Loading...
HomeMy WebLinkAbout20170539.tiffBOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW/ WORK SESSION REQUEST RE: Renewal of Enforcement Contractors DEPARTMENT: Public Works DATE: January 15, 2018 PERSON REQUESTING: Tina Booton Brief description of the problem/issue: 2016 was the first year of the bid for the enforcement mowing contracts. 2017 was the first year of the spraying enforcement contracts. In 2018 I would like to implement the second of two renewals for the mowing portion of the enforcement work; while implementing the first of two renewals for the spraying portion. All three contractors from 2016 and 2017 have agreed to keep their prices the same for 2018. The Consumer Price Index was 2.2%. The companies have been very responsive when contacted. 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. Approve Recommendation Sean Conway Julie Cozad Mike Freeman Barbara Kirkmeyer, Pro -Tern Steve Moreno, Chair MAFORMS\W orkSession-passaround2016.doc art --L4/ Schedule Work Session Other/Comments: L,046f/u6)/tee ee.: 16,G.e_ /ef) 7o/7- o539 (() 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 9 day of January, 2018, 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. 2017-0539, approved on March 8, 2017. 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 December 31. 2017. • The parties agree to extend the Original Agreement for an additional 1 year period, which will begin April 1, 2018, and will end on December 31. 2018. • 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 2017. 3. There is a change in the down time charge to reflect $50/hour/employee on the job, instead of $50/hour. 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: �f Prin: Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair FEB 0 5 Weld oun y/ erk t e Board `• the hoard BY: Deputy Clerk .920/7_0.396) MEMORANDUM TO: Trevor Jiricek, Director of General Services DATE: March 8, 2017 FROM: Tina Booton, Weed Division Supervisor Jay McDonald, Public Works Director SUBJECT: Noxious Weed En ment Bid Bids have been received from several companies for enforcement spraying for the Public Works Department. The following are my recommendations for carrying out enforcement spraying throughout the County for 2017: Herbicidal Application Class I Primary Class I Secondary Resource Logic 188 Tlabi Drive Loveland, CO 80537 Fort Collins Tree Care 301 E. Douglas Rd Fort Collins, CO 80524 Set-up charge: $ 1254175.00 Class I Regions 1: $30.00/Acre Class I Regions 2-4: $35.00/Acre Set-up charge: $ 125 - $250.00 Class I Regions 1,3,4: $50.00/Acre Class I Regions 2: $75.00/Acre * Class I is for field spraying. Chemical charges will be in addition to the labor charges.* Class II Primary Class II Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Resource Logic 188 Tlabi Drive Loveland, CO 80537 Set-up charge: $ 150.00 Class II Regions 1-4: $60.00/Acre Set-up charge: $ 125-$$175.00 Class III Regions 1-4: $85.00/Acre * 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 Class III & IV Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Resource Logic 188 Tlabi Drive Loveland, CO 80537 Set-up charge: $ 150.00 Class III Regions 1-4: $40.00/hour Class IV Regions 1-4: $45.00/hour Set-up charge: $ 125 - $175.00 Class III Regions 1-4: $70.00/Hour Class IV Regions 1-4 $65.00/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.* Tina Booton From: Sent: To: Subject: Attachments: Good afternoon Tina, Cami Hillman <CHillman@hiredgun.net> Wednesday, January 10, 2018 12:56 PM Tina Booton RE: Signatures please image001jpg After speaking with Eli and Bri, they decided that they would like to just move forward, and leave it as it is. They enjoy doing business with you and don't want to lose that. So, go ahead with the previous year's contract as written. We look forward to working with you this season! Thank you! Cami Sent from my Verizon 4G LTE Droid On Jan 1O, 2018 1O:49 AM, Tina Booton <tbooton@weldgov.com> wrote: As I was moving forward with this extension, management brought to my attention that to extend the contract, changing the downtime piece to reflect per hour per employee can't be done because that is not how the bid was wrote and originally awarded. If you are ok with keeping it as originally bid, I will change the paperwork and send it back to you for signature. If you need to make the change to indicate per hour, per employee I will need to send the mowing contract back out for bidding. The spraying enforcement contract will go to the other two contractors that chose to keep their bids the same. Please let me know what Hired Gun would like to do and I will move forward in that direction. Sincerely, Tina Booton Weed Division Supervisor Weld County Public Works PO Box 758; 1111 H Street Greeley, CO 80632 970-400-3770 www.weldweeds.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. From: Cami Hillman [mailto:CHillman@hiredgun.net] Sent: Monday, January 8, 2018 3:27 PM To: Tina Booton <tbooton@weldgov.com> Subject: RE: Signatures please 1 Tina Booton From: Sent To: Cc: Subject: Yes, that is correct. Sorry! Cami Cami Hillman <CHillman@hiredgun.net> Wednesday, January 3, 2018 1:45 PM Tina Booton Elijah Hatch RE: Do you want to continue with your bid with Weld County for 2018? From: Tina Booton [mailto:tbooton@weldgov.com] Sent: Wednesday, January 3, 2018 1:43 PM To: Cami Hillman <CHillman@hiredgun.net> Subject: RE: Do you want to continue with your bid with Weld County for 2018? Ok. Do you mean per hour per employee — for the downtime charge? Tina Booton Weed Division Supervisor Weld County Public Works PO Box 758; 1111 H Street Greeley, CO 80632 970-400-3770 ? ww.we Twee r.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. From: Cami Hillman [RIOlito Ct lfmana iredgur.net] Sent: Wednesday, January 3, 2018 1:40 PM To: Tina Booton <t6Oq'rtotaw tov:com' Cc: Elijah Hatch <1W di i'edituntr t> Subject: RE: Do you want to continue with your bid with Weld County for 2018? Tina, Thank you for reaching out to us. Yes, we would like to extend or 2017 bid out for another year. The only thing that we would like to change on that is the downtime charge to $50.00 per hour per year. Other than that everything looks great! Thank You! Cami f-fIU uavl sales J.F. ' Market -114g /tired Crum, weed J Pest Coh.trol / lig Chemicals 1 w+wkv. fr 4 hi reet- TI r 1a 891 �(i�ama�! 11'II!EED & PEST CONTROL wit Please consider the environment before printing this email. CONFIDENTIALITY NOTICE: This e-mail and any attachments are confidential and may be protected by legal privilege and/or are otherwise exempt from disclosure. If you are not the intended recipient, be aware that any disclosure, copying, distribution or use of this e-mail or any attachment is prohibited. If you have received this e-mail in error, please notify us immediately by returning it to the sender and delete this copy from your system. From: Tina Booton [ma tto tbooton@w Idgov c ,j Sent: Wednesday, January 3, 2018 8:01 AM To: Cami Hillman < k►iang*redgun net> Subject: Do you want to continue with your bid with Weld County for 2018? I am working on the contracts for 2018. Do you want to extend your 2017 bid for another year? I have attached what you bid in 2017 for you to review. Last year we only carried out one mowing enforcement. I am planning on the need for at least 1 herbicide enforcement in 2018. Please let me know if you are interested in continuing your bid? If so, please let me know if the prices have changed. I will work on drafting the paperwork accordingly. Also attached is the mowing enforcement contract bid prices from 2016. This bid was extended for 2017. It has one more extension available for 2018. Are you interested in extending it for an additional year? Sincerely, Tina Booton Weed Division Supervisor Weld County Public Works PO Box 758; 1111 H Street Greeley, CO 80632 970-400-3770 www.weldweeds.org 2 Rose Everett From: Sent: To: cc: Subject: Attachments: Lacey Cross <Icross@hiredgun.net> Tuesday, February 14, 2017 8:42 AM bids Sales@hiredgun.net Bid Number 81700047 -Spraying Enforcement Services weld county 2017.pdf I hereby waive my right to a sealed bid Thank you in advance for your time Laccv Cross Sale, tb Marketing Htrc,{ ( ion L`vice,l tY_ Pest r:r,ntrul HCi Clternical0 _'5307 En 50 Kerscy. CO 80644 :970) 4o5-3'49 - Office X37 572 _l48?-('cll I.crx�ss(ajhrrs�%glui.rw wW,r 1Uredgurr.rrcc ir MED UN WEED & PEST CONTROL Please consider the environment before printing this email. lif e'er/Nat-a/I CONFIDENTIALITY NOTICE: This e-mail and any attachments are confidential and may be protected by legal privilege and/or are otherwise exempt from disclosure. If you are not the intended recipient, be aware that any disclosure, copying, distribution or use of this e-mail or any attachment is prohibited. If you have received this e-mail in error, please notify us immediately by returning it to the sender and delete this copy from your system. 1 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. #B1700047. 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 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. 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. C,trA1 FIRM c BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO9 )- - O .C1 FAX TAX ID # 4S' `t=om' t ac s EL Qrspq , Co 0(Q1 PRINTED NAME AND 4` -LE SIGNATURE h . `--1.n.-�-cin E-MAIL �JC� " i C 14:01( C ( , n.9 DATE \` Q1 **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 1 - 8. BID REQUEST #61700047 Page 17 2017 BID SCHEDULE FOR SPRAYING CONTRACT All spaces must contain a bid price in the units indicated. Bid Item Region 1 Region 2 Region 3 Re ;ion 4 Class I 1r Ir +.� ,,' Class II t') - Elk) Class III (� / VA fl k... Class IV 1` /� ` • - ** Class I bid prices is on a pe acre rate. ** Class II, Ill and IV bid items are on a per hour rate. • 0el'U(J trl ICII JG pCil pal%Mi. Region I Region II Region III Region IV R Down -Time Charge: per hour Herbicides Dollars Quart, Pint or •unce Rate 2, 4-D Amine it i 4 Ulf- Dicamba `b? ≥ '" &if. ¢ i n+- Cif: ll L' Picloram ;1i. 4.q rrl}` Telar IV, nits' • VO 67 Milestone r:. ?Q Plateau Habitat ... I. t Garlon 3A "�. . - �' . C' ra► l..t.) Garlon 4 Non -Ionic Surfactant 4. ". ' . r:�=. r an'. � � 4` Methylated Seed Oil Surfactant PROPOSAL SUBMITTAL REQUIREMENTS: Please return the following to Weld County Purchasing via the "bid delivery" instructions described on page 4. o Complete and return signature — page 17. o Complete and return bid schedule — page 16. o Complete and return pages 20, 21, and 22. BID REQUEST #61700047 Page 16 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: 4tk)4)(. '7 Prone::., rjrtt17r Service provided and dates: ris , i:_d; C4'41't Name: 4 c " L c Address:1;7; PhoneYo,i, llfk Lt. Service provided d dates: r s'::;( ) rt torso vii+ er' Name: ! address: ti Phone:-Itrsn Service provided and dates rv;(,,,r,gi'!' ,. ;SO Ott Name:?: Address:c^cit Phone: Service provided and dates: lC, tjF��� �. �� )Qr6 1 . tip c o Crt-rfi s, tit BID REQUEST #61700047 Page 20 ream W-9 (Ftar. /wprnot ?0131 IfeprMdtt of Ilia lloasrry Wawa liars.* Revive 4�,f Inuwrduefraele pc,1>r, t ' Request for Taxpayer Identification Number and Certification tdrxai ;ax dessrficn:re>e C r; u,norxn Iran [� Limifnd Inability company. Enter the tax daselecatirat y; corporation, S=S corporation, rurparereehip)► sr t 0I,1G path Adtireas Nato. (I{Ibe+account to in ewe than One name, 0001fw chart as page 4 la guldstlhea on whose. number to enter see a Give Form to the requester. Do not send to the IRS. Exemptions (sea drrtYUctioru)'. Dnepr payer" rude 'Jr €ny) _. Exemption frern FATCA roportn J code (it and rxd 4ddnaa (trlalrcrulQ,...— i) Part it CerUficatton _ _ _. Under penalties of perjury, i certify that: 1. Tne nu.niber shown on this form a my correct taxpayer Identification number (or I em wilting far a number to he .sued to me), and :. Ser not %Meta Met to todayubla t tooiclitig beck p wftNnoi ina) I a«! exempt lea f ilurelbackup withholding, or (MI have rot been notified by the internal Rovonue SeMce (IRf3j 1M11 am �1� to badarp yyNfytoluing as a Walt of a failure to report alt interest or dividends or ( :) the IRS has nolilied me that I son no longer sutlecl ter backup Mini -1040g. and 3, I am a J S citizen or other U.S.. person (delined below), and 4 Rte FATCA code(s) entered on this form ltl any) indicating that I am axempt,ffom FATCA reboiling la Car eel, Certification Instructions, YoU must cross out tern 2 above It you have been notified by the IRS that you are 0 a moleoc; � not apply. For because par have failed to report nil interact and dividends an you tax return. For led estate transactions. Item interest paid, aaluisitlon or obandonrnerttof secured property, cxncdlatton or darn, contributions to on intIvki01 retirement arrangement to generally, payments other than In}ereyt and dividends, yea are not required to sign the Ce�tlflCatl0n. tut your COrrect TIN, yOu must InetruCUons on page 3. -- -_ 7 Data 10- 1 .) ry4.6 \ I ^I Sign Signature at Here u.s.parson ► General Instructions Station miaow. me 10 n.edomel.Rowan's Cada I. Futrso developments The alb roar added .t peer» / snout ram W -a, 01 usawas.iputw9, Nkrmaletn About pry hetre dreCV.O form 04.4 Ouch as learlobo m wrem:tnd enn we salaams eel on Owl pays. Purpose of Form A pnarar who u ',Nested to No an automation ;dun Uto d16 meet otneen 4th end uu yd rumba (IMA bataal, lot OSWIMJW. �l.. you, paymanl* nude W you in nalee.rtad offaayei1w01 coal will Ihtd poly outwork a stnad(vro, pal al at4 basalt ens, nuolysao sdereal you paid, acel..tllW a ebaaiusvrsM W wooed lxopaaty. centre Lean al ilehl, rx cr4unhulimN you Malin lu an IRA tan Fain IN 9 Dray d y aro a U.3, person (indudi ..t a reyldmt All- t), lo ppm*. yelp r'aiO t TIN to tin porem toquesung it pt rerryedorl and, wren ap Irai&de, W'. i . Codify that the. l IN err a, rrro p is .r e ri act (or you Ir., w suiirreJ fora !urn bore In tan ixadat), 2 Catty hat you me red subteci !abaci's, wd ulitntf. err 3, Wan oxat0Wwn hem backup wienoldaIy II you WO 411.31, ax+ alymaceMe, you do rq.o smarymry 6141 4r" a U.B. Paean, yrxrr jury per Owing; u ixele Man a U.S, bole is hosontaie is nal slA$* walddd ny la on, lorealn prtnere' ahem of .Noel*•W enn cla l me=mo. and 4. Cd1ih the FATCA eod.(S) owed anew loon la ant ereoaNng Oat vas tea mama Yam thanFATCA tapering, b mama, Nets. N you em . U.S. person aide tortixmlw yeah, Tau •..fain other than Faye w.a ono request VOL, IIN,d ma you mufti the rwpresld o rama fta t• nobelnrdidtr W air to Intl Fare W-4. kbarddart et a 11$, parfwe Fr. feddd. Ltd pupas...clots. ri eanadtrarl a tL5. paean it yea ores r An "misvalue wild ma.4112, damn a U.S. Wilda» alien, • A par Yeatnq, corpulent, e•tnlerny, at 4510,646M ere)hod rx a Joni nmd ire ern (mated Slated a safer Nor laws crate laded Slalom, • Am wleto What %a ne erareriarcoawts). a • A donned) hint (aa delimit In elegtdelnrm awned. 301 361,170I.17 ;pedal rimester pannon lips. PertnardalM Odaraka:l a Nadu or amino.. in the 1lnhod Statue ale gbiltnay toryarod to pay a dindi5Wi1U has wider 'Wien 1444 on any foreign prances' snare d Ordway CIUneded warble soothe Yarn xreh busmen. Rif Ma, ii 4411041 cones wlWra a Psm w•e Ind nor been racervdl. rho idea under aecmm 1444 rnipam a painneb4e to presume Ina* pr sae b a foreign mason, Ntd pay rla section 1446 »Molding tat Th retM/. d Val en U.S. raluea0 that le a prtnee fn r Winn or+, conducting a Undo or Punned. rn New Untied Slates. provide Fenn w-0 to the parenlretsP In oatatialmpas U.U.. statue real atonic Wads 1446 withholding err wee dupe of pertnershen »canes Csl.. No, 10231X Fxrn W-9 (tay. 3-2e- ' T) BID REQUEST #B1700047 Page 21 COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT .,,A. -:. I hereby attest that I are the person responsible within my firm for the final decision as to the prlce(s) and amount of this bid or, if not, that 1 have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. i further attest that: i, The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who Is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or Induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 38. No agreement has been promised or solicited for any other firm or person who Is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm Is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not olfered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or olfered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether In connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I nave made a dlligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating' to the preparation, approval or subrrifsslon of my firm's bid on this project and have been advised by each of them that he or she has not participated In any communication, consultation, discussion, agreement, collusion, or other conduct Inconsistent with any of the statements and representations made in this affidavit. B. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. :� r� ..,, fir. �� 1 q,. S OM to before me this 13 day of, ,r- 20 14- Nee PAMELA BURNS NOTARY NAM STATE OF COLORADO NOTARY ID 20164028642 tr7~,S.f NOTE: This document must be signed in Ink. MY COMMISSION EXPIRES JULY 28,2020 CDoT Form Ab06 170] BID REQUEST #81700047 Page 22 ro °-/&51 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW/ WORK SESSION REQUEST RE: Renewal of Enforcement Contractors DEPARTMENT: Public Works DATE: January 15, 2018 PERSON REQUESTING: Tina Booton Brief description of the problem/issue: 2016 was the first year of the bid for the enforcement mowing contracts. 