prior to awarding of contract, Contractor shall forward Certificates of Insurance to Weld County, c/o Purchasing, P.O. Box 758, Greeley, Colorado 80632. The insurance required shall be procured and maintained in full force and effect for the duration of the Contract and shall be written for not less than the following amounts, or greater if required by law. Certificate Holder should be Weld County at the above address. I. Workers' Compensation and Employers' Liability A. State of Colorado: B. Applicable Federal: C. Employer's Liability: D. Waiver of Subrogation Statutory Statutory $100,000 Each Accident $500,000 Disease -Policy Limit $100,000 Disease -Each Employee Commercial General Liability on an Occurrence Form including the following coverages: Premises Operations; Products and Completed Operations; Personal and Advertising Injury; Medical Payments; Contractual Liability; Independent Contractors; and Broad Form Property Damage. Coverage provided should be at least as broad as found in Insurance Services Office (ISO) form CG0001. Minimum limits to be as follows: A. Bodily Injury & Property Damage General Aggregate Limit B. Products & Completed Operations Aggregate Limit C. Personal & Advertising Injury Limit D. Each Occurrence Limit $1,000,000 $1,000,000 $500,000 $500,000 Other General Liability Conditions: 1 Products and Completed Operations to be maintained for one year after final payment. Contractor shall continue to provide evidence of such coverage to the County on an annual basis during the aforementioned period (as appropriate). 2. Contractor agrees that the insurance afforded the County is primary. III. Commercial Automobile Liability shall cover all owned, non -owned and hired vehicles with a minimum of $1,000,000 combined single limit bodily injury and property damage. IV. It is suggested that the Contractor has spray drift and runoff liability insurance. V. All Insurance policies (except Workers Compensation and Professional Liability) shall include Weld County and its elected officials and employees as additional insureds as their interests may appear. The additional insured endorsement should be at least as broad as Insurance Service Office (ISO) form CG2010 for General Liability coverage and similar forms for Commercial Auto and Umbrella Liability. Vi. The County reserves the right to reject any insurer it deems not financially acceptable by insurance industry standards. Property and Liability Insurance Companies shall be licensed to do business in Colorado and shall have an AM Best rating of not less than B+ and/or VII. VII. Certificates of insurance on all policies shall give the County written notice of not less than thirty (30) days prior to cancellation or change in coverage. VIII. Contractor shall furnish Weld County separate certificates of insurance for all contractors and sub- contractors. Such certificate must meet all requirements listed above. ANY DEVIATIONS FROM THE STANDARDS GIVEN ABOVE MUST BE SUPPLIED AND APPROVED PRIOR THE AWAR REC MMENDATION BY THE COUNTY WEED DIVISION SUPERVISOR. _a 379 :don-65).cs' ?.==firif ' t: :C7— t. , ', 27,7 1Si7PvG •.:iJ",'ti 1" µ . Ss��„;k,WriTi d,: Tt�F_--=: ...,,.:..ii.