2017 was the first year of the spraying enforcement contracts. In 2018 I would like to implement the second of two renewals for the mowing portion of the enforcement work; while implementing the first of two renewals for the spraying portion. All three contractors from 2016 and 2017 have agreed to keep their prices the same for 2018. The Consumer Price Index was 2.2%. The companies have been very responsive when contacted. 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. Approve Recommendation Sean Conway Julie Cozad Mike Freeman Barbara Kirkmeyer, Pro -Tern Steve Moreno, Chair M:WORMSIWorkSession-passaround20I6 doc Schedule Work Session Other/Comments: o?_o / 7- o 96) 6G-001171- CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF Public Works AND Fort Collins Tree Care This Agreement Extension/Renewal ("Renewal"), made and entered into 9 day of January, 2018 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 Fort Collins Tree Care, 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. 2017-0539 approved on March 8 2017. 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 December 31, 2017. • The parties agree to extend the Original Agreement for an additional 1 year period, which will begin April 1, 2018, and will end on December 31, 2018. • 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 2017, 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: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair ATTEST: Weld .un jCl-rkto BY: FEB 0 5 2018 dlr./LA) Deputy Clerk t j he Board oeo / 7—©.,,3? MEMORANDUM TO: Trevor Jiricek, Director of General Services DATE: March 8, 2017 FROM: Tina Booton, Weed Division Supervisor Jay McDonald, Public Works Director SUBJECT: Noxious Weed E ment Bid Bids have been received from several companies for enforcement spraying for the Public Works Department. The following are my recommendations for carrying out enforcement spraying throughout the County for 2017: Herbicidal Application Class I Primary Class I Secondary Resource Logic 188 Tlabi Drive Loveland, CO 80537 Fort Collins Tree Care 301 E. Douglas Rd Fort Collins, CO 80524 Set-up charge: $ 125-$175.00 Class I Regions 1: $30.00/Acre Class I Regions 2-4: $35.00/Acre Set-up charge: $ 125 - $250.00 Class I Regions 1,3,4: $50.00/Acre Class I Regions 2: $75.00/Acre * Class I is for field spraying. Chemical charges will be in addition to the labor charges.* Class II Primary Class It Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Resource Logic 188 Tlabi Drive Loveland, CO 80537 Set-up charge: $ 150.00 Class II Regions 1-4: $60.00/Acre Set-up charge: $ 125-$$175.00 Class III Regions 1-4: $85.00/Acre * 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 Class III & IV Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Resource Logic 188 Tlabi Drive Loveland, CO 80537 Set-up charge: $ 150.00 Class III Regions 1-4: $40.00/hour Class IV Regions 1-4: $45.00/hour Set-up charge: $ 125 - $175.00 Class III Regions 1-4: $70.00/Hour Class IV Regions 1-4 $65.00/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.* Tina Booton From: Sent: To: Subject: fctreeca re@cs.com Wednesday, January 3, 2018 8:02 AM Tina Booton Re: Do you want to continue with your bid with Weld County for 2018? yes we would love to continue and prices will not change Original Message From: Tina Booton <tbooton@weldgov.com> To: fctreecare <fctreecare@cs.com> Sent: Wed, Jan 3, 2018 7:50 am Subject: Do you want to continue with your bid with Weld County for 2018? I am working on the contracts for 2018. Do you want to extend your 2017 bid for another year? I have attached what you bid in 2017 for you to review. Last year we only carried out one mowing enforcement. I am planning on the need for at least 1 herbicide enforcement in 2018. Please let me know if you are interested in continuing your bid? If so, please let me know if the prices have changed. I will work on drafting the paperwork accordingly. Sincerely, Tina Booton Weed Division Supervisor Weld County Public Works PO Box 758; 1111 H Street Greeley, CO 80632 970-400-3770 www.weldweeds.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 Rose Everett From: Sent: To: Subject Attachments: fctreecare@cs.com Tuesday, February 14, 2017 9:35 AM bids@weldgov.com. spraying enforcement weld 16 001 jpg; weld 17 001.jpg; weld 20 001.jpg; weld 21 001jpg; weld 22 001 jpg I hereby waive my right to a sealed bid Richard "Hitch" McCulloch Fort Collins Tree Care 1 2017 BID SCHEDULE FOR SPRAYING CONTRACT All spaces must contain a bid price in the units indicated. 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-up charge per parcel: Region I Re 'on II Z5lJ Down -Time Charge: i 2,5 Herbicides 2, 4-D Amine Dicamba Dollars Picloram _ Telar Milestone Plateau Habitat 3000 Garlon 3A Gallon 4 Non -Ionic Surfactant Methylated Seed Oil Surfactant IQ b' Region III /2 per hour Quart, Pint or Ounce Rate 0 o� 1�,cO �{ :oC) 7_ , Z o `�- �2 o_ 2 o7 3.c PROPOSAL SUBMITTAL REQUIREMENTS: Please return the following to Weld County Purchasing via the "bid delivery" instructions described on page 4. 9 Complete and return signature — page 17. • Complete and return bid schedule — page 16. o Complete and return pages 20, 21, and 22. The undersigned, by his or her signature, hereby acknowledges 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. #81700047. 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 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. 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. 4 fr ig S l r �C� ( �� (' r C . BUSINESS ADDRESS CITY, STATE, ZIP CODE -r (e) . ('C.) SL / - TELEPHONE NO l) lg"(/ 3C S FAX 7 ' l?S `'/L / TAX ID # S's'/` r' 2 ,/s-le NAME ANDj , ITLE ,+� C .' ,/' i (.(ai )..�' t'Z° SIGNATURE E-MAIL F'n'h {ff-A S. C DATE e- - G -- Z / 7 -- *''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 1 - 8. etyp1itir1" S -'r< T, o /4 iQ 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. • (.0 Io x -e.. 5 p r t r, 5 Re ( /LP ? (-( I 2 o r'l..) ' Q {._ CJ 80+1' G� I C` �� e C / ' -4 C 1 c L (NQ_.et P a C i`-- P nz . ejn Y ?. c' , . ( S 51/4/4;4e Vy. S '� r `V f4 -e4-1);«14) c -rot' 1 C►! 1)- t) S -4;-0- + 6 (ii ;A.. nn le I a L 1r1 ! (e-4� ReVIN rt 0_ lrec l,\ i/ I N AU a 4"; et I / cc. h /1 4 p, ..sP !` C. .1- Q U ��thi Siel C) V1/\ ct lc4 1O l t 4_--S te) li r7ul jt t IV •-k-C) ji;)'Cc_ PitS t G' Please provide contact information for at least three (3) business references. Name: Address: Phone: Service provided and dates: Name: et.{ -.t ret Address: 1) Phone: . )(1,4) ¶ :h) 3 ic1 -3 7)'-) Service provided and dates: , / ^ e i Name: {e 'er 1)eL viz - tJ4llr Phone: .B CAD 110S _. r X5'6 Service provided arr1 dates: !S Sot 2 ,aka Address: Name: NoA--.rl^ t ��✓ bsi`e -Vit'tlre( Address: Phone: 1124) F3 r 4O 6 3 /-- yam/ Service,provided and dates: J4Atc.)S weof s LS rE>S C{< 1 Form (Rev. Qecember 2011) -a 01 rn Request for Taxpayer Identification Number and Certification name, Chock appropriate bee for federal la% classification: ❑ IndividueUsdeproprietor U C orpofalion Give Form to the requester. Da not send to the IPS. [-,iLS Corporation O Partnership ❑ Trust/estate LI Limited liabiltly company, Enter the tan aassilicatian (C=C corporation, S -S corporation, P -par i erstdp)► Other Note. If the account is in mere than ono name, gee the chart on page 4 for guidelines on whose number to enter. Part I9 C, Exempt payee Under penalties of perjury, I certify that 1. The number shown on this farm is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2 I am not subject to backup withholding se: (a) I am exempt from backup withholding, or MI have not been notified by the Internal Revenue Sennett Pietism subject to backup withholding as a result of a failure to report all interestor dividendea, or (c) the IRS has notified me Matt am no longer subject to backup withhnidinn, and 3. I am a U.S. citizen or other U.S. person (defined below). Certification instructions. You must cross out item 2 above if you have been because you have failed to report all interest and dividends on your tax return. interest paid, acquisition or abandonment of secured property, cancellation of generally, payments other than rant and dividends, you a required to instructions on Sign Here Signature of u.& pecan ►^ General In r « tons Section references are to the Intemat Revenue Code unless otherwise noted. Purpose of Form A person who is required to file an information return with the IRS must orttain yeti Correct taxpayer identification number (Tlh) le report, for example, income paid to you, real estate transaction% mortgage interest you paid, acquisition or abandonment of secured property, c ncettatlen of lebl, ar catllflbuIlone you made to an IRA. Use Form W-9 only if you are a U.S- parson linchtt9ng a resident alien). to provideyour correct TIN to rho person requesting it (the requester) and, whom applicable, to. 1. Certify that the TIN you are giving is correct (on you are waiting ter a number la 17e Issued), 2. Certify that you are not subject to backup withholding, or 3. Chaim exemption front backup whthhotdinq If you are a U.S. exempt payee. U amicable, you are also certifying that as a U.& person, Your dlacabtirshare of any partnership income from a U.S.. trade err hwktaea in not subject to the withholding tax on foreign partners' share of effectively connected income. notified by the !RS that yeti are currently subject to backup withholding For real estate transactions, item 2 does not apply. For mortgage debt, contrihtrtiens to an Individual retirement arrangement (IRA), and sign the certification, but you must provide your correct TIN. See the pale. !c - Mote, If a requester gives you a form other van i-unit W-9 to request your TIN, you must use the requesters form if it is substantially similar to this Farm W-9. I3efinitlon of a U-& person. For federal tax purposes, you are considered a U.S, person if you arc. • An individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized in the United States or under Ilia laws of the United States, • An estate (other than a foreign estate), or • A domestic trust (as defined in Regulations section 301.77111-7). Special rules for partnerships. Partnerships that conduct a trade or business in the UnitatSUates are generally required to pay a withholding tax on any foreign partners: share at income from Bich business. Further, in certain cases where a Form W-9 has not been received, a Partnership is required to presume that a partner is a foreign Person, and pair the withholding tax. Therefore, it you are a U.S. person that is a partner in a partnership conducting a trade or business in the United S₹ates, provide Form W-9 to the partnership to establish your U,S- sia(tts and avoid withholding on your share of partnership income. Cal. No. 102115 Form W-'9 ifico 12-'ol 1l COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT " rr>rr \N L n era -)(4, , 2. T `- I hereby attest that I am the person responsible within my firm for the Ifnal decision as to the pricers) and amount of this bid or, i1 not, filet I have written authorization, enclosed herewith, from that person to make the statements sel out below on his or her behalf and on behalf of my firm. I further attest that, 1. The pricers) and amount of this bid have been arrived at independently, without consultation, communicator or agreement for the purpose or with the effect of restricting compelition with any other firm or parson who is a bidder or potential prime bidder. 2A. Neither the price(sl nor the amount 01 ibis bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 28. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project nave been disclosed to me or my firm. 3A. No atternpt has been made to soften, cause or Induce any firm or person who is a bidder or potential prime bidder to refrain from bidding an this project, or to submit a bid higher than the bid cl this firm, or any Intentionally high or non- competitive bid or other form of complementary bid. 38. No agreement has been promised or solicited for any other lirm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this protect. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement at discussion with, or inducement or solicitation by oi from any litre or person to submit any intentionally high, noncom- petitive or othei form of complementary bid S. My fitn't has riot offered or entered into a subcontract or agreement regarding the purchase or sale of materials or seencee from any lam or person, or offered, promised or paid cash or anything of value to any firm or person, whether In connection with hits Or any other project, st consideration for an agreement or promise by any firm or person to retrain dam bidding or to submit any Intentionally high, noncompetitive at other form of complemenlary bid or agreeing or promising ttf do so an this project. 6. My firm has not accepted or beers promised any subcontract or agreement regarding the sale at materials or services to any firm or person, and has not been promised or paid cash or anything of value by any lien or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary hid, or agreeing or promising to do so, on this protect. 7. I have made a diligent inquiry of alt members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on Ibis project and have been advised by each of there that he or she has not parttctpated In any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 13. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission 01 bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLUCABLV STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE RUE ARO COMPLETE TO THE REST OF MY KNOWLEDGE. / 5 1?C civ- 1st, Z 5 l v t G'uJ nisi �, t%ter .# hr;MnhsKlY ter, rau'RrN'iti1iY5- Ira jf( Jfg ,l, �J Sworn to before me this 1 L— f v'' day of, 20 NOTE: This document must be signed in ink. CA 9SiE F4ARRIS NOTARY PUBLIC A Ile ("V OrY100 NOTARY ID 20084040555 MY COMMISSION EXPIRES NOVEMBER 24, 2020 F rm 46 1101 `v -" /6.5/ BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW/ WORK SESSION REQUEST RE: Renewal of Enforcement Contractors DEPARTMENT: Public Works DATE: January 15, 2018 PERSON REQUESTING: Tina Booton Brief description of the problem/issue: 2016 was the first year of the bid for the enforcement mowing contracts. 2017 was the first year of the spraying enforcement contracts. In 2018 I would like to implement the second of two renewals for the mowing portion of the enforcement work; while implementing the first of two renewals for the spraying portion. All three contractors from 2016 and 2017 have agreed to keep their prices the same for 2018. The Consumer Price Index was 2.2%. The companies have been very responsive when contacted. 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. Approve Recommendation Sean Conway Julie Cozad Mike Freeman Barbara Kirkmeyer, Pro -Tern Steve Moreno, Chair M:IFORMSI W orkSession-passaround2016. doc Schedule Work Session Other/Comments: Laoti,)/tdbe-f) Ct./ea.-60,9 5-/f oZo /7- o50 ,egsoo 7� CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF Public Works AND ResourceLogic, LLC This Agreement Extension/Renewal ("Renewal"), made and entered into 9 day of January, 2018 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 ResourceLogic LLC, 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. 2017.0539, approved on March 8. 2017. 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 December 31, 2017. • The parties agree to extend the Original Agreement for an additional 1 year period, which will begin April 1.2018 and will end on December 31, 2018. • 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 2017. 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: 1 . t f rc Printed Nam Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair ATTEST. Weld BY: FEB 052018 „IzLA) erk t. Boar• Deputy Clerk; the Board , 0.2„o/7-03,59(5, MEMORANDUM TO: Trevor Jiricek, Director of General Services DATE: March 8, 2017 FROM: Tina Booton, Weed Division Supervisor Jay McDonald, Public Works Director SUBJECT: Noxious Weed En f ment Bid Bids have been received from several companies for enforcement spraying for the Public Works Department. The following are my recommendations for carrying out enforcement spraying throughout the County for 2017: Herbicidal Application Class I Primary Class I Secondary Resource Logic 188 Tlabi Drive Loveland, CO 80537 Fort Collins Tree Care 301 E. Douglas Rd Fort Collins, CO 80524 Set-up charge: $ 125-$175.00 Class I Regions 1: $30.00/Acre Class I Regions 2-4: $35.00/Acre Set-up charge: $ 125 - $250.00 Class I Regions 1,3,4: $50.00/Acre Class I Regions 2: $75.00/Acre * Class I is for field spraying. Chemical charges will be in addition to the labor charges.* Class II Primary Class II Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Resource Logic 188 Tlabi Drive Loveland, CO 80537 Set-up charge: $ 150.00 Class II Regions 1-4: $60.00/Acre Set-up charge: $ 125-$$175.00 Class III Regions 1-4: $85.00/Acre * 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 8 IV Primary Class III & IV Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Resource Logic 188 Tlabi Drive Loveland, CO 80537 Set-up charge: $ 150.00 Class III Regions 1-4: $40.00/hour Class IV Regions 1-4: $45.00/hour Set-up charge: $ 125 - $175.00 Class III Regions 1-4: $70.00/Hour Class IV Regions 1-4 $65.00/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.* Tina Booton From: Sent: To: Subject: Tina, Dale Thompson <resourcelogicllc@gmail.com> Wednesday, January 3, 2018 4:05 PM Tina Booton Re: Do you want to continue with your bid with Weld County for 2018? I would be interested in renewing the contract at last years rates. One thing I am not willing to do is send a new liability certificate unless there is some actual work .Last years years certificate, with all the additional requirements, cost me $150 for no work so I will not be doing that again. Dale On Wed, Jan 3, 2018 at 7:53 AM, Tina Booton <tbooton@wetdgov.Com> wrote: I am working on the contracts for 2018. Do you want to extend your 2017 bid for another year? I have attached what you bid in 2017 for you to review. Last year we only carried out one mowing enforcement. I am planning on the need for at least 1 herbicide enforcement in 2018. Please let me know if you are interested in continuing your bid? If so, please let me know if the prices have changed. I will work on drafting the paperwork accordingly. Sincerely, Tina Booton Weed Division Supervisor Weld County Public Works PO Box 758; 1111 H Street Greeley, CO 80632 970-400-3770 www vveldweeds.org 1 Rose Everett From: Sent To: Subject: Attachments: Dale Thompson <resourcelogicllc@gmail.com> Monday, February 13, 2017 2:09 PM bids Weed Enforcement Contract Weld County Bid Feb 2017.pdf Attached is my bid proposal for the weed enforcement contract. Bid Request #B 1700047. Thanks, Dale Thompson ResourceLogic, LLC 970-629-9979 WELD COUNTY CONTRACT BID PROPOSAL FOR SPRAYING ENFORCEMENT CONTRACT BID REQUEST #B1700047 Submitted By: ResourceLogic, LLC Name and Title of Contractor:DI ms n,+ wner Signature of Contractor: I hereby wave my right to a sealed bid Date Signed: February 13, 2017 Bid Item Region 1 Region 2 Region 3 Region 4 Class I Q T Class II Class III , A Class IV . 4 44.- per acre rate, "" Class II, Ill and IV bid items are on a per hour rate, Set-up charge per parcel. Re- ion I Re ion II Region III Re ion IV Down -Time Charge: per hour Herbicides Dollars Quart, Pint or Ounce Rate 2, 4-D Amine 75 tt r Dicamba ll- Na t Picloram 75•r IAA,' Telar .A ,00 � u _ Milestone / 4 R A.ifs Plateau ife 144rf Habitat 14 4 Garlon 3A Garlon 4 Non -Ionic Surfactant Methylated Seed Oil Surfactant 50Cd a (71- e$okre4dlrG! PROPOSAL SUBMITTAL REQUIREMENTS: Please return the following to Weld County Purchasing via the "bid delivery" Instructions described on page 4. o Complete and return signature — page 17. o Complete and return bid schedule — page 16. o Complete and return pages 20, 21, and 22. 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 BID REQUEST #B1700047 Page 16 FIRM in the request for proposal for Request No. #BI 700047. 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 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. 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. foevorret—oa 1( , i L 6 BUSINESS -- ADDRESS /&c: CITY, STATE, ZIP CODED c' /g , Y7 TELEPHONE NO FAX TAX ID # 6171"/S -1O1 -172 — PRINTED NAME AND TIT 17 G -awl P5 f'71 OGum e r SIGNATURE E-MAIL AS-MAr Cal fir: G � _, , Gcr rr\ DATE D a-- /3 -c)an **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 1 — 8. Exhibit A Enforcement Services Contract Cost Estimate and Work Order BID REQUEST #B1700047 Page 17 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. h4 3 cYe rs e/Per ie,c ►rt/zf1 Week dhfroL t 2110417. Azi 4ecl I[enEed al COhlrfreiCiett gfp2JCafd, far 2a leery, 4 v /n(tL,dcj (oofl_9'holn;, 7hp, v-r,L9znpii p., 144(1/.Itcs 014.4- 1_ (ans.v.L / ti) IC J G1$Fc/ ( f W a✓ia1 /qnJowhe( get r4c44- 1)1cG6t.e54 0-014hDecreAa7ar ( i1h / o m f0ln /ootnLL, c J.7aZ2LcS1 6121/1 /oe f {. /115e� 7Mn1 locrmLef5YlaazzZcj /ocf / J fine-Ao-)wun4 c1 aoe orZ r/ P 4/0/17 71'W Please provide contact information for at least three (3) business references. Phone: Service provided and dates: /7,1)14m 4,144 ‹ezeitol •Reol - Vin! Name:./1a Address: _ r Phone: Service provided and dates: j, jct /eel .1 rel. yi,l5rtJ, i o/log'- ?a/4 BID REQUEST #61700047 07,40 Name:L4V&LEI )life )/24/ -fer1 me,rcirZi)e Address: ,4 4 I ,� A M4 ' !_et/G a 4) c� $d 53c Phone; C17 ..)6' 142 Service proviiddeedd and da�tes: vc€ +1, iro4f/vVia'' dKc?e ao/cl 14- to Address: 8 /II 2 Res 4-‘, 1-1.aid&AGv }s!4 Phone: 67 4 - 27, - 3V6 Service provided anq dates: WeGsi CQfit rs 2a1. -, c/h Page 20 Form Wal9 (Rev. December 2014) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification t Name (as shown u n ;cur income to. return). Name le required on thIs fine: do not leave is lino bu nic ALAN D THOMPSON ti 2 Butanes* no ad entity na RESOURCELOGIC, LLC Give Form to the requester. Do not send to the IRS. went frum atwve 3 Chock appropriate box for federal tax classification; check only one of the following seven boxes: ❑ Individual/sole proprietor oI 0 C Corporation ❑ S Corporation ❑ Partnership E Trust/estate single -member LLC Letited llaodify company. Enter the tax uias Sufication ( _C corporation. S=o corporation, P-partnersh p) ► Note. For a single -member LLC that la disregarded do not cps)uk LL.C. check the aoprepdate box 'r the line above for the tax classification of the single -member owner. 0 Other (see lnstr alleerJ P- S Address (number, street, and apt. or sulfa na.) 188 TIABI DRIVE 6 City, state. and P LOVELAND, CO 80537 7 Ust account tumbrils) here (optional) 4 Exemptions (codes apply only to certain entities, not individuate; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA _-epohing code (if any) ;4De.•a 'a aCGni;rrs l e 0,$) Requesters name and address (opt Taxpayer identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For )nd(vIduals, this Is generally your social security number (SSN). However, for e resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, It is your employer Identification number (EIN). If you do not have a number, see How to get a TIN on page 3. Note. If the account is in more than one name, see the mstrusticns for line 1 and the chart on page 4 for guidelines on whose number to enter, Part II Certification or Employer Identifloatfon number l _1 1151110141712' 8 4 Under penalties of perjury, I certify that; 1. TIie number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internet Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the iRS has notified me that I am no longer subject to backup withholding; and S. I am a U.S. citizen or other U.S, person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt Certification instructions. You must cross out item 2 above II you have beer because you have failed to report all Interest and dividends on your tax return Interest paid, acquisition or abandonment of secured property, cancellation of generally, payments other than interest and di ends, you are t required to instructions on page 3. Sign I Signature of Here u.8, person ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. Information about developments affecting Form W-9 (such as legislation enacted after we release it) is et 'wWw,irs,govIM9. Purpose of Form An ,ndfylduat or entity (Form W-99 requester) who le required to file an Information return With the IRS must obtain your Correct taxpayer Identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number Meet, adoption taxpayer identification number (ATnN. or employer tdeneficatton number (EIN), to report on an Information return the amount paid to you. or other amount reportable on an Information return. Examples of information returns include, but are not limited to. the following: • Form 1099-INT (interest earned or paid) • Form 1093 -Div (dividends including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099.8 (stocker mutual fund saiss and certain other transactions by brokers) • Form 1059-S (proceeds Iron- real estate transactions) • Form 1 JOB -K (merchant card and third parry network transactions) from FATCA reporting Is correct. notified by the IRS that you are currently subject to backup withholding For real estate transactions. Item 2 does not apply. For mortgage debt. contributions to an individual retirement arrangement (IRA), and sign the certification, but you must provide your correct TIN. See the Data► U D ?s -- �Q/7 • Form 1098 (home mortgage interest), 1088-E (student loan Interest), 1098-1 (tuition) • Fo'm I G99 -C (canceled deb( • Form 1999-A (acquisition o' abandonment of secured property) line Form W-9 only if you are a u.S. poison (including a resident alien), to provide your coiled TIN. N you do rW/ root, Form W-9 to fie .^equesler wlrh a FIN, you mfphl be .subject to oockup Mums/ding. See What is backup wmhdding? on pege:2. By signing the tiled -out form, you: 1, Qurinty that the TIN you ere 9 vIng is norrecr (Cr ynu era weitleg for a number to be issued), 2. Catty that you are not subject to backup withholding, or 3. Claim exemption Iran backup withholding It you aro a U.S. exempt payee. It applioabb, you are also certifying that as a U.B. parson, your elhxahle share of any pennerab9p income from a U.S. trade or business is not subject to the withholding too on foreign penners' share of effectively connected income, end 4. Certify that FATCA code(s) entered on this form (if any( indicating that you are exempt loom the FATCA reporting, is correct- See What Is 'AMA reporting? on page 2 for further Information, Cal, No, )02010 Form W-9 (Rev. 12-2014) ADDENDUM#1 BID REQUEST NO. B1700047 SPRAYING ENFORCEMENT SERVICES Public Works Dept. Page 14 reads as follows: M. Down Time and Unforeseen Circumstances For the purposes of this contract, the term "down time" shall be defined as any project time spent in non-productive activities such as, but not limited to: time spent gaining access; time required to secure Weed Division or Sheriffs office assistance for access; Landowner interference; Extreme operating conditions, such as trash removal or unseen field conditions. There shall be no "down time" for Class IV roadside noxious weed control applications. Should now read as: M. 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 bo no "down f'i)!i•M.A11 f f�Irr,� i\f ..J_!_ _ ._ ___. _ _ _ ***Please skin and email back to Weld County Purchasing to bidsCcr�_weidgov.com You can fax It back to 970-336-7226 also. We need sinned copy on file. Thank Your** Addendum received by: ffeSett re clil Ci ("GC FIRM je g ADDRESS 0 1)e( ncl Co 8 c,5'3 7 CITY AND MATE' BY/ TITLE February 7, 2017 Sworn to before me this COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT We Lot Co-wM t/ nereby chest that I am the person responsible within my firm for the final decision as to the prlce(ei and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or tier behaff and on behatt of my firm, I further attest that; 1. The priceen and amount of this bid have been arrived at independently, without consultation, communication or agrreemme potenme bidder, tial the purpose or with the effect of restaging Compelllon with any other firm or person who is a bidder 2A. Neither the people) nor the amount of this bid have been disclosed to any other firm or person who Is a bidder or potential prime bidder on thle project, and Will not be so disclosed prior to bid opening. 28. Neither the prices nor the amount of the bald of any other firm or person who is a bidder or potential prime bidder on this pry have been disclosed to me or my firm. 3A. No attempt has been made to scion cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on This protect, or to submit a bid higher than the bid of this firm, or any intentionally high or nom competitIve bid or other form of complementary bid. No agreement nee been rearmed or solicited for arty other firm or person who is a bidder or potential prime bidder on this prateof to submit an Intentionally high, noncompetitive or other form of complementary bid on this project. 4, The bid of my firm Is made In good faith and not pursuant to any consultation, communication, agreement or dIacuseton with, or inducement or solicitation by or from any firm or person to submit any Intentionally high, noncom- petllNe or other form of complementary bid. 6. My firm has not offered or entered into a subcontract or agreement regarding the Purchase or sale of materials or serolees from any firm or person, or Offered, promised or paid cash or anything of value to any Iirm or person, whether in conr action wqh this or any other project, el consideration for an agreement or promise by any firm or person to Wean from bidding or to submit any Intentionally high noncompettiae or other form of complementary bid or agreeing or promising to do so on this protect, 6: My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or pall cash or anything of value by any Ilan or person, whether in Connection with the or arty other prgteet In consideration for my firm's submitting any intentionally high, noncompetitive or other form of conlplernentary bid, or agreeing or promising to do so. On thle protect, 7. I have made a diligent Inquiry of all members, officers. employees, and relating to the preparation, approval or submiasion of my firm's bid on thprotectagents of my Bum wd have bh rna advised sbys them that ire or she has not participated In any communication, consultalit ,, di c a ton beenncoil by i each of other conduct Inconsistent with any of the statements and ragreement. collusion, or representations made hi this aflldavfl, 8, I understand and my firm underefalkts that any misstatement In this affidavit is and shall be treated as a fraudulent, concealment Iron the Colorado Department of Transportation, of the true facts relating to 9ubmisston of bids for this contract, I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY O r HER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND DCOv4PLETE TO THE BEST OF MY KNOWLEDGE. Pr;n Soit(GeLd -14/ GEC 13 6' day of, o ij ,z NOTE: This document must be signed in ink. BID REQUEST #B1700047 toil KELLY TROY NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20104056394 1. rise 1/04 Page 22 INSR LTR CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYW) 03/16/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(Ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER WeedIn Agency, Inc. 1601 East Eisenhower Blvd. Loveland CO 80637 CONTACT NAME: PH . „..,!.970.667.2145 I Mi. Ner970.889.9295 MBAs: heather§weedinagency.com BISURERBSI AFFORDING COVERAGE MAC INSURER A; ACUITY 14184 INSURED Resourcelogic LLC C/o Dale Thompson 188 TIABI DR LOVELAND CO 80537 _------ _. - INSURER B: INSURER C: INSURER 0: INSURER S: INSURER F : REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE COMMERCIAL GENERAL LIABILITY A I CLAIMS -MADE OCCUR X BIZPAK BUS LIABILITY AND MED EXP N'L AGOR�(Q'�6'T�jr LIMIT APPLIES PER: POLICY j ( PRO- JECT LOC OTHER_ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED AUTOS HIRED AUTOS AD0LSUBR BIRD unto Y Y Z43698 POLICY NUMBER IN PF 05/01/2016 t MgiEf YWPf 05/01/2017 LIMITS EACH OCCURRENCE DAMAGE TO RENTED PAEMLSPR (Pa eraarnner) MED EXP (Any one peraonJ PERSONAL 8 ADV INJURY GENERAL AGGREGATE PRODUCTS - COMPIOP AGG CO MBINED LIMIT 51000000 $ 260000 $10000 $ INCLUDED $3000000 53000000 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Par •eeidestl UMBRELLA LIAR EXCESS LIAB DED I I RETENTIONS OCCUR CLAIMS -MADE WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) It yes, describe under DESCRIPTION OF OPERATIONS below I _ NIA EACH OCCURRENCE AGGREGATE I RT TIITE I I FR E L. EACH ACCIDENT EL DISEASE - EA EMPLOYEE EL. DISEASE - POLICY LIMIT $ S S $ $ DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space is required) WELD COUNTY IS NAMED AS ADDITIONAL INSURED WITH WAIVER OF SUBROGATION CERTIFICATE HOLDER WELD COUNTY PUBLIC WORKS WEEDS DIVISION 1111 H STREET, PO BOX 758 GREELEY, CO 80632 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHO SENTATIVE ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: BIS-PAK BUSINESS LIABILITY AND MEDICAL EX- PENSES COVERAGE FORM 1. Who Is An Insured is amended to include as an additional insured: a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an ad- ditional insured on your policy; and b. Any other person or organization you are required to add as an additional insured under the contract or agreement described in paragraph a above. Such person or organization is an additional insured only with respect to liability for bodily injury, property damage or personal and ad- vertising injury caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or or- ganization's status as an additional insured un- der this endorsement ends when your oper- ations for that additional insured are completed. 2. With respect to the insurance afforded these additional insureds, the following additional ex- clusions apply: CB -7332(8-13) This insurance does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of the ren- dering of, or the failure to render, any pro- fessional architectural, engineering or sur- veying services, including: (1) The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. b. Bodily injury or property damage occurring after. (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tional insured(s) at the location of the covered operations has been complet- ed; or (2) That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another con- tractor or subcontractor engaged in per- forming operations for a principal as a part of the same project. ADDITIONAL INSURED - COMPLETED OPERATIONS AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU (OWNERS, LESSEES OR CONTRACTORS) This endorsement modifies insurance provided under the following: BIS-PAK BUSINESS LIABILITY AND MEDICAL EX- PENSES COVERAGE FORM 1. Who Is An Insured is amended to include as an additional insured: a. Any person(s) or organization(s) for whom you have performed operations if you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your poli- cy for completed operations; and b. Any other person(s) or organization(s) you are required to add as an additional insured under the contract or agreement described in paragraph a above. Such person or organization is an additional in- sured only with respect to liability included in the products -completed operations hazard for bodily injury or property damage caused, in whole or in part, by your work performed for that additional insured at the location designated and described CB -7245(5-13) in the contract or agreement. 