�Jl%" Z"b. a,: r�.d�LR 3� BID REQUEST #B1900035 Page 14 Contractor: Fax #: EMI = IT Enforcement Services Contract C Herbicihe Sprayin A st Estimate and ,'k+:: ` ,rk girder wig rST 1 i Please be advised that Weld County requests a Written Cost Estimate on this form, and Notice t Prneed on the following project: Landowner Name and A ddress: perty Parcel Nu ber: Legal Description: Target(d Species: Visible evidence f ? prior treatment: Bice Item Item Description Acres Bid Costs Quart/Pint/Oz. Hours 1 2 Class I Mowing Class II Mowing 3 Class III Mowin Current Job # Acres 4 Class I Spraying 5 Class II Scravin 6 Class III Spraying 7 8 Class IV Spraying Herbicide 9 Herbicide 10 Surfactant 11 Down Time Subtotal: Extra Items Region Region 2 Region 3 Region 4 Set -Up Charge** Total Estimated Cost: Contractor's Signature: Actual Start Date and Time: County Weed Division Supervisor: Herbicides: 1. Trade Name 2. Trade Name Actual End Date and Time: EPA Registration # Application Rate EPA Registration # Application Rate Temperature F Wind Direction and Speed Soil Condition: Wet Date: Current Job Est. Cost Date: MPH Dry Cloud Cover BID REQUEST #B1900035 Page 15 Exhibit B ..-thcfecTh tie „riga naile �. net role as f•k•- i t • • Isi • f1• ra !270 MM • fti a iii let s••r4c* 04 art W !r • ♦ in It • tN • •Ran sit ala ti I t e.. a 4674) Regions of Weld Co X4641 fe- i zi 3u rs ti N tI # flay a • • • e M •I • • !' • i • w • • • M 4 • w • 4 • • •. •e • 4! • (({ • * • • • •♦ L M We a d w w 'a • • V• Y • it • ♦ • •M w • w a w t• a1 a,tt il"1• Js a. a a n • ` •b 0 i!7 dt 44 {t Ii Ol Y to it St 41 10I ti to 17 .s IS 77 73 4r •'7 071 at *t ••• AS I * j 't a 11 1]` x$ $71421a • * • e a w 01 w w . ,. , • ^'w.. _* t s l4 d•,>w, • i- .� w M •r 1F +w O M n. / • N RN • M t Y i +. d_ flt n .X ,71fl' fl *V ea 44 i 47t is 1; Sr Si it OS $.5 47 .7! 71 7,7 9T 77 an at t l a 41 as l f is a9 try (CU{) is i etc's) 124440. 364,0 gedw t if ell tit fill IS MS t 11 Irt fill 4SV filed sakti rot r7's is SASS sit 141 IS 1titlrt' 1.01 1St Its rs tit i t• • 4# • ;-1-S e440$ eve Pit us err re t ? (ow itt rti iM7277; oil r I. • • APORIPIngroa- • • • e, •4 • • • `y f • • • T w 4 i .TOIe • } • • • IMF • • MI a • •01, 77 • inv ♦ tt w +s • • 12570 it 5"1O f"rsrr Idf1"IntC^ 7<4 ri1A S:11 lir REGION #1-- NORTHWEST Trap REGION #2- NORTHEAST WELD WELD GQCJiVTY REGION #S- SQIJTIIl ?mu)Cor COIMUDD REGION #4- SOTJTEEAST WET.) tams f 21 t,tt la' aF �3 J$ 3°x 7i i1' tfk 4t 14 The , 7 14' Al acti BID REQUEST #B1900035 Page 16 BI ITEMS FOR MOWING CONTRACT All spaces must contain a bid price in the units indicated if bidding on the mowing contract. Bid Item Region 1 Region 2 Region 3 Region 4 Class I $65 $75 $65 $75 Class II $80 $90 $80 $90 Class III $100 $125 $100 $125 ** All mowing bid prices are on a per acre rate. Set-up charge per parcel: Region I Region II Region III Region IV $150 $250 $175 $225 Down -Time Charge: $100 per hour Respectfully submitted: Firm or Business Name: High Pointe Companies, DBA High Pointe Land Management By: Cole Patterson Position or Title: Owner Address: 1142 Windcrest Lane, Fort Collins CO 80524 Date: 2/26/2019 Phone Number: 970-381-2836 BID REQUEST #B1900035 Page 17 DID 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 Class II Class III Class IV ** Class I bid prices is on a per acre rate. ** Class II, Ill and IV bid items are on a per hour rate. Set-uo charge oer oarcel: Region I Region II Region III Region IV Down -Time Charge: per hour Herbicides Dollars Quart, Pint or Ounce Rate 2, 4-D Amine Dicamba Picloram Teter Milestone Plateau Habitat Garton 3A Garton 4 Non -Ionic Surfactant Methylated Seed Oil Surfactant Respectfully submitted: Firm or Business Name: By: Position or Title: Address: Date: Phone Number: A BID REQUEST #B1900035 Page 18 Experience anrences Please provide a brief de criptin of your en erience with sprayii ,g or mowing. Include years f work, types of projects worked on and any other pertinent information available. Describe equipment to be used. The owner of High Pointe Land Management, Cole Patterson, has been mowing for 7 years, beginning at a young age mowing for a few neighbors on his own and growing over several years, with customer satisfaction and referrals, to a team, servicing over 3,000 acres last year. Our projects include mowing the native grasses, weeds and brush for neighborhood developments, businesses and privately owned properties. In addition, we provide Code Compliance on -Call mowing services for the City of Fort Collins, as well as previolation mowing for the private and business sector. The mowing of native areas we service range in size from five acres to two hundred acres and from flat to 35% slopes. While starting years ago with just a ride on mower, High Pointe Land Management now uses newer model John Deere tractors of various sizes, equipped with mowers ranging in size from a 6 foot to a fifteen -foot batwing. Our fleet also includes Zero -turn mowers, Ventrac specialized slope mowing tractors with front mounted brush mowers. Other assorted equipment, such as trimmers and blowers are utilized to ensure good quality coverage and cleanup. We would enjoy having the opportunity to serve Weld County. Please provide contact information for at least three (3) business references. Georo Name:: -2a.1\\ � Address: 555\roc-kr Phone: qt,i'?, -7748 - E5tC\ c3\hop Service provided and dates: 4oAt a-noL \ou.,<:D‘ne„35- -cs \slc\ pasent Name: C� C Saco less: \e.c c... Co Phone: ti , - Service provided and dates: 3Jc_bat) rA•- kc am. motovn S fe- Sean 4 - ADDENDA: Addendum Number Name: C‘ Address: 2� Thc-A- Phone: Service pro�ided and dates: c"0,(-4- (r-louS,tri c, 4? ti'` o .� -- cue- 4 -- Name: 0O\t‘ r Address: Phone: Service provided and dates: Date of Addendum Date Received e Cia,rk) BID REQUEST #B1900035 Page 19 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 Lx 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. Bids will be received up to, but not later than February 27, 2019 at 10:00 AM (WELD COUNTY PURCHASING TIME CL C ). BID REQUEST #B1000035 Page 20 The undersigned, by his or her signature, her y acknE•.;wledges and re •f resents 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. #B1900035. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM High Pointe Companies, DBA High Pointe Land Management BUSINESS 1142 Windcrest Lane ADDRESS CITY, STATE, ZIP CODE Fort Collins, CO 80524 TELEPHONE NO 970-381-2836 FAX PRINTED NAME AND TITLE Cole Patterson, Owner SIGNATURE TAX ID # 46-2671238 E-MAIL HighPointeLM@gmail.com DATE 2/26/2019 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROCOLORADO SALES TAXES. THE CERTIFIC TE OF EXEMPTION NUMBER IS #98-7�l 3551=00 0. YOU DO ST NEED TO SEND B, s..CK PES 1 ® 8o ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #81900035 Page 21 MEMORANDUM TO: Rob Turf, Director of General Services DATE: March 12, 2019 FROM: Tina Booton, Weed Division Supervisor Jay McDonald, Public Works Director SUBJECT: Noxious Weed Enforcement Bi 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 2019: Mowin Class I & II Primary Class l&II Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 High Pointe Companies 