2. The insurance does not apply to: a. Bodily injury or property damage which oc- curs prior to execution of the contract or agreement described in item 1; or b. Bodily injury or property damage that oc- curs after the time period during which the contract or agreement described in item 1 requires you to add such person or or- ganization onto your policy as an additional insured for completed operations; or c. Bodily injury or property damage arising out of the rendering of, or the failure to render, any professional, architectural, engineering or surveying services, including: (1) The preparing, approving or failing to prepare or approve maps, shop draw- ings, opinions, reports, surveys, field or- ders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. ACORD PRODUCER Pinnacol Assurance 7501 E Lowry Blvd Denver, CO 80230-7006 INSURED Resourcelogic LLC 188 Tiabi Dr Loveland, CO 80537 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDPYYYY) 03/1e/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NSURER A NAIC# Pinnacol Assurance 41190 ',sauna a ,NSURER ANSURER 0.. INSURER E ICOVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDNG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH i POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, WSR AOOL LTR NERD TYPE QF INSURANCE _ _GENERAL LIABILITY __ C0IIYERCUIL. GENERAL LIAB LIrr CLAIMS MADE OCCUR ------------ GENL AGGREGATE LIMIT APPLIERS PER ROLUCY -. PROJECT LOC _AUYOMOBR.e LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HEED AUTOS NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO A EXCESSIUMBRELIA LIABILITY OCCUR J CLn PAS MADE OEO,IC TIBLE RETENTION 5 WORKERS COMPENSATION ANO EMPLOYER'S LIABILITY ANY PROPRIETORMARTNER/EXEC.,T,UE OFOICERBARMBER EXCLUDED' ,f yes Pltase dessabe urder SPECIAL PROV,SIONS ttlov. WHOA POLICY -`UMBER POLICY E:PECTIVE P0110, FXP,RAT_OV DATErMWIDEAYYYYt DATEIMMIOLNYYY, EACH OCCURRENCE lAOS DAMAGE TO RENTED PREMISES VED EXPLM.Y one omenI PERSONAL i ADV INJURY GENERAL AGGREGATE PRODUCTS COMP/OP AUG COMBINED SINGLE LIMIT lea ABB4 NX/ BODILY TULIP`? IRV 7.13'1) BODILY A GUY . /Rae a:c+aaN; PRDPERT`! DAMAGE •PAMPR/ AUTO ONLY • EA ACCeeENT MINER 'HAN EAACCI AUTO ON -Y AGG 4124831 07/01/2016 DESCRIPTION OF OPERATIONSILOCAT1ONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CERTIFICATE HOLDER 1782213 WELD COUNTY PUBLIC WORKS WEEDS DIVISION 1111 H STREET PO BOX 758 GREELEY, CO 80632 ACORD 25512001/08) 07/01/2017 EACH OCCURRENCE ADGREOAle X; WC STAT5, OTHER TORY UM/TL EL EACH ACCIDENT $t00000 E L DISEASE - EA EMPLOYEE $500,000 .-....EI. OSSE.ABE P0iLCY LIMIT ,:.. S540.000 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO NOTIFY 1O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO NOTIFY SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE Mike Hickcox Underwriter ACORD CORPORATION 1988 CERTIFICATE HOLDER COPY WELD COUNTY PUBLIC WORK WEEDS DIVISION 1111 H STREET PO BOX 758 GREELEY, CO 80632 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. (ryltaet I b t 1103 MEMORANDUM TO: Trevor Jiricek, Director of General Services DATE: March 8, 2017 FROM: Tina Booton, Weed Division Supervisor Jay McDonald, Public Works Director SUBJECT: Noxious Weed Etp9trrer►t Bid Bids have been received from several companies for enforcement spraying for the Public Works Department. The following are my recommendations for carrying out enforcement spraying throughout the County for 2017: Herbicidal Application Class I Primary Class I Secondary Resource Logic 188 Tlabi Drive Loveland, CO 80537 Fort Collins Tree Care 301 E. Douglas Rd Fort Collins, CO 80524 Set-up charge: $ 1254175.00 Class I Regions 1: $30.00/Acre Class I Regions 2-4: $35.00/Acre Set-up charge: $ 125 - $250.00 Class I Regions 1,3,4: $50.00/Acre Class I Regions 2: $75.00/Acre * Class I is for field spraying. Chemical charges will be in addition to the labor charges.* Class II Primary Class II Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Resource Logic 188 Tlabi Drive Loveland, CO 80537 Set-up charge: $ 150.00 Class II Regions 1-4: $60.00/Acre Set-up charge: $ 125-$$175.00 Class III Regions 1-4: $85.00/Acre " 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 Class III & IV Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Resource Logic 188 Tlabi Drive Loveland, CO 80537 Set-up charge: $ 150.00 Class III Regions 1-4: $40.00/hour Class IV Regions 1-4: $45.00/hour Set-up charge: $ 125 - $175.00 Class III Regions 1-4: $70.00/Hour Class IV Regions 1-4 $65.00/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 labor harges.*`Q Saint %KJ veep/ ?- 0139 y-3-.2ot7 //-J-/7 &too�y BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW/ WORK SESSION REQUEST RE: Enforcement Spraying Contractor DEPARTMENT: Public Works — Weed Division DATE: February 28, 2017 PERSON REQUESTING: Tina Booton, Weed Division Supervisor Brief description of the problem/issue: Each year the County secures contractors to carry out the enforcement work on private lands if it becomes necessary under the Colorado State law and Weld County Code Ch. 15 to enforce on a landowner. Low bid is chosen in each category. The primary contractor is first contacted with the job. If they are not available within a timely manner the secondary contractor is utilized. Enforcement is the last option we use if all other attempts to achieve compliance have failed. The average is three enforcements per year over the last seven years. Each enforcement averages from $400 to $600. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) Option A: Accept the bids as submitted through the purchasing process and contracting with the low bidders per category. Option B: The County uses their own staff and equipment to carry out the enforcements. Recommendation: Option A: Accept the bids as submitted through the purchasing process and contracting with the low bidders per category. Sean P. Conway Julie A. Cozad, Chair Mike Freeman Barbara Kirkmeyer Steve Moreno, Pro -Tern Approve Recommendation let Schedule Work Sessioq Other/Comments: Rose Everett From: Sent: To: Cc: Subject: Attachments: Lacey Cross <Icross@hiredgun.net> Tuesday, February 14, 2017 8:42 AM bids Sales@hiredgun.net Bid Number 81700047 -Spraying Enforcement Services weld county 2017.pdf I hereby waive my right to a sealed bid Thank you in advance for your time I,dc L'y ( .r0S3 Snit's ' Mark't ng Hind{ ( iun \•'o ccd & I'; ...t 5307 l'I:: 0 Kcrsci c c 80t,44 .9)70) -R15-3)49 - OtTicv 337) 522 34813 - ('d1 I_crtst!u)himdgnnl.nrr www.ltircdgun.lid WEED &c PEST CONTROL Please consider the environment before printing this email. CONFIDENTIALITY NOTICE: This a mail and any attachments are confidential and nay be protected by legal privilege and/or are otherwise exempt from disclosure. Tf you are not the intended recipient, ue aware Chat any disclosure, copying, distribution or use of this e-mail or any attachment is prohibited. If you have received this e-mail in error, please notify us immediately by returning it to the sender and delete this copy from your system. 1 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. #B17D0047. 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 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. 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 .4l f Q..(`.,UIn t ,L) t cE C,nnirn1 BUSINESS ADDRESS %n• GL c' CITY, STATE, ZIP CODE kOrSPL 1 , Co .O(01-1 t c TELEPHONE NOqT)-� O CICI FAX TAX ID #t}J ' �Pla�l PRINTED NAME AND 1 FLE 11Gr1 C SIGNATURE E-MAIL �?Cf_C.l� (1& CAC` ()'\ J-1 S1T DATE F b rl i Ct 41 � : tl* **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 1 - 8. BID REQUEST #81700047 �_ _ Page 17 RE: SPRAYING ENFORCEMENT CONTRACT (BID #81700047) - HIRED GUN WEED AND PEST CONTROL ATTEST: thrifeltiJ d4o;A BY: BOARD OF COUNTY COMMISSIONERS WELD COU)'JTY, COLORADO Deputy Cler -j o th - Board / �_a..� Julie A. Cozad, Chair O20/1- 0s'9 2017 BID SCHEDULE FOR SPRAYING CONTRACT All spaces must contain a bid price in the units indicated. Bid Item Region 1 Region 2 Region 3 Re ion 4 Class I lt`>" 1 AciLti j�(ti J flJ) `R(d`'- fain') lb 10T- it/ It] Class II - ` t• i!.. ,l _ . ;. �� f Class III •J -t1 / PULL, . 1 4 }-i' 'C +...? i 1 jl 1.11.1 Class IV I{ L, li A_f ttl `1t..1`' I`}f'.li r ) li I i ' „ Klee ** Class I bid prices is on a pet acre rate. ** Class II, Ill and IV bid items are on a per hour rate, et -up charge per pat Liao. Rea— I L ion II R ieg-III Re ion IV ---.'-D-1-56 r' f Re �.� I `�1z�' I`�— e" Gi- Down-Time Charge: 11, 70 per hour Herbicides Dollars Quart, Pint or nce Rate 2, 4-D Amine ``- Dicamba _ 0 'j,• it'lt I n± (lull, Picloram •1,9,4.6% P1)' I t4 _001U Telar br tc . 67 .. Q, f( /Le J Milestone ZI n2- W -0/ 6Z.. 1 rat C; (,'„i, S.1 Plateau li! ni . I6 ( t 5 c 7 Q JUL) Habitat `A 9- q-`> kni- .41 in+,s dtt> Gallon 3A Garlon 4 eiv*. ..____i_ Ent �g Surfactant �r CNon-Ionic Methylated Seed Oil Surfactant PROPOSAL SUBMITTAL REQUIREMENTS: Please return the following to Weld County Purchasing via the "bid delivery" instructions described on page 4. o Complete and return signature - page 17. o Complete and return bid schedule - page 16. o Complete and return pages 20, 21, and 22. BID REQUEST #B1700047 Page 16 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. ).-kv''► L h► rAt1r tt.. 1r t' '_ 1 V ' Lt Citivl U i e_tGo.v.‘ i or C 1 t O l 1 Ct i .e flit( ,cicv1tlruttc:(1 QJ'C t e• , e , i • . 't' tl,i',.y e C ('Otilt ' . t r • (19. CCPArdi•.. t C tt,I �..ft4A(1._Ct't-NA (z 1. r',n. ktL./tits eyrl . niit ainrk (Y1utitClpa � ri t",' C r 1 t. •C`.. . } C ( Vllh4 Lt)f4 UT -.1 t U, t IA ‘f.3(-Ct . r `r 106,- 1' GYM tA. r i C1 f' ? it enc !rAY� r e,-,4•1‘ tii ,t t 1 er lYY1 rtt . -ic,Y' l.� Vs•t !1 r a< sf't ( ' 11 tcA i t.dt` C F r i4 1 i i f •t �l £ €.'r 7,,o• -r- ! . ;t* . ' i . r ^•OYN'i iC�1 (1` r .t (Li c: As �-�,� r tr -/ �7 /1l �/-' /� �/� �`u' /' � i 1r .4 .y�,.� �j i r i `ut;duc i 1 \-�� 4 AX- i l 'I Ei incco i4' 7 �� 4- f I� Lr: �11 oral (1 it a % r-si 11x• -One tf-f t Iry .t t WsiC: 1/"f! :. c,1% ., ;rt c t `'r , (i 4 {;. ;! ,� i f �,.� � t t.)0 f 1 '( Please provide contact information for at least three (3) business references. Name:(Qr'4(lirl Yt7.1(1_, 4 I a(LG: Address: 'I' -t1 f`, L ( C7 Phone:, CPI , 4• to ?Cr?'-1 '', +{. Service provided and dates: 't:it l• 4 r • t"S : sit la. r� :.ply f �1t1(tifJlyl Name: ' t Address: Phone: •, t Service provided and dates: c; Ar' (\v t(iU L1;vtd .(rdhrnt r Name: i 3 ► AA. CU,If . ress: I 1 Cr) t ' -� it -0 0 tit it ,c () %Dal °fin-3d••t-it Service provided and dates Yn(r<rf� .11atht.c�1 r rrt I Tt d�<' '� ' . l f n 4,1 - t 11 i�. 16t"^ Name:�'�tk't-\.?•f���t�t'L.''k�.(r'r1�'tnr��� �. , Address:egt tr tsf rn e.;- 1 a Mi i 11)e(V)at�Co Phone:."." ff �9Qt1� 13d. Service provided and dates:)1c. tits)2 oil CGri 141 ' c nttFir-AAl �co 1i BID REQUEST #61700047 Page 20 - .111 W9 Ray Angora 20131 knestsr east of Oho !tonally •.,...d Mamma Saf*,Cc Request for Taxpayer Identification Number and Certification Give Form to the requester. On not send to the IRS. Pnnt or type a See Specific Instructions on page 2 Nurw (as dwanm Ul -- --- ((�L�'�yi�j; ��'v iVV-""" _ ���(�k.�tµ�-yvtlaurnl � � ' , lkftinq , ,.:ip(u<Twate box Irk kdexoU an 1-..,�.,,:-;,.dCon A� _ .i e,- wcdualrsolo pr,Fv,alor L ..-,pu,;in,trt ,,,,,,,,,,P... J F'''''''''''."`..J-n.ot,,,fa,e I. __ Exemption, �.. mtruc,,,,,:r. ramnpt payee unto (il rev) _ — Lv o.,e oaLdity corovenyr raw !he lax class fi torn tGd' mauendin, S-3 corporation, F'=p3C Wersh,plIf- _ Fxompion Iran FATCA roptxWe j code Of anyll.,,,G_. :iv insbudtlonsp. El (as AWhrats (eu elxr, meals and tisl, a into Ira py cry n�mr- 44111 wadeport• w{ C�Hy1v7.�xhde.and ZpCode �� ,m P Ufa accto I o f,�{n Part I Taxpayer Identification Number (TIN) the name toe eName" ice �� iven(eSt t Enter your TIN In Tae ulppfep,tFor box. era TIle. t pF-t edeatyou $ C secustott r ) to avoid backup u4Ihh01d11p, For indlxfddM0.lMalsS^stl►lpetd aadxerltynumber (98th). However, fora mitten Won. I(1e prg huts,, ce rfaeegeKled entity. see the pert I instructions on page 3. For other ... __. _.. .___ ...t• *.da..•.a....nr1,e•ren,x.Mhal aeaNovi In(lera r opiates. It is your Imeloysr ilN on pege a Note. It the account to in more than one (lame. see the chart on page 4 lof guidelines on whose number to enter. Part II CeelitiestiOn Under penalties of parlor,/ I certify Thal 1. The numoer shown on this form Is my correct taxpayer identification number(or I am waiting fora number to be issued to me), and 2. I am not subject to backup withholding beonuse: (a) I am exempt from backup withholding, or (b) I have not been nntifiad by the Internal Revenue Service (IRS) that I em subled to backup withholding as a result o1 3 failure to report al, interest or dividends or (c) the IRS has notified me that I am no longer stabled) to backup withholding. end 3. I am a U.S citizen or other U.S person (defined below), and 4. Inc FATCA code(s) entered oil thia form )t any) Indlcaling that I am exenpl Qefdi FATCA reporting is correct. Cenlfioatlon Instructions, You must cross out ham 2 above if you have been notified by Rte IRS that you are currently suol,CI to bad or tltltfeoiding because you have 'Oiled to report all interest and dividends on your tax return. For real estate transecpofls. kern 2 does not apply gag interest paid, acquisition or abandonment of secured property, eaitcel!ation of dent, crattnt utione to an Individual retirement arrangement (ORA), and gloomily. payments other than ""Q"-"" and otvldends, you are not required to sign the certification, but you must provide your correct TIN See the tastes:eons on pees 3. Stratum of Here I u.s, persebet General Instructions Secnon(doom:. ITS In II theme Romeo Cw15 fl A oUtayasu tooled. Futwa dowIopnurnn. The lMioite appall aplpe eaMir. fa mtnmlekon *basil Faro W-9. at wivw.atfFoYMrO. Liken eette•u ttoy tiMan doodoroulienhn *Moratoria From WI Isudh as tegii4nlan t enluflad sate weirdoes('uit wit ho polled on 111Nt page. Purpose of Form A penesi ewe n legume In tofu arnta.rks ymdun Milton ton rots etaIRI resist obtain you owed tavern 414f 11104,4441 flUalkltl (tire for port. for exempla I tano Pied to ye%grins* ,rude In you n sdReietlK etplyileent card end lied party rwtwatt eanaa011Oe. reel notate h.aiseceloie. M0Y1pag11flareat yam peck eequeeen * abendeneem el snuaml p fmody. cews1Y11eMd dale, s oanlab !Mons year5Mtit Loan IRA Use Fusin W-9 oNy i ;^.x, tiro a U.'i. demon (mcudmg a •oaidenl seam. to pmnitlo y,•ur .;ar,o;l TIN to an prawn tequosilac it fuhe le sJool0II slid, when nputi• :Ade, to. I Codify that the TIN yen art dived is .:ofrocl (a you are walling for a mmbe•., to Pe issued). I. Center Out yro, we out noboal le fascia*, wMhnt tktj, or a. Clain exmnplwn tan ta.:ben +wirrkipnngk d you aro a U.S. camel Mao It ap{aeeMe, Vow nm also asttN, J that ass U.lt. pa040r4 Vow aenceie due id OM par Ina s op exxme hien a U.S. Sate n hnaewas larval lslbt0et to too Date ► wxNrtfdine lax a, torsupe perm.* shoo of otfentedy ,eixortfaudadintdril0. and 4. Certify fluff al -A .:ode(i, maned at Ca arm ,at arty) ,rxhcahxt that you ere ,eaftnIt Can Its fAWCA lepolbtq. ho 'Am.--- Nele. 11 yao are a U.S p•naat 41`41 a raiues14 ord., you • loon nth,* than Foss W • f to memo! Iota IMI, you need too° the fayrosltt s ham it,l In s,daalalltiatly ,(star to Ix. Farm WU. palniton of • U.E. parson Fre fo•hxal lax pwpn•^s. y"n etc nnendeewl ., Ii.:V person of you lie. • /Os sxevahui who n a U.S. Wenn sr U.S. nutrient alert • A promotive. eutlanaaul, rxxnfaarry, w a,pnreMtan asatal Cr adapted in tin, Ltiilod Slam^ to utnAar theatres o, the Urstat Stains, • An ostaa (Mho than **woo ,elate). Or • A animates oast (as a*ortrf m Ilefgitallaaau season 301.77^ d • h, Spada! rules for partnerships. P.rinmWeps o*t uvWUCt I %ode Is 0.101411 It the Veiled Stoma ,we yarttr•Iy foliated to pay a raedxienn lax abler sweet 1444 an any Iaagn preterit' where of otee:Daly connoted taxable memo horn snort W pries. I. either. an entree awes wham . Fuld w.�11.0 eel been r,tfepoen. Into nabs undo. section 1446 requite • pat41tltp ha presume till a peers is 4 felWdn fuaaat and pity the seiner 1446 ex ax. Thorofare, tyeti fro • µe; person met le.mornsetaIrutiterWp�i ii 41444 ax SstelO United 1114 tie. ptorxde t tarn WI to the pseriei P rind sWt1dI1R1kn 1444 wahrookWtg an your thee 4,1 peeronrrp mo e. Coal. No teo2:tlx BID REQUEST #B1700047 Page 21 COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT I hereby attest that I am the person responsible within my firm for the final decision as to the prices) and amount of this old or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm, I further attest that i. The price(s) and amount dl this bid have been ar•ived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential pn'me bidder 2A. Neither the price(s) nor the amount of this bid have been disciosed to any other firm or person who Is a alder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 28. Neither the prices nor the amount of the bid of any other iirm or person who Is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or Induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any Intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who Is a bidder or potential prime bidder on this project to submit an Intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm Is made In good faith and not pursuant to any consultation, communication, agreement or discussion with, of Inducement or solicitation by or from any firm or person to submit any Intentionally high, noncom- petitive or other form of complementary bid. S. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of matertels or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm hes not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or pals cash or anytning of value by any firm or person, whether in connection with this or any other project, in consideration for my lien's submitting any Intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7 I have made a diligent Inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated In any communication, consultation, discussion, agreement, collusion, or other conduct Inconsistent with any of the statements and representations made in this affidavit. 8. I understand and my firm understands that any misstatement In this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. r uv J( 4,t�, . 1lTi. -' ' 7,O ^ en rob. S rn to before me this (3 day of, �,1,. i; ]'4- wcn ( rz '� PAMELA BURNS NOTARY PUEIUC STATE OF COLORADO NOTARY ID 2016402864'2. MY COMMISSION EXPIRES JULY 28, 2020 l t7..,,),.() — _ �l47.',,),.(7) NOTE: This document must be signed in ink. CDOT COm:.606 1 J02 BID REQUEST #81700047 Page 22 WELD COUNTY CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR THE SPRAYING ENFORCEMENT CONTRACT (with options for 2018/2019) January 2017 for Weld County Public Works Weeds Division 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-304-6496 BID REQUEST #61700047 Page 1 TABLE OF CONTENTS The following provisions take precedence over Specifications or Plans and supplement the 2011 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications) which is to be used to control construction of this project. BIDDING REQUIREMENTS Invitation for Bids 3 Instructions to Bid 4-5 General Provisions 5-8 Insurance Requirements . 9-10 Specifications and Scope of Work 11-16 Exhibit A- Cost Estimate and Work Order 17 Exhibit B- Regions of Weld County Map.... .... 18 Bid Schedule 19-20 Experience and References 21 IRS Form W-9. 22 Anti -collision Affidavit 23 BID REQUEST #B1700047 Page 2 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: January 19, 2017 BID NUMBER: B1700047 DESCRIPTION: SPRAYING ENFORCEMENT SERVICES DEPARTMENT: PUBLIC WORKS DEPARTMENT/WEED DIVISION BID OPENING DATE: FEBRUARY 14, 2017 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: SPRAYING ENFORCEMENT SERVICES. 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: 10:00 on Feb uary 14, 2017 (Weld County Purchasing Time Clock), PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 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 information concerning this request at two locations: On the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasing/index.html located under "Current Requests". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Deliver to Weld County — 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids @ w e l d g o v . c o m . Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. 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 BID REQUEST #B1700047 Page 3 more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 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. BID REQUEST #B1700047 Page 4 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful 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.,the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will attempt to contact the bidder in order to allow the bidder to seek an appropriate court order preventing disclosure. Without such an order, Weld County will release the requested information in accordance with CORA. BID REQUEST #61700047 Page 5 C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes 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. Attorneys Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall 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. BID REQUEST #B1700047 Page 6 K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. 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. BID REQUEST #B1700047 Page 7 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall. at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any 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. BID REQUEST #B1700047 Page 8 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County 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 forthe payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of 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: BID REQUEST #61700047 Page 9 Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same 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. BID REQUEST #61700047 Page 10 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: REQUEST FOR ENFORCEMENT SERVICES SPRAYING WELD COUNTY COLORADO - COUNTY WIDE PROJECT LOCATIONS I. Purpose Weld County is soliciting bids from qualified consultants for contractual services of private parcel spraying in Weld County. 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, herbicide treatment may 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 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 the Contract and the Board of County Commissioners. Any price adjustments will be considered at the end of each year this contract represents. Any price adjustments must be justified versus an appropriate cost index and be consistent with regional trends. Price adjustments will not be implemented without final approval from Weld County. Weld County reserves the right to re -bid this service if any cost increase is not justified or consistent with regional trends. BID REQUEST #61700047 Page 11 IV. Enforcement Specifications A. Areas to Be Treated All areas to be treated under this contract shall be within the unincorporated portion of Weld County as established by Section 35-5.5-109, CRS, or within municipality boundaries with written approval from the municipalities governing board. B. Class I Herbicide Classification Class I is field spraying. The minimum equipment required is a truck or pick-up mounted sprayer with a minimum tank capacity of one hundred (100) gallons. Sprayer must include a boom with nozzles spaced according to manufacturer's specifications and capable of delivering a minimum of ten (10) gallons per acre with a minimum swath width of fifteen (15) feet. C. Class II Herbicide Classification Class II is handgun applications. The minimum equipment required is a truck or pick-up mounted sprayer with a minimum tank capacity of two hundred (200) gallons. The handgun attachment must be capable of delivering a minimum of fifty (50) gallons per acre and having a minimum of 100 hundred (100) feet of hose. D. Class III Herbicide Classification Class Ill 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. Materials and Equipment The Contractor shall supply all materials and equipment including, but not limited to, herbicides, water and sprayers 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 4.0 lb. active ingredient per gallon 2. Dicamba 4.0 lb. active ingredient per gallon 3. Picloram 2.0 lb. active ingredient per gallon 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 BID REQUEST #81700047 Page 12 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. Herbicide Application Record The Contractor for herbicide applications 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. I. 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. 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 BID REQUEST #61700047 Page 13 J. 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. K. 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. L. 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. M. 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. 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. BID REQUEST #61700047 Page 14 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) 400-3770 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 re -treat (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 Please see Section 6 on Page 9 BID REQUEST #B1700047 Page 15 2017 BID SCHEDULE FOR SPRAYING CONTRACT All spaces must contain a bid price in the units indicated. Bid Item Region 1 Region 2 Region 3 Region 4 Class I Class II Class III Class IV 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 Down -Time Charge: per hour Herbicides Dollars Quart, Pint or Ounce Rate 2, 4-D Amine Dicamba Picloram Telar Milestone Plateau Habitat Garlon 3A Garton 4 Non -Ionic Surfactant Methylated Seed Oil Surfactant PROPOSAL SUBMITTAL REQUIREMENTS: Please return the following to Weld County Purchasing via the "bid delivery" instructions described on page 4. o Complete and return signature — page 17. o Complete and return bid schedule — page 16. o Complete and return pages 20, 21, and 22. BID REQUEST #B1700047 Page 16 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. #61700047. 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 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. 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 CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE FAX TAX ID # E-MAIL DATE **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 1 - 8. BID REQUEST #61700047 Page 17 Exhibit A Enforcement Services Contract Cost Estimate and Work Order Herbicide Spraying Mowing Contractor: Fax #: Please be advised that Weld County requests a Written Cost Estimate on this form, and Notice to Proceed on the following project: Landowner Name and Address: Property Parcel Number: Legal Description: Targeted Species: Visible evidence of prior treatment: Bid Item Item Description Bid Costs Acres Quart/Pint/Oz. Hours Current Job # Acres Current Job Est. Cost 1 Class I Mowing 2 Class II Mowing 3 Class III Mowing _ 4 Class I Spraying 5 Class II Spraying 6 Class III Spraying 7 Class IV Spraying 8 Herbicide 9 Herbicide 10 Surfactant 11 Down Time Subtotal: Extra Items Region 1 Region 2 Region 3 Region 4 Set -Up Charge** Total Estimated Cost: Contractor's Signature: Date: Actual Start Date and Time: Actual End Date and Time: County Weed Division Supervisor: Date: Herbicides: 1. Trade Name 2. EPA Registration # Application Rate Trade Name EPA Registration # Application Rate Temperature F Wind Direction and Speed MPH Soil Condition: Wet Dry Cloud Cover BID REQUEST #B1700047 Page 18 Exhibit B Regions of Weld County t ,e47w a644' /UP-, #244/40 43u 121.7u /4/•.; 7.7?, -A1 -7-7/ 41 0 7-77A Tg'N FLou ,2 J gala /2.01w 2544, 1 ....... .r .ra .4,,r rF aMrr 268L' �c7w /tom "a,esl� ..Ri.rW ",e63L. a1,26.4., 1y/w --ilei alco 1- noimnrOf Tia UCIOM �2- N011113 r1 Tia =nom x/33-- BOUTI�*/T TED ,,01021 r0UltezarT IUD - •- 77/.4 .. —.— 770.✓ • mN WELD COUNTY mu,uHomft �N .. r BID REQUEST #B1700047 Page 19 Experience and References Please provide a brief description of your experience with spraying or mowing. Include years of work, types of projects worked on and any other pertinent information available. Describe equipment to be used. 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: _ Address: Name: _ Address: Phone: Phone: Service provided and dates: Service provided and dates: BID REQUEST #61700047 Page 20 Form W-9 (Rev. August 2013) Department of the Treasuy Internal Revenue Service Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. a uF Name (as shown on you income tax mitten) Business name/disregsrded entity mine, if different from above Check appropriate U Individual/sole ElLimited Fabdity box for federal tax classification: proprietor ❑ C Corporation ❑ S Corporation 1 Partnership ❑ company. Enter the tax classification (C, --C corporation, S_S corporation, P=partnership) ► Trust/estate laExemption Exemptions Exempt payee code (if any) (see instructions): code (if any) from FATCA reporting III Other (see instructions) Address (number, street, and apt. or auto no.) Requestds name end eddies, (optional) City, state, and ZIP code Lot account number(s) here (option:rll P;irt I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" line I Social *awrbl mambar to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter. 1 Employer idenMo•tion number Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me). and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of afailure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S. citizen or other V.S. person (defined below), and 4. The FATCA code(s) entered on this form Of any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out Item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return, For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property. cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than Interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. Sign Here SignaAr• of U.S. persona. Date ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future rtwlopmesnts, The IRS has created a page on IRS.gov for inkxrrieeun about Form W-9, at www.irs.gov/w9. Information about any future developments affecting Form W-9 (such as legislation enacted after we release it) will be posted on that page. Purpose of Form A person who a required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, payments made to you in settlement of payment cord and third party network transactions, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contnbutiors you made to an IRA. Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you we giving is correct (or you we waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your elocade share of any pprhwship incase from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income. and 1. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt tom the FATCA reporting, is correct. Nola If you are a U.S. person and a requester gives you • tarn oerer than Form W-9 to request your TIN, you must use the requester's form if it is substantially Minder to this Form W-9. De inilen of *U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association seated ix organized in cite United States or cider the laws of the United States, • An estate (other than a foreign estate). or • A domestic trust (as defined in Regulations section 301.7701-7). Special rules for pertnerahips. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners' share of effectively connected taxable income hum suds business. Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the pertnershp to establish your U.S. status and avoid section 1446 withholding on your share o f partnership income. Cat. No. 10231X Form W-9 (Rev. S-2013) BID REQUEST #B1700047 Page 21 COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT 1OJF.CINO L(SC:AI ION I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1, The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to retrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high. noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered. promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I have made a diligent inquiry o1 all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. ' c,nrraNne3 limn or :ompany name By Cale Da,. ,nn ccnrrglors nrrn or ccrnpeny nano ;it icing venture 1 dy Gore i AI Sworn to before me this day of, 20 Noisy Pu5I,c My cr'rrirnr;:aun :;xprres NOTE: This document must be signed in ink. COOT Form x606 1102 BID REQUEST #61700047 Page 22 co O O 0 ›,� 09s, cc -a a =ti m Vo3) �r E ° 0 mo o Ce z 5 m N O M' 2 88 J O m mcutoME 3�LULu w W D O a- (0 4) A R d N 0 a U) 'C W C V d d 4) z to >- Z O N W> 0 V0 mw = � a 06 u z W 2 No W HI oU re OW N en - x N(A NN W } co ' - 0 mu J m U -IN cra m). LL w�Dv a'o W Li -~-0 ' ' LLI ti o O Z T Q 0 mI-Z 2 ; OwcOwO -zwa oWom0_a co co J U z 0 w W a w U a 0 z w W w m D o wwD06 wQ000 0VOIN 00I1N- a Q=o7;, QQooTo- 00 o o O n 00 o 0a n 6LM6MCU# tn�N-(0A (i} 69 i C tol- C 0 0 — — ___ WCWU) E Xwww S' 55 0000g UUUU rn NNNNm Z Z Z Z v Z Z Z Z 0000 g 0000 a 0305 550046 W W W WW W W Wol wwD 0 wWDDO • O0OON tt0 006 QQ==' UQ==r 00 O o 0 °-(56 0 IO CI p 0 0 II M00)-- m -tats wwww a C0(W 2 0000 ) 0000g r r r r M M M M Z Z Z Z v Z Z Z Z 0000 g- 0000 g 5005•- 005046 W W W W N W W W W O 5 O _ O0 W=O i W:5-0 m c OF=D 'A M J **DOWNTIME CHARGE FOR ALL REGIONS IS $45.00/HOUR** HERBCIDES CO J J 0 I-HWceHHI--I- I•-WeUQ-\OC-HH X Q Q Z D Q Q Q Q W W a»>a»»¢Q DOOO-aaaa» O 0 O ` 1` On 0 0 0 "` a a Cn C(n noN.0(LnOLnN00 NinO00NMNLo .h C CO U Y 4)0 O) u) U m c.7= �. =o4) m Z 2 O O) r z Q 65 w0 1- 5u)y li W (005 zW w w w• U a O p Z w W � 0 0 Z� gJ amN. sae 0 z.° CN OP"'n Q CeQ m Cl) w C.) w U) O u) U) N J U 0 Z O E5 Lu Cr cc W a w U 2 a re 0 Z W > re w WCepo WW'W=D0 OOO2`r' 0001=`n a a \\ 6- r OooQt� QDooc1 0 o o 0 (?' oco 0 ee,U ft C au, 69. , o o > v► __>•5 U) 55582 5555- O 000g 00008, 3t4t3t4tt 4444 3t ZZZZ ° ZZZZ 0 OOQQ 0000- 0000 -- 5500 -. w w w w N w w w w o ww�Lo re D UUZOu 2 • `000� 0 0 0 o u o ui ui ri5 cc) tffelUit c I ' ' O _E — 0) WU)�/��� /) W VJ u) gJ�g O 00021 zzzz o O OOQ g 0055.-. wwww w cc cc cc S U) W a- 06 O w Co W co 0 O • z w a O c' = Y`43 w �o�o CCce000 U9==VV Z5 U* 0 0 0 O ui Lri (oCi C4 *CI --==—'rn � (r) cn555 4- C N NCA V/ L U U U 0 0I ((�� ` *k # # t ZZZz v _00__0_0 g- 0000. wwww **DOWNTIME CHARGE FOR ALL REGIONS IS $50.00/HOUR** HERBCIDES U) ce J -J 0 zz Uww a 00 f 1--zDzZZjZ<< zzE0»E06:0 0 -o8Q-0000in N'COCDoin000DCD. �63�ta CV CV VI69. EC4 04 S c ca C= ac w w o w ce O aOO10 atooui `n Q 2 Q000 Q�o6ER 0000 �� o��o il OO'N u7coma OOD O ' ' _O = = — a) —_ � O) z O w❑ Vo 5w rea V)045 W w W a O Ill Z W 0 Z� J Q. O O O 15). I-2* N WHO a a Z Ww- W❑m N W U 0 os z wO CO 5 Z� <W a m (U a 0 Z W J CO CO OD O L OD U) U 55gg2 5555 4-8 00008, UUUU rn ##42 44442 Z Z Z Z v z z z Z v OOOQ a OO_OO - 5 0 5 3 •- 5 3 5 5 w w w w a) w W w W W 0 Ln uj arQ�aOOa,r, = O U = 2 n oo°oER Q000r 0000u oCD oo0 co te512 53 55 a 2. vt fA ER C (R o I ==>'vrn ==>'o) U00UD '- 0DCOC)(n 55552 55552 UUUU p) 0000 rn r r r r M r) r) 0,L _ *k �# k k s k *k *k *k ❑ Cl) ZZZZ° ZZZZ 1 « OOOO 0000 a w w w w 4) w W w W O O a a a a % ctxce C3 W U N W Lo WWOCO 'V O z5 o co 0Cn0 UQZ� ii I —O a w O Ore 0 LL LL HERBCIDES NN NNNNNN NOON000000N O N N O N N N Cl N N N CO CO M M VI VI M M N M o u, o O o O O o o M 1nor-00000000 �Oao0tfi0 triLOLOQ0 OD CV NOD('7rNv- ER EREfkEaEREREREREREa z 0 co 0_ I- 5 (1) � tL • 06 LAJ I— 0 W� va w o O W• w W � 00 z } U J • IL O oz~ LL w CO W Q q eon WW_ a wain I) 0n aJ WV 5 e8 w0 N CD La Z� 4 W a a W (no iE a a Z W w Li wee E)- 2ceDD°3 CC a iu • U Q0�cr° oo00zN Q�=�M QQ= N CV .cq . II MM�� II Nr• O(0 M0) big 4t d9 to c r , C i _ ' O d9 ' O • _ _>.5) =_->.0) 00 00 07 !/) 2 (n U) 00 U) N U) U) U) (0 L (7 U) U) U) '- 5u) 5u) Jg�J4-8 O 000g OOOO(8) ZZZZ U ZZZZ u O 000 g- 0000 a ___ wwww w W W W W a) W D- M n, W D D 0 o 9OO°`035 UU00ci <<=2N QQ2=.-- LU00�(�9 °cow °o y} • O a O II N ti LU O II raiot°6, ariv�M �ra°o k CVO t rfl� ,moo .�' ' o )cn cn u) 2 U)U)U)(/ 2 U)coCoU) i U)U)U)U) 555.-- 55592 O 000g 0000 a) r • co co co M iirs %i#4'i*kt #*k k k c zzzzo zzzzo O 000 a OOOO O O O O 0 0 0 O- w w WW a) wwww a) CLcaCL(I) CLCLCert) J O Q r I — ▪ ac c9 W N • �Q O ▪ z O Z W Z c _a5 IZO cA co r **DOWNTIME CHARGE FOR ALL REGIONS IS $63.00/HOUR** HERBCIDES 40 ce J J a N I — Z Z 0WW O 000 zz00000 QZp2 zzzDDD DDzzzzz Q OOOOOOOOOOO DDDDD0-JQre O � nrn n„dogcor—r 0co Zavl. rInM eL NrvNrh-NM ,,•, za r�i vi c�i (� W r� cti c�i ti c�i O }C0QOU) ,t _clioz )- 15 ,(1)O000 in = a= I I ( O W•=_ CO to CO 0A 0n 11 "0 COU)000 RS CD a� CO OOOOO •_ _U N JJJJJ < E c �..`") oo—f°, 0000000 0 L "Ca mow° O o cw 00000 coon To' ��v_0a) COMIXICOCCI NOaCL" 2a=OO W W W W W rN M4 aCDl-000)�� ===I= ,o16-msk BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW/ WORK SESSION REQUEST RE: Enforcement Spravine Contractor DEPARTMENT: Public Works — Weed Division DATE: February 28. 2017 PERSON REQUESTING: Tina Booton, Weed Division Supervisor Brief description of the problem/issue: Each year the County secures contractors to carry out the enforcement work on private lands if it becomes necessary under the Colorado State law and Weld County Code Ch. 15 to enforce on a landowner. Low bid is chosen in each category. The primary contractor is first contacted with the job. If they are not available within a timely manner the secondary contractor is utilized. Enforcement is the last option we use if all other attempts to achieve compliance have failed. The average is three enforcements per year over the last seven years. Each enforcement averages from $400 to $600. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) Option A: Accept the bids as submitted through the purchasing process and contracting with the low bidden per category. Option B: The County uses their own staff and equipment to carry out the enforcements. Recommendation: Option A: Accept the bids as submitted through the purchasing process and contracting with the low bidders per category. Sean P. Conway Julie A. Cozad, Chair Mike Freeman Barbara Kirkmeyer Steve Moreno, Pro -Tern Approve Recommendation MF X Schedule Work Session c&: 16) �C a-9-�7 Other/Comments: ,e0/7- 0539 6&Oo74 MEMORANDUM TO: Trevor Jiricek, Director of General Services DATE: March 8, 2017 FROM: Tina Booton, Weed Division Supervisor Jay McDonald, Public Works Director SUBJECT: Noxious Weed E ment Bid Bids have been received from several companies for enforcement spraying for the Public Works Department. The following are my recommendations for carrying out enforcement spraying throughout the County for 2017: Herbicidal Application Class I Primary Class I Secondary Resource Logic 188 Tlabi Drive Loveland, CO 80537 Fort Collins Tree Care 301 E. Douglas Rd Fort Collins, CO 80524 Set-up charge: $ 1254175.00 Class I Regions 1: $30.00/Acre Class I Regions 2-4: $35.00/Acre Set-up charge: $ 125 - $250.00 Class I Regions 1,3,4: $50.00/Acre Class I Regions 2: $75.00/Acre * Class I is for field spraying. Chemical charges will be in addition to the labor charges.* Class II Primary Class II Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Resource Logic 188 Tlabi Drive Loveland, CO 80537 Set-up charge: $ 150.00 Class II Regions 1-4: $60.00/Acre Set-up charge: $ 125-$$175.00 Class III Regions 1-4: $85.00/Acre * 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 Ill & IV Primary Class III & IV Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Resource Logic 188 Tlabi Drive Loveland, CO 80537 Set-up charge: $ 150.00 Class III Regions 1-4: $40.00/hour Class IV Regions 1-4: $45.00/hour Set-up charge: $ 125 - $175.00 Class III Regions 1-4: $70.00/Hour Class IV Regions 1-4 $65.00/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.' Rose Everett From: Sent To: Subject: Attachments: Dale Thompson <resourcelogiclic@gmail.com> Monday, February 13, 2017 2:09 PM bids Weed Enforcement Contract Weld County Bid Feb 2017.pdf Attached is my bid proposal for the weed enforcement contract. Bid Request #B1700047. Thanks, Dale Thompson ResourceLogic, LLC 970-629-9979 WELD COUNTY CONTRACT BID PROPOSAL FOR SPRAYING ENFORCEMENT CONTRACT BID REQUEST #B1700047 Submitted By: ResourceLogic, LLC Name and Title of Contractor: Dal Tho „s•n, owner Signature of Contractor: I hereby wave my right to a sealed bid Date Signed: February 13, 2017 Bid Item Region 1 Region 2 Region 3 Region 4 Class I n Class II 5 5 S Class III 4- n Class IV 4 ) C ** Class II, III and IV bid items are on a per hour rate. Set-up char par parcel: Rglo j Region 11 Region III pion IV as 1 1 7 .S} Down -Time Charge: L5 per hour Herbicides Dollars Quart, Pint or Ounce Rate 2, 4-D Amine S Dicamba 4.68 Picloram .Ft .75- trf r Teiar .2.O.0O l,P Milestone 1 0 L rt. Plateau ,�d p Li Habitat 0 0 4 T l(4 Garlon 3A / • C t V 4! Lime Garlon 4 Non -Ionic Surfactant Q ° Ft41. Methylated Seed Oil Surfactant �. Lila r-1' esoHrrr‘GoltGl GCC PROPOSAL SUBMITTAL REQUIREMENTS; Please return the following to Weld County Purchasing via the "bid delivery" instructions described on page 4. o Complete and return signature — page 17. o Complete and return bid schedule — page 16. o Complete and return pages 20, 21, and 22. The undersigned, by hls or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth BID REQUEST #61700047 Page 16 in the request for proposal for Request No. #91700047, 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 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. 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 tronr%eZio t3 / CITY, STATE, ZIP CODE 4.0 tie O rtj / Co' c Dcy7 TELEPHONE NO FAX / TAX ID# y -/'S O�I7?-- PRINTED NAME ANJ�TL/aY�G �hoNl�sdr! oGUytc r SIGNATURE E-MAIL 7eourcCUa/r.i e(a/ 6 ?plod 4GOtr. DATE 02-- Z3 -ao17 **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 1 — 8. Exhibit A Enforcement Services Contract Cost Estimate and Work Order BID REQUEST #B1700047 Page 17 RE: CONTRACT ID #1101 SPRAYING ENFORCEMENT CONTRACT (BID #B1700047) - RESOURCELOGIC, LLC ATTEST: U $ .z0;€ rk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO 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. �L. Im et 3 ( Yee,r5 _x rerienee W2 f4 Wee/con/we_ t ir+oW'hr7. .�/qtie 1aec� eicceiS&Ja5 ComnerciaCa,pl Ica for far 2O/Bar5_ CL,eri/1 havei7i(64,k/ (oaf/Yn/hlnkr 7rot vr,L?1nIiinip.; /,t4/1,./rc.sI ti 1.45t lans%tscfiani RLA1 GISFS, (PW1 and (ataf ,frc u[. /cAnJowherit E9aiferierfra ell u5!cLnCLMJr5; Zro' Dec NI; ierIN/ 14 109,414 -foi4,r boon9Lcjc hs22Les ctn,( (ioSe/A*tit.", ftmcfoa-YrnonnI<J aoo94T,L Yank eoa/nLeS5naz2zrir loaf! 4/51444ttff 01 ; 7.`≥ /-/i' Li off) 7'nss/ar' 6 Et Va'fgr/ 241ower Please provide contact information for at least three (3) business references. Name: CeC 'r' ` 4$t acaiar!> Address - Phone: Service provided and dates: /.erh 1Fn4Gn.d_seeds/a moat - ante-. Name: Da v'S M// Fain (Lc Address: / c iAn Son , p rru€g (,i A/Ca� Phone, glee -G21 61-45 Service provided and dates: l#jrccl lan /r'L cf n: 5 retli q�f. Qo?oft. Name:Ovela od�eal/M10"4eg e,G +agAed Address: h44.1 ) amain £ 1 Zeinga4J C4' $e579 Phone: g 70 -lb i .47142 service provided and dates: Watt! ion /rd ;ilium/ r4 Qeat na/f4..,e/ Name: EGK%,J 1?0,0•764esprPird Address: 8 / (1 2 ger S'4 ble , en 4/1.g4 Phone: q7, -274 .3'I)o Service provided and dates: Weed ran tri/, Soli -,.)a BID REQUEST#61700047 Page 20 r• f :°e•r Denenrher 3014) OoDartrr nt Of the Treasury Infernal Revenue SuNICe c, A a N a u a City. slate. Ind ZIP cafe - 9 Request for Taxpayer Identification Number and Certification f Name (as shown un your income Nu return). hams 4 ret)ueed 2r. thre line: do .not leave Ihia fi-ra Malik ALAN D THOMPSON 2 Sinuses n no/obroyydetl entity name, d Moroni hurt otiuve RESOURCELOGIC, LLC Give Form to the requester. Do not send to the IRS. 3 ;flack appropriate box l0, federal tax Clessitkallon: chock only ono at the fofOwing seven bolter 0 Indivrduellaoie prcpnetor a ❑ C Corporation ❑ S Corporation P single- member LLC 0 artnershl P ✓❑ Limited sabss y company Enter the lax cleesiricarion (C=C corparatiar, S -S comoratidit, P -partnership) ► ❑ Trust/estate Note. Far a single-rnember LLC that is disregarded. do not check LLC: check the appropriate box in the ins above for the tee classification of the single -member owner. 0 Other (see wetruclionp ► 5 Address (numberstreet, and apr c, suite no., 188 TIABI DRIVE LOVELAND, CO 80537 7 Us! accourt numWma) hero (option 4 Exemptions (codes sooty oln), to certain entities not individuals; see Instructions on papa 3): Exempt payee code ht any) Exemption from FATCA repotting code (if any) Ace 01 us ecaon, +. ••.a•.+..s c•yia. vie u S ) Rerueefeel rain. and *damsteptfaaq Taxpayer Identification Number (TtN) Enter your TIN :0 the appropriate box, The TIN provided must match the name given on line 1 to avoid backup withholding- For individuals, this Is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities. It la your employer Identification number (EJN). If you do not have a number, see How ro get a TIN on page 3. Note. If the account is in more than tine name; see the instructions for line 1 and the chart on page 4 for guidelines on whose number to enter. Part II Certification Social security number or renepeoyer identification number E 4 5 n 4 7 2 Under pe^allies of perjury, I certify that; 1. Tile cumber shown on th s form is my correct taxpayer identification number (or i am welting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service ORS) that I am subject to backup withholding as a result of a failure to report ail interest or dividends, or (c) the iRS has notified me that I am no longer auoiact to backup withholding; and 3. I am a US. citizen or other U.S. person (defined below); and 4. The FATCA codefsj entered on this form (if any) Indicating that I am exemo Certlflcatlon instructions. You must ctoas OW item 2 above if you have been because ycu have lai(ed to report all Interest end dividends on your tax return interest paid, acquisition or abandonment of secured property, cancellation of generaly, payments other than interest and • you required to instruct.ons on page 3. Sign Here S'gnature of U.S. person ► .sj General Instructions Sac Ili,.. r rIernn-vs are to Via Interrai Revenue Code ;inlets& ott•envlse rated Enure developments Intormetton abotl aeveldpmams affecting Form W-9 (such ogis:arcr a^ache(' after we resase d) i5 et www.ra. gov/rw9. t from FATCA reporting Is ccnact. notified by the IRS that you are currently subject to backup withrtorain; For reai estate transactions. item 2 does not apply. For mortgage debt. contributions to an individual retirement arrangement (tRA) arc sign the certification. but you must provide your correct TIN. See Ire Purpose of Form An ndividual or entity IFom W-9 requester) who la leivred to tee an information return with the tFiS muar Obtain your '.erred taxpayer tdentotcalion number MN' whiert may be your sorest security numbs& (S9N). vrdivxlusl taxpayer identn,cation number (fTtNf, adoption taxpayer identMcatkm numaer (ATINI, or employer roeniinCeUar nurnbee (EIN). to report on an Intermallon return the amorist Oa'r! Io you. cr olher amount reportebte on an Infnrmatlon return. Eeamptes rat information returns 'ndude. but are not limited lo. the !Wowing. • Form 1095-INT yntereat earned c -pate) • Form 1099 -Lev ;dividends, Irciuding ;nose from stocks or mutual funds; . Perm 1099-MISC (varitws types of income, pri=es, awards, Or arced proceeds) • Fenn I CB9-B (stock Cr mutual fund ayes and main other transactions by brows) • Form 1399•S (prrx:eeds eon- real estate 1raneaafions) • Form :399-I4 {merchant card and IhIro party network traitsactidns) Dete► 'f g -,;2-1/7 • corm 1055 (home mortgage rrte rasp. 1C98 -E (stadart.05r' Interest), 1098.1" 'tuition) • Form t0B9-C (canceled debt) • Form 1099-A (acquisition o- abandonment of aecureu pr0i'er1y1 Use Fond W -9 only if you area U.S. person (mowing e resident ether. to provide your cwtect TIN. If you do not !arum form W-9 to the requester wife a rim, you 'cupric be nubiecr to backup withhordrn9. See What is ttatkup wimhdding9 on Pape 2. By signing the fined -nut form. you: 1. Gorily Moot the TIN you era giving is oarrac! (orynu ars wetting for a number to be :sated), 2. Canty that you are not subject to oaekuo withholding, or a. Ctakn (xomplion from backup w5ruondtn9 tf you we a US. exempt payee.:' appl.cabla. you are also certifying ;het as a U.S. person. your tuloca010 snare of any OannemMo ,ncotn a from a U.S. tredo or badness is cwt St M7(ec! to the w,thhotdine lax on foreign partners @hereof etfeCtivey connected income, end -I. Certify that FATCA cadets) amanita On this form (if enyl Indicating that you a'd exempt tarn the FATCA reporting, Is correct. See Wirer Is PATCA reporrMg7 on page 2 for further Iriforrnation. Cal No. 10231K Form W-9 1095, 12.20141 ADDENDUM#1 BID REQUEST NO. B1700047 SPRAYING ENFORCEMENT SERVICES Public Works Dept. Page 14 reads as follows: M. 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. Should now read as: M. 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. ""Please sign and email back to Weld County Purchasing to bids(alwetdoov.com . You can fax it back to 970-336-7226 also. We need signed copy on fife. Thank Your" Addendum received by: ffgs'agreaLlici GLC FIRM /88 774k iOt-r✓c ADDRESS l n ✓eln nil Co $ cc3 7 CITY AND STiATE e7.4.Mer TITLE February 7, 2017 COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT t 7 .o pd 7 We Z,J Con,, ty I hereby attest (het I am the person reeponsible within my firm for me final decision as to the price(s) ano amount of tits bid or, if not, Thal i have written authorization, enclosed herewith, from that person to mdse the statements set out below on ha or her behalf and on behalf of my firm. I further attest that 1. The pricers} and arnor.nt of true bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other Ilrm or person wno s a bidder or potential prime bidder 2A. (either the vrloets} nor the amount of this bid have beer disclosed to any other firm or person who Is a bidder or potential prime tickler on this protect, and wfi not be so cis, ioseo prior to bid opening. 28. Norther the prices nor the amount of the bid of any other''r-n or person who Is a odder or potential prime oldder on this project have been diScios ci to me or my firm 3A. No attempt has been made to soegl, cause or induce any firmer person who is a bidder or potential prime bidder to refrain from brddinp on this project, or to submit a bid higher than the bid of tnis firm, or any intentionally high or non- competitive aid or other form of complementary bid 39 No agreement has been promised or solicited for any other firm or person who is s bidder or potential puma prdder on the protect to submit an mtentlon . h' high, noncompetttrve or other form of complementary bill on INS project. 4 The old of my firm re made In good faith and not pursuant to any consultation, communication, agreen,nt or discussion with, or Inducement or soficitstion by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered Into a subcontract or agreement regarding the purchase or sale of materials or services from any flan or person, or offered, promised or paid cash or anything or value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to retrain from bidding or to submit any urtenttonaty high, rOncompetltNe or other form of oomplementary or agreeing or promising to d0 so on this project. 6 My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project In consideration for my fIrm's submitting any Infentbnaiiy high, noncompetittve or other form of complementary bid, or agreeing or promising to do so, on this project, 7 I have made a diligent inquiry of ail members, officers. employees, and agents of my firm with responstbrfeles relating to the preparation, approval or submission of my lirmS bid on this project and have been advised by each of them that he or she has not participated In any cormnunlcatron, consultation, discussion. agreement, collusion, or other conduct inconsistent with any of the statements and repreaenlaltons made in this affidavit B. I understand and my firm understands that arty misstatement Jr this affidavit Is and shall be treated as a frautl,,ie t concealment from the Colorado Department of Transpartahcn. of the true recta relating to submission a! bias 'or ;r.s contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOr o DEGREE. AND ANY OTHER APPLICABLE STATE OP FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS COO., VENT ARE TRUE AND DCCi1PLETE TO THE BEST OF MY KNOWLEDGE oe QWj7t°r 50 sworn to before rude this C;jJ C I day of. I,: c.b 20 I NOTE. This document must be signed In Ink. BID REQUEST #81700047 KELLY TROY NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20104056094 1ltyrrst;'tiezit, ..pier-, j:fJi C'♦ 19 `91$ coon rum 'tc4 . Page 22 eSakrCeLolrci GI -C CERTIFICATE OF LIABILITY INSURANCE DATE`""woor"") 03/16/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terns end conditions of the policy, certain policies may require an endorsement. A statement on this corttflcate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Weedln Agency, Inc. 1601 East Eisenhower Blvd. Loveland CO 60637 CTACT PN).970.667.2145 I jA,AI •970.669.9296 A� ,se, heatherflweedinagency.com at$URLRL$IAFFORDING COVERAGE NM! INSURER - ACUITY 14184 INSURED Resourcelogic LLC C/o Dale Thompson 118 TAB' DR LOVELAND CO 80637 INSURER II : INSURER C : f INSURER O: F INSURER E INSURER E,... I ERTIFICATE NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. y� LTrr i TYPE OF INSURANCE ADDLISUIRRI NMI L [�� INNn POLICY NUMBER T�J��J(p LIMITS A COMMERCIAL GENERAL LIARKJN P j OCCUR LIABILITY Y Y Z43698 0610'11101. 1 + I J 06!01 /2017 ,, EACH OCCURRENCE 0000°00 CLAIMS -MADE DAMAGE TO RENTED (Fa PEED 260000 I X ,� BIZPAK BUS Exp ( r. p'w,) MED ExP {MY txw vlvt+ml ; 10000 ,` G!WL I A AND MED EXP PERSONAL a ADv WARY I INCLUDED AGGREGATE LIMIT AP S PER' POLICY PRO- ,'PUE �J JECT I I LOC OTHER GENERAL AGGREGATE 13000000 PRODUCTS • GQMPIQP AGO s 3000000 $ AUTOMOBILE W LILfTY _� SCHEDULED ` 1 NON -OWNED —.� AUTOS i * ' I I ' ' COMBINED SINGLE LIMIT CFA grandam) f BODILY INJURY (Poe person) f BODILY INJURY (Paraccident) $ PROPERTY DAMAGE 'Par =cattalo f S UNaRELI A LUIS I� OCCUR EXCESS LIAR t i CLAMS -MADE ,_AGGREGATE I EACH OCCURRENCE S f 1 DELII RETENTION f $ WORKERS COMPENSATION AM) EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERMIIEEmER EXCLUDED (Mandatory yla NH) DESClSicisecnbs under PT1OON Of OPERATIONS Was NIA i : ; PER I OTH- - STATUTE • i_ER E L EACH ACCIDENT 1 E L DISEASE - EA E.4RLOVEE f E L DISEASE - POLICY 11YR 5 j r DESCRIPTION OF OPERATIONS f LOCATIONS I VEHICLES (ACORO 101, AQditbne' Remake Schedule, may be attached If more space is required) WELD COUNTY IS NAMED AS ADDITIONAL INSURED WITH WAIVER OF SUBROGATION CANCELLATION WELD COUNTY PUBLIC WORKS WEEDS DIVISION 1111 H STREET, PO BOX 758 GREELEY, CO 60632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZE ., E ' -_- SENTAT1V E © 1988-2014 ACORD CORPORATION. All rights reserved ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: BIS-PAK BUSINESS LIABILITY AND MEDICAL EX- PENSES COVERAGE FORM 1. Who is An Insured is amended to include as an additional insured: a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an ad- ditional insured on your policy; and b. Any other person or organization you are required to add as an additional insured under the contract or agreement described in paragraph a above. Such person or organization is an additional insured only with respect to liability for bodily injury, property damage or personal and ad- vertising injury caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or or- ganization's status as an additional insured un- der this endorsement ends when your oper- ations for that additional insured are completed. 2. With respect to the insurance afforded these additional insureds, the following additional ex- clusions apply: CB -7332(5-13) This insurance does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of the ren- dering of, or the failure to render, any pro- fessional architectural, engineering or sur- veying services, including: (1) The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. b. Bodily injury or property damage occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tional insured(s) at the location of the covered operations has been complet- ed; or (2) That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another con- tractor or subcontractor engaged in per- forming operations for a principal as a part of the same project. ADDITIONAL INSURED - COMPLETED OPERATIONS AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU (OWNERS, LESSEES OR CONTRACTORS) This endorsement modifies insurance provided under the following: BIS-PAK BUSINESS LIABILITY AND MEDICAL EX- PENSES COVERAGE FORM 1. Who Is An Insured is amended to include as an additional insured: a. Any person(s) or organization(s) for whom you have performed operations if you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your poli- cy for completed operations; and b. Any other person(s) or organization(s) you are required to add as an additional insured under the contract or agreement described in paragraph a above. Such person or organization is an additional in- sured only with respect to liability included in the products -completed operations hazard for bodily injury or property damage caused, in whole or in part, by your work performed for that additional Insured at the location designated and described in the contract or agreement. 2. The insurance does not apply to: CB -7245(5-13) a. Bodily injury or property damage which oc- curs prior to execution of the contract or agreement described in item 1; or b. Bodily injury or property damage that oc- curs after the time period during which the contract or agreement described in item 1 requires you to add such person or or- ganization onto your policy as an additional insured for completed operations; or c. Bodily injury or property damage arising out of the rendering of, or the failure to render, any professional, architectural, engineering or surveying services, including: (1) The preparing, approving or failing to prepare or approve maps, shop draw- ings, opinions, reports, surveys, field or- ders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. ACORD,. PRODUCER Pinnacol Assurance 7501 E Lowry Blvd Denver, CO 80230-7008 INSURED Resourcelogic LLC 188 Tiabi Dr Loveland. CO 80537 CERTIFICATE OF LIABILITY INSURANCE DATE;MMUDD/YYYY; 03, 162017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC9 NSUREA A Plnnecol Assurance 41190 WEUREN I ,NSUPEP oNSU+RFP E COVERAGE! THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDNG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ NSA A00 470 WSRG TYPE OF INSURANCE _EWERMLUI U.RY ... :OYNERd6I OF-WAAL NAa61r' CLAANI GAGE OCQA GIRLAOOAEOATE Liar AMENS PER POUCv PROJECT LOC AUTOYOIRI Ll6BIUTY ANY AVTO ALL OWNFO AUTOS SCNED1LED MF'OS NWED AUTOS NON -OWNED AIMS CO,. CY EFFEC*.VE POL CY El PISAT'ON �arE.MMICOrY v,, DATIILfILOQYYW, ESCe, OCCURRENCE OAVAOE TO RENTEo mtemms MED (MAN w pessoi_T_T_.....� AERECNAL E AOv MA.if+ GENERAL AGGREGATE PRODUCTS CONPIOP EGG :OMBINED SINGLE •ES ALUGn11 BOOS f •N.IJRY ,Pal aufen, 800.. , LOW A[OEAN; PAOPER:Y DAU GEE IPp I[OARaf OARWE LIAEILITY ANv AUT;I Ell[II1NYSR0.4 UNMET? JCCUA :l,=.148 MNJE ` . DEO.CTBLE RV'S NT OA AMTOONLY . EA ACCIDENT .) ,EN 'MAN EA ACC ONLY AGO A WORKERS COMPENSATION END EMPLOYERS LIAEIUTY ,INY PROPNIETORTARTNFRCXECUTlE 7FFMf R:MEMBE7 EXCLUDED' I'M pease OH(AO. KOs' SPECIAL PR3,YISICNS 5Alaw OTMER 4124931 07/0112016 07/01/201? DESCRIPTION OF DPERATIONS/LOCATIONSNLNICLES/EXCLUSIONS AODED BY ENDORSEM!NTISPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION 1782213 WELD COUNTY PUBLIC WORKS WEEDS DIVISION 1111 H STREET PO BOX 758 GREELEY. CO 80632 ACORD 2S(2001108) _ .. C,CVARENCE AGGREGATE 1t WC 8'ATu- O'I,ER L SALM ACCL,EN' 000,000 L CREASE• EA EMPLOYEE :/00.000 4. DISEASE •'.7LCv uM,f ,500000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO NOTIFY 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT• BUT FAILURE TO NOTIFY SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE Mike Hickcox Underwriter ACORD CORPORATION 1988 CERTIFICATE HOLDER COPY WELD COUNTY PUBLIC WORK S WEEDS DIVISION 1111 H STREET PO BOX 758 GREELEY, CO 80632 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). The Certificate of Insurance on between the issuing insurer(s), holder, nor does it affirmatively by the policies listed thereon. DISCLAIMER the reverse side of this form does not constitute a contract authorized representative or producer, and the certificate or negatively amend, extend or alter the coverage afforded WELD COUNTY CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR THE SPRAYING ENFORCEMENT CONTRACT (with options for 2018/2019) January 2017 for Weld County Public Works Weeds Division 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-304-6496 BID REQUEST #81700047 Page 1 TABLE OF CONTENTS The following provisions take precedence over Specifications or Plans and supplement the 2011 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications) which is to be used to control construction of this project. BIDDING REQUIREMENTS Invitation for Bids 3 Instructions to Bid 4-5 General Provisions 5-8 Insurance Requirements 9-10 Specifications and Scope of Work 11-16 Exhibit A- Cost Estimate and Work Order 17 Exhibit B- Regions of Weld County Map 18 Bid Schedule 19-20 Experience and References 21 IRS Form W-9 22 Anti -collision Affidavit 23 BID REQUEST #B1700047 Page 2 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: January 19, 2017 BID NUMBER: B1700047 DESCRIPTION: SPRAYING ENFORCEMENT SERVICES DEPARTMENT: PUBLIC WORKS DEPARTMENTIWEED DIVISION BID OPENING DATE: FEBRUARY 14, 2017 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: SPRAYING ENFORCEMENT SERVICES. Bids wi 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: 1Q00an Felx av 14.2017 Dud County Purchasing Time Clock), PAGES 1 — $ OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 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 information concerning this request at two locations: On the Weld County Purchasing website at htto://www.co.weld.co.us/Deoartrnents/Purchasinahndex.html located under "Current Requests". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Did Delivery to Weld County — 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids© w e I dg o v. c o m. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. 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 BID REQUEST #B1700047 Page 3 more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 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. BID REQUEST #61700047 Page 4 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful 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.,the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will attempt to contact the bidder in order to allow the bidder to seek an appropriate court order preventing disclosure. Without such an order, Weld County will release the requested information in accordance with CORA. BID REQUEST #81700047 Page 5 C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes 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. Attorneys Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall 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. BID REQUEST #81700047 Page 6 K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. 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. BID REQUEST #61700047 Page 7 2. Descriptive literature P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. My attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. 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. BID REQUEST #81700047 Page 8 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County 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 forthe payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of 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: BID REQUEST #61700047 Page 9 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 Ad., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same 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. BID REQUEST #81700047 Page 10 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: REQUEST FOR ENFORCEMENT SERVICES SPRAYING WELD COUNTY COLORADO - COUNTY WIDE PROJECT LOCATIONS I. Purpose Weld County is soliciting bids from qualified consultants for contractual services of private parcel spraying in Weld County. 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, herbicide treatment may 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 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 the Contract and the Board of County Commissioners. Any price adjustments will be considered at the end of each year this contract represents. Any price adjustments must be justified versus an appropriate cost index and be consistent with regional trends. Price adjustments will not be implemented without final approval from Weld County. Weld County reserves the right to re -bid this service if any cost increase is not justified or consistent with regional trends. BID REQUEST #81700047 Page 11 IV. Enforcement Specifications A. Areas to Be Treated All areas to be treated under this contract shall be within the unincorporated portion of Weld County as established by Section 35-5.5-109, CRS, or within municipality boundaries with written approval from the municipalities governing board. B. Class I Herbicide Classification Class I is field spraying. The minimum equipment required is a truck or pick-up mounted sprayer with a minimum tank capacity of one hundred (100) gallons. Sprayer must include a boom with nozzles spaced according to manufacturer's specifications and capable of delivering a minimum of ten (10) gallons per acre with a minimum swath width of fifteen (15) feet. C. Class II Herbicide Classification Class II is handgun applications. The minimum equipment required is a truck or pick-up mounted sprayer with a minimum tank capacity of two hundred (200) gallons. The handgun attachment must be capable of delivering a minimum of fifty (50) gallons per acre and having a minimum of 100 hundred (100) feet of hose. D. Class III Herbicide Classification Class III is hand applications. The minimum equipment required is a backpack or hand-held sprayer with a minimum tank capacity of three (3) gallons. E. Class IV Herbicide Classification Class IV is cut stump treatments. The minimum equipment required is a backpack or hand-held sprayer with a minimum tank capacity of three (3) gallons and chainsaw or other mechanical tools as appropriate. F. Materials and Equipment The Contractor shall supply all materials and equipment including, but not limited to, herbicides, water and sprayers 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 4.0 lb. active ingredient per gallon 2. Dicamba 4.0 lb. active ingredient per gallon 3. Picloram 2.0 lb. active ingredient per gallon 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 BID REQUEST #B1700047 Page 12 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 benefds 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 Mop 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. Herbicide Application Record The Contractor for herbicide applications 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. I. 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. 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 BID REQUEST #B1700047 Page 13 J. 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. K. 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. L. 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. M. Down Time and Unforeseen Circumstances For the purposes of this contract, the term "down time" shall be defined as any project time spent in non- productive activities such as, but not limited to: time spent gaining access; time required to secure Weed Division or Sheriffs office assistance for access; Landowner interference; Extreme operating conditions, such as trash removal or unseen field conditions. There shall be no "down time" for Class IV roadside noxious weed control applications. Down time shall NOT include: equipment difficulties; equipment breakdown; employee negligence or illness. Payment for any activity billed to the County as "down time" shall be contingent upon the approval of the Weed Division Supervisor, and shall not total more than two hours per parcel. VI. Work Order Request and Payment A. Notice to Proceed - The Weed Division Supervisor shall call the Contractor and discuss the work to be performed. The Contractor shall have the right to refuse any job. Refusing more than fifty percent (50%) of assigned jobs will result in the termination of this Agreement. B. Contractor's Cost Estimate - The Weed Division Supervisor will develop a written work order based on bid prices. At the On -Site Meeting the work order will be reviewed, the start date and an estimate of time required to complete the work will be filled in. C. Work Order - Upon receipt of and agreement with the Contractor's cost estimate and time to complete, the Weed Division Supervisor shall provide the Contractor with a signed Work Order (see Exhibit A). The Contractor shall begin and complete the work as agreed to in the estimate. A signed/accepted cost estimate will be the Notice to Proceed with the onsite meeting. BID REQUEST #81700047 Page 14 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) 400-3770 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. Warra 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 re -treat (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 Please see Section 6 on Page 9. BID REQUEST #81700047 Page 15 2017 BID SCHEDULE FOR SPRAYING CONTRACT All spaces must contain a bid price in the units indicated. Bid Item Region 1 Region 2 Region 3 Region 4 Class I Class II Class III Class IV 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 Down -Time Charge: per hour Herbicides Dollars Quart, Pint or Ounce Rate 2, 4-D Amine Dicamba Picloram Telar Milestone Plateau Habitat Carlon 3A Garlon 4 Non -Ionic Surfactant Methylated Seed Oil Surfactant PROPOSAL SUBMITTAL REQUIREMENTS: Please return the following to Weld County Purchasing via the "bid delivery" instructions described on page 4. n Complete and return signature — page 17. o Complete and return bid schedule — page 16. o Complete and return pages 20, 21, and 22. BID REQUEST#B1700047 Page 16 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. #B1700047. 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 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. 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 CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE "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 #98-03551-11000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. BID REQUEST #B1700047 Page 17 Exhibit A Enforcement Services Contract Cost Estimate and Work Order Herbicide Spraying Mowing Contractor: Fax #: Please be advised that Weld County requests a Written Cost Estimate on this form, and Notice to Proceed on the following project: Landowner Name and Address: Property Parcel Number: Legal Description: Targeted Species: Visible evidence of prior treatment: Bid Item Item Description Bid Costs Acres Quart/Pint/Oz. Hours Current Job # Acres Current Job Est. Cost 1 Class I Mowing 2 Class II Mowing 3 Class III Mowing 4 Class I Spraying 5 Class II Spraying 6 Class III Spraying 7 Class IV Spraying B Herbicide 9 Herbicide 10 Surfactant 11 Down Time Subtotal: Extra Items Region 1 Region 2 Region 3 Region 4 Set -Up Charge** Total Estimated Cost: Contractor's Signature: Date: Actual Start Date and Time: Actual End Date and Time: County Weed Division Supervisor: Herbicides: 1. Trade Name 2. Date: EPA Registration # Application Rate Trade Name EPA Registration # Application Rate Temperature F Wind Direction and Speed MPH Soil Condition: Wet Dry Cloud Cover BID REQUEST #B1700047 Page 18 &4 Exhibit B Regions of Weld County 2t7w RGI.w RISu / ofp 5Q3 j L.... .... 17/A/ 7710.J i-'7AI r5^/ -.. • aaa3ne I. aeoPoa-._--:iz. ppGGO0oci ,,QS -oc ❑Oaaaa Diancocia 0EICIA 8aaG°PIrar ✓�i0pao �aEonDL-ODOQ A0BECIOSC 3El a:i^.1Ppor a-,'mannCICIJ a" 2ET-AiiriL'cfpo�' 'POC �,,. �aP�U3 E al .+.P_'_aPOo� �,Oaaoam a ��OPP�ma�JamOo .. ♦.. COCCI •� c .,PP "O auaaamm o acoar Pam® '��•' ®iilmaa 9 b Ya0'.p as r,ar aaomanapari7Q- •AQ IoaaaOB ggl!LZI—a�F �maO B._ L7 ca BB aoaaaaaoIIP:39°1122Eil'TV 'FR - 11 a�®mOOCOODQP aafla00a000i 700q� Oa-mPma1p wPPP11 O 000q�OO L dOnO LT MUG O^OOP l NroanoptioupnO pp°[GG°OODC OOpOPpaLp7 _L V�ar aaaaaa aQO_Oc m._Onn-soaOoar-ooa^_O o o�Iitli1,1R� _,1'' ' n �iG °a 1L]�P7_.:_ a0 moOLJ_J _,.=TJL rRicrao �m�r �OOc�I iela" AO) LLou QL9u ,Qfi s 4".+ I•Q.w J �HB®�ate' - a® ® ° "-?MMUM sonisain 1101 t- nu Ii010tt 1h &f! MB I ”Al.fn ha eat/ 470 M n.1 • .1•••.ZN.1•••.Z- nnom MIIY R6 • •- W egg) ,414440�i3•• nAdo' Rua, — 117w Tlw VELD COUNTY ..using oral a BID REQUEST #81700047 Page 19 =DODO Z000730C= 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: Name: _ Address: 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: BID REQUEST #81700047 Page 20 Form (Rev. August Department lama W-9 2013) of the Tmaery Rmaasswvice Request for Taxpayer Identification Number and Certification Give Form to the nauaatar. Do not send to the Nib ii .pE IQ ACay.stale. Name (as flown on yam income tax rattan) Business name/d'wegarded entity name, it different from tore Chuck apgapriab ❑ fMWidwpaole batter federal tax classification prcaieto ❑ CCapaaam n 9 Corporation El partnership ❑ Trust/estate Exemptions Exempt pram Exemption code (Aar, (see instructions): ode tf any) • banned Debility from FATCA, n.,9 canpan'. Enter the tat dasalsaan(Gee capamaaf, S=S copaaon r-p.a weahp)► ❑ Other (see aabtatiorhel► Adams Lambe, street and apt. or state na) Requester 'e name and address (opiaaq .td IP code 1st accautnumbw(s) here Snood) wager identification Humber (TIN) Enter yam TIN in the appropriate box. The TIN provided oast match the twee given on Me "Name" line to avoid backup wilhhddrg. For InwNduW, this is your scold nasty number (SSN). However, for a resident alien, tale proprietor, or disregarded entity, see the Pet I lnahnctlas on page 3. For other entities, Items employer Identification number (EN). If you do not have a cumber, see How bget a TIN m page 3. Note. t the accam Is in more then one name, see the that on page 4 for guidelines on wipes number to enter Sadet sally rosier Erpeyer Mamlhwsen ouster Certification Under penalties Of perjury, I certify that: 1. The number shown on this form Is my correct taxpayer identlacatlan number (or l am waiting for a number to be issued to me, and 2. lam not subject to backup wttdWrg because: (a) 1 am exempt tan backup wtRddng, or (b) I have not been notified by the Internal Revers Seer ts (IRS) that I am subject to bates) withholding as a resun of e talkie to report all Interest or dividends, a (c) the IRS has notified me Sall em no longer subject to backup whhhddng, end 3. I am a U.S. citizen or other U.S. person (defined below), and 4. The FATCA codes) enured on this form tf any) hdcging Metier, exempt from FATCA reporting is correct. Certltcedon instructions. You must cross out item 2 above if you have been notified by the IRS that you are arrently subject to backup wthholdng because you have failed to report at interest and dividends al your tax relun. For real estate transactions, Item 2 does not apply. Fa mortgage interest paid, acquisition or abandonment of seared property, cancellation of debt, contribution to an indvid al retirement arni gat ant (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. Sign Here Slanabale of us. pane & Deta► General Instructions Section reference are to the Memel Reveres Code unless otherwis@ noted. Fable bvabp oenb. The RS has created a page an RS.ge for Mamaen about Finn W-9, at www.aagov/era. Intonation abet any future developments ending Earn W-0 (ouch as legislation enacted after we release igwa be posted on that pegs. Purpose of Form A person who is stared to Re an nfamaton ream with the RS mat obtain your correct taxpayer identification number (nrq to rgat, for exanps, imne paid to Sat payments made to you in settlement of payment card and gird party network transaction, real estate transactions. mortgage interest you peid, ecgdaen or aha,dament of teased property, canoelabn of debt, a cnttuaorn you made to an RA Use Farm W-0 only if you are a U.S. person (including a resident ata), to provide your correct TN to the person requesting it (the requester) end, when applicable, to: 1. Certify that the TN you we giving is correct (or you ore waiting for a number to be issued), 2. Certify that you are not abject to backup withholding, a 3. Clain exemption from backup withholding if you me a U.S, exempt payee. If applicable, you are also artMrg that as a U.S. person yaw allocable share of any partnership income tom a U.S. trade a business s not abject to the withholding tax on /deign partners' share at drearely connected income, and 4. Certify that FATCA code(s) entered on this form M any) inciters that you are exempt tan the FATCA reparsg, it oared. tbae If yeas are a U.S. person and arequmtar give. you a form oOw than Farm W-9 to request yam 7N, you must we the requesters lam nit s substartaly art to this Farm W-9. Canino atolls. person. For federal tax purposes, you we considered a U.S. person rya are: • Mu axfbidud who e a U.S. citizen or U.S. resident alien. • Apart en*, corporation, company, a association created a owned in the United States or ode the laws of the tinted State*, • An emote (other than a foreign estate), a • Adomestic tut (as defined in Regulations section 301.7101-T). Special mesa for partnerships. Partnerships that conduct a lade or hones in the United States are generally refined to pay a witAwhdg tax under seen '446 n era latgn partners' share of eitectivek connected taxable imne from such business. Further, in ceetan cases where a Fam W-9 her not been received, the hero under section teat remits a partnership to presume that a paths is a foreign person, and pay the section 1446 a tnholdrg tax. Therefore, iya are a U.S. peon that is a partner in a partnership conducting a trade or business in the United States, provide Form W 9to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership income, Cat. No. 10231X Form W-9 (Rev. a-2013) BID REQUEST #61700047 Page 21 COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT PROJECT NO LOCATION I hereby attest that I am the person responsible within my firm bid or, if not, that I have written authorization, enclosed herewith, his or her Denali and on behalf of my firm. I further attest that: 1. The prices) and amount ci this bid have been arrived agreement for the purpose or with the effect of residing or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been potential prime bidder on this project, and will not be so 2B. Neither the prices nor the amount d the bid of any other this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce refrain from bidding on this project, or to submit a bid competitive bid or other form of complementary bid. 38. No agreement has been promised or solicited for any on this project to submit an Intentionally high, nancompettie 4. The bid of my firm Is made in good faith and not pursuant discussion with, or Inducement or solicitation by or from petitive or other form ci complementary bid. 5. My firm has not offered or entered into a subcontract services from any firm or person, or offered, promised whether In connection with this or any other project, in person to refrain from bidding or to submit any intentionally or agreeing or promising to do so on this project. B. My firm has not accepted or been promised any subcontract services to any arm or person, and has not been promised whether In connection with this or any other project, in noncompetitive or other form of complementary bid, or 7. I have made a diligent Inquiry ci all members, officers, relating to the preparation, approval or submission of my them that he or she has not participated in any communication, other conduct inconsistent with any of the statements S. I understand and my firm understands that any misstatement concealment from the Colorado Department of Transportation, contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS OF MY KNOWLEDGE. for the final decision as to the price(s) and amount from that person to make the statements set at independently, without consultation, communication competition with any other firm or person who disclosed to any other firm or person who is a disclosed prior to bid opening. firm or person who is a bidder or potential prime any firm or person who is a bidder or potential prime higher than the bid of this firm, or any intentionally other limn or person who is a bidder or potential prime or other farm of complementary bid on this to any consultation, communication, agreement any firm or person to submit any intentionally high, or agreement regarding the purchase or sale of materials or paid cash of anything of value to any Ilnn or person, consideration for an agreement or promise by any high, noncompetitive or other form of complementary or agreement regarding the sale at materials or paid cash or anything of value by any firm consideration for my 11mts submitting any intentionally agreeing or promising to do so, on this project. employees, and agents of my firm with responsibilities firm's bid on this projed and have been advised consolation, discussion, agreement, collusion, and representations made in this affidavit. in this affidavit is and shall be treated as a of the true facts relating to submission of of this out below on or is a bidder bidder or bidder on bidder to high or non- bidder project. or noncom- or firm or bid or or person, high, by each of or fraudulent bids for this OR BEST DEGREE, AND ANY OTHER APPLICABLE STATE DOCUMENT ARE TRUE AND COMPLETE TO THE Don,nm,ore en, or convey name By Dale Lie 10¢nllaoMv im, or awT ynone III pnl mann l 0Y Dice Tee Sworn to before me this day of, 20 Notary KW My oammleslon spire NOTE: This document must be signed in kit (DDT Farm MM 1(02 BID REQUEST #B1700047 Page 22 co 0 O T 0 m 7 O N Z130“7 QOv�w 2 N O v U_O 3'00 DEU 3ON 0.0 o@ ig R E 3 « E 00_ =ww2Eui J O N (0 c O r W W d E o� N V O N 81. Pr w O N o M M a, p O mN 0O WS WXO W W W D O W W D D O a!UQOU) QUOOL Q = _ N 0000v4 0000"4 W OOin O . OO 11 Y NNOag •NNnma .M�. mm� C mm��i O _ ≥ ' _ _ ≥ Ol wwww� wwww m wwww� wwww� 5535° 55552 UUUU& U000 O N N N N N 44442 O. w Z Z Z Z o Z Z Z Z O C w00000; 00001 5000—c7c�00— X >°C arzcea0 xceceLC m ZZ >, W O WO E Ow wxo rexo ww>�o wW»o v ZOC 5�=ON �UpO� o VI! QQ,=- U =_a C ¢ aao-as QQ8OM o g a,W 0000 a 000 w Chu 0 °emu Nouot,a# w0 - d '->- '> vt 42 a wwww E' wwwto >w WW — 00wCI- 0000 LI CL 3 U55552 UUU 0000 ww rn UUUU rn mmmol ZW ####t ####L WW c ZZZZO ZZZZO 23 No 0000; 0000 z a N n w w w w w w w w w 0 SOW O W'CC E2 cewwwfit N Z w N- - W cc> — vX00 axceY3 £t D - W xam,.w wyaga " w .. W24 OOz C0 LL W W O J mla 2 * Z w WOQZWK *-00- ww wa o o m a ¢ G Z W U N- C7 IL)) 0 0 000 Div co c O F (. woo> Woo **DOWNTIME CHARGE FOR ALL REGIONS IS $45.00/HOUR" HERBCIDES 5 0 F -F W <HHFF Q Q Z] Q Q Q Q ced' Q7»U+7»DQQ D0000OCioaDD QO W O (000 O iA 0 410 (el MD O cn f-00 0 rQ (O 000 N M. N O O (n '2= (0 O tv t o 3(/) w v U G) E a� Q <2E C> M O a A` O M Yp C C T L (p W y ._ O O C« W C) N A N m N O N c.;0'aia.r0oz2 N6 '4;06 N: Co O� N W C) J z W N W w wI- a w Op zw OO z, qF- J O 0 z w wwtrjo VUO=Ipn 0• 000 0 p p O II ,•ooIng O4i • o _ > CO 000 S' 0(000 WW»Q reccood QQpon 000 O coast 0000 (0000 5555 55552- 0 000 • UUUU E' ED N N N N 2 4Z4<2 zzzz0 zzzzu 0000; o_o_o_o; O OOO- 00'0 0-- W W w w v W W W W cr W W j O w W j 0 U UOOuu QQ0VOO$ xxr UQ=x� � pafR p p 1A O O p o II 0 0 0 0 II u ) O O u) 0p W n trioIait eta taC I _ - 5, .2 ' ! - > O CD O 0NN ! 0000 55552 5555-- O Lci UUU • UUUU rn ik###L #%%*L ZZZZC ZZZZc) O OOO 0000 3 5 5 5-- 5350-- wwwwW wwwwd (XXCLWN Q I - H W a e6 0 8 p zogo cr @1HU} O Z� � AVOW Z N c "DOWNTIME CHARGE FOR ALL REGIONS IS $50.00/HOUR" HERBCIDES U) J ZZ Www I- OO ZUUZD<< i-i-zDzzzDZQQ ?ZaO»adaOO aa0O0 �� O O�g O O O O In nvmmOtnCOmrn CD. CD. NfON I�ODf0Oi etVVSVIEain69555 Q m E c • CI" vo(I3 O E U U) OO 4 m O f0 0 y f -C O O OO 0 C) y ._ m m€ m z c.;�a�axc9c9 �NC�)niu)(O ICOD W �� �C0 u l k© Wa zw ce 2 )tu 55 w H � CC 2° wf 00 -- � 0 0. �k oz03 � CC ® • <z O .0. al )• 0o=0 §age 0000. • o )— I55\% GGGoF nnnnso 5555— O 000§ gk kf zzzzo O 00x» BSES) CCZZZa ate« reWROQ < fa o k ka \Qk\k nin cow ■ 0000'- 55552 0000 g 4444$ zzzzo O 022» w www reccre�s ) �)§q WW)§@ / 6.415- o 0\49 <�kkk Sa 0% 6�Lak2 }-7\R f1&\# O 000! 0WCO0 n nnOD '- 0co) 0co'- 5±552 55552 O 000§ 0000& k2 %m22f zzzzo zzzzo goo&» 2222» 0000- 0000- w yw?$ cewcewwwwE 0 Ce)§7I- ne z \njo > nR-1» re 0 ) 2k»( **DOWNTIME CHARGE FOR ALL REGIONS IS $125.00/HOUR** HERBCIDES \ k NN NNNNNN Noow000000w 2RR°RRRRgR(N 2oIn00000002 h000GAtnweoM ■aaka2G=2== t _a• s al o «• 7 ° § co < 2 E @ § - k a CE2%2Q#§§uf 4e# -4===§a 6§fR E=oorf Co co co W U 04 wO fn0 Ow ZW >K W 0 aw 0) W U wo a hi Z Y W o O z� } J yao A cel Oz, C) N * GO - mom fli w 00006 0N=cS N a M co (IVI rrWS 0000 5555-`2- 00000 0 N N N N zzzzu O5500- 000 g 5 5 0 0 — W W w w N wwwww W W D re o teCCDD UUOOww <$TMN to oon M O r^og. CO I'..° 00002) UUUU W zzzzv 0000a 07303-- W WWW W 5555 od J O f 0 N 2 60 j W Q W -1-O W Z r M(5E t Z o ) 2 W N CO ."13 wwwo w QV=0 M M V II n� ro I' —_- _>m 0NU0 2 0000 L. 5555 00a0a0 rn zzzz OOOO g 5555— W W w w cCceww U-V00M ¢Q=aco fA =“ N-- ry n u ) H M M# ra o C0aOOD 0(000'- 0o0000 M en en M E ****2 zzzzo 0000 g 0000-- wwwwC wwwww **DOWNTIME CHARGE FOR ALL REGIONS IS $63.00/HOUR** HERBCIDES J J S UWW UUURzzz zzUUUUU OOODDDOOOOOOOO Loma .caoaonnoch M M C N' n N M d'►!AV!E969 Ni to(1 6f/:4 to c Q� E E N C C co l0 l 2130 i°-'nt 0 P U U 5= N �p f0 l6 Noal-�axc7o M I L (O n OD o) I -- z z O ao4w UJQx Z a U F Yaa2 �7QF a 000M 0 ZI- W<r0 a= I I -_ - > WWWW <<<< J J J J 0000 Q U a 444< 00 0 0 0000 MOMM w w W Z W W W W MITT UI W M NraTd tb-trnoz BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW/ WORK SESSION REQUEST RE: Enforcement Spraying Contractor DEPARTMENT: Public Works — Weed Division DATE: February 28, 2017 PERSON REQUESTING: Tina Booton. Weed Division Supervisor Brief description of the problem/issue: Each year the County secures contractors to carry out the enforcement work on private lands if it becomes necessary under the Colorado State law and Weld County Code Ch. 15 to enforce on a landowner. Low bid is chosen in each category. The primary contractor is first contacted with the job. If they are not available within a timely manner the secondary contractor is utilized. Enforcement is the last option we use if all other attempts to achieve compliance have failed. The average is three enforcements per year over the last seven years. Each enforcement averages from $400 to $600. What options exist for the Board? (Include consequences, impacts, costs, etc. of options) Option A: Accept the bids as submitted through the purchasing process and contracting with the low bidders per category. Option B: The County uses their own staff and equipment to carry out the enforcements. Recommendation: Option A: Accept the bids as submitted through the purchasing process and contracting with the low bidders per category. Sean P. Conway Julie A. Cozad, Chair Mike Freeman Barbara Kirkmeyer Steve Moreno, Pro -Tern Approve Recommendation Schedule Work Session Other/Comments: .50,4t 6c a if/pop/et ) ceit2 Jo/7-0339 FGco1 MEMORANDUM TO: Trevor Jiricek, Director of General Services DATE: March 8, 2017 FROM: Tina Booton, Weed Division Supervisor Jay McDonald, Public Works Director SUBJECT