1142 Windcrest LN Fort Collins, CO 80524 Set-up charge: $ 160.00 Class II Regions 1-4: $60.00/Acre Class I Regions 1-4: $65.00/Acre Set-up charge: $150.00 - 250.00 Class II Regions 1 & 3: $80.00/Acre Class II Regions 2 & 4: $90.00/Acre Class I Regions 1 & 3: $65.00/Acre Class I Regions 2 & 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 Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Smith Environmental & Engineering 250 Perry LN Dacono, CO 80501 Set-up charge: $ 160.00 Class III Regions 1-4: $45.00/Hour Set-up charge: $ 150.00 Class III Regions 1-4: $80.00/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 Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 No secondary bid option Set-up charge: $ 160.00 Class I Regions 1-4: $70.00/Acre * Class I is for field spraying. Chemical charges will be in addition to the labor charges.* ceat9 Wi/ Class II Hired Gun Weed Control Primary 25307 CR 50 Kersey, CO 80644 Class II Secondary No secondary bid option Set-up charge: $ 160.00 Class II Regions 1-4: $65.00/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 & IV Hired Gun Weed Control Primary 25307 CR 50 Kersey, CO 80644 Class III & IV Smith Environmental & Engineering Secondary 250 Perry Lane Dacono, CO 80501 Set-up charge: $ 160.00 Class III Regions 1-4: $45.00/hour Class IV Regions 1-4: $50.00/hour Set-up charge: $ 125 - $300.00 Class III Regions 1-4: $65.00/Hour Class IV Regions 1-4 $80.00/Hour * 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.* WELD COUNTY PURCHASING 1150 0 Street, Room 107, Greeley CO 80631 E -Mail: rturf(weldaov.com E -Mail: reverett@weldgov.com E -Mail: cmpetersc weldgov.com Phone: (970) 400-4216, 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 27, 2019 REQUEST FOR: ENFORCEMENT SERVICES - MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO: #61900035 PRESENT DATE: MARCH 6, 2019 APPROVAL DATE: MARCH 20, 2019 CONTRACT WILL BE A 1 YEAR TERM AND MAY EXTEND UP TO 2 YEARS (3 YEARS MAX). DESCRIPTION OF REGIONS: REGIONS: REGION #1 - REGION #2 - REGION #3 - REGION #4 - NORTHWEST WELD NORTHEAST WELD SOUTHWEST WELD SOUTHEAST WELD MOWING CLASSES: MOWING CLASS I - TRACTOR WEED MOWING (MIN. OF 5' ROTARY MOWER) MOWING CLASS II - TRACTOR WEED MOWING (MIN. OF 15'-20' ROTARY MOWER) MOWING CLASS III - HAND WEED MOWING HERBIDICAL CLASSES: (SPRAYING) HERBICIDAL CLASS I - FIELD SPRAYING HERBICIDAL CLASS II - HANDGUN APPLICATION HERBICIDAL CLASS III - BACKPACK APPLICATION HERBICIDAL CLASS IV - CUT STUMP TREATMENTS VENDOR HIRED GUN WEED CONTROL 25307 CR 50 KERSEY, CO 80644 31 b, MOWING SERVICES - PRICE PER REGION & CLASS REGION #1 CLASS I - $65.00/ACRE REGION #1 CLASS II - $60.00/ACRE REGION #1 CLASS III - $45.00/ACRE (Set up charge for region #1 = $160.00) REGION #2 CLASS I - $65.00/ACRE REGION #2 CLASS II - $60.00/ACRE REGION #2 CLASS III - $45.00/ACRE (Set up charge for region #2 = $160.00) REGION #3 CLASS I - $65.00/ACRE REGION #4 CLASS I - $65.00/ACRE REGION #3 CLASS II - $60.00/ACRE REGION #4 CLASS II - $60.00/ACRE REGION #3 CLASS III - $45.00/ACRE REGION #4 CLASS III - $45.00/HOUR (Set up charge for region #3 = $160.00) (Set up charge for region #4 = $160.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $150.00/HOUR** 2019-0973 Page 2 REQUEST FOR: ENFORCEMENT SERVICES - MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO: #61900035 VENDOR HIGH POINTE COMPANIES DBA, HIGH POINTE LAND MGMT 1142 WINDCREST LN FT COLLINS, CO 80524 SMITH ENVIRONMENTAL AND ENGINEERING 250 PERRY LN DACONO, CO 80501 WAYNE WOOD DBA VEGETATION SERVICES 8232 SILVER BIRCH BLVD LONGMONT, CO 80504 MOWING SERVICES - PRICE PER REGION & CLASS REGION #1 CLASS I - $65.00/ACRE REGION #1 CLASS II - $80.00/ACRE REGION #1 CLASS III - $100.00/ACRE (Set up charge for region #1 = $150.00) REGION #3 CLASS I - $65.00/ACRE REGION #3 CLASS II - $80.00/ACRE REGION #3 CLASS III - $100.00/ACRE (Set up charge for region #3 = $175.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $100.00/HOUR** REGION #2 CLASS I - $75.00/ACRE REGION #2 CLASS II - $90.00/ACRE REGION #2 CLASS III - $125.00/ACRE (Set up charge for region #2 = $250.00) REGION #4 CLASS I - $75.00/ACRE REGION #4 CLASS II - $90.00/ACRE REGION #4 CLASS III - $125.00/HOUR (Set up charge for region #4 = $225.00) REGION #1 CLASS I - $150.00/ACRE REGION #2 CLASS I - $150.00/ACRE REGION #1 CLASS II - N/A REGION #2 CLASS II - N/A REGION #1 CLASS III - $80/PER HR* REGION #2 CLASS III - $80/PER HR* (Set up charge for region #1 = $275.00) (Set up charge for region #2 = $300.00) *SMITH IS PRICING AT AN HOURLY RATE REGION #3 CLASS I - $150.00/ACRE REGION #4 CLASS I - $150.00/ACRE REGION #3 CLASS II - N/A REGION #4 CLASS II - N/A REGION #3 CLASS III - $80.00/PER HR* REGION #4 CLASS III - $80.00/PER HR* (Set up charge for region #3 = $125.00) (Set up charge for region #4 = $215.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $65.00/HOUR** *SMITH IS PRICING AT AN HOURLY RATE NO BID ON MOWING Page 3 REQUEST FOR: ENFORCEMENT SERVICES - MOWING AND/OR SPRAYING DEPARTMENT: PUBLIC WORKS - WEED & PEST DIVISION BID NO: #B1900035 VENDOR HIRED GUN WEED CONTROL 25307 CR 50 KERSEY CO 80644 HIGH POINTE COMPANIES DBA, HIGH POINTE LAND MGMT 1142 WINDCREST LN FT COLLINS, CO 80524 SMITH ENVIRONMENTAL AND ENGINEERING 250 PERRY LN DACONO, CO 80501 WAYNE WOOD DBA VEGETATION SERVICES 8232 SILVER BIRCH BLVD LONGMONT, CO 80504 SPRAYING SERVICES - PRICE PER REGION & CLASS REGION #1 CLASS I - $70.00/ACRE REGION #1 CLASS II - $65.00/HOUR REGION #1 CLASS III - $45.00/HOUR REGION #1 CLASS IV - $50.00/HOUR (Set up charge for region #1 = $160.00) REGION #3 CLASS I - $70.00/HOUR REGION #3 CLASS II - $65.00/HOUR REGION #3 CLASS III - $45.00/HOUR REGION #3 CLASS IV - $50.00/HOUR (Set up charge for region #3 = $160.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $150.00/HOUR** REGION #2 CLASS I - $70.00/ACRE REGION #2 CLASS II - $65.00/HOUR REGION #2 CLASS III - $45.00/HOUR REGION #2 CLASS IV - $50.00/HOUR (Set up charge for region #2 = $160.00) REGION #4 CLASS I - $70.00/HOUR REGION #4 CLASS II - $65.00/HOUR REGION #4 CLASS III - $45.00/HOUR REGION #4 CLASS IV - $50.00/HOUR (Set up charge for region #4 = $160.00) NO BID REGION #1 CLASS I - N/A REGION #1 CLASS II - N/A REGION #1 CLASS III - $65.00/HOUR REGION #1 CLASS IV - $80.00/HOUR (Set up charge for region #1 = $275.00) REGION #3 CLASS I - N/A REGION #3 CLASS II - N/A REGION #3 CLASS III - $65.00/HOUR REGION #3 CLASS IV - $80.00/HOUR (Set up charge for region #3 = $125.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $65.00/HOUR** REGION #2 CLASS I - N/A REGION #2 CLASS II - N/A REGION #2 CLASS III - $65.00/HOUR REGION #2 CLASS IV - $80.00/HOUR (Set up charge for region #2 = $300.00) REGION #4 CLASS I - N/A REGION #4 CLASS II - N/A REGION #4 CLASS III - $65.00/HOUR REGION #4 CLASS IV - $80.00/HOUR (Set up charge for region #4 = $215.00) NO BID ON SPRAYING THE PUBLIC WORKS WEED & PEST DIVISION IS REVIEWING THE BIDS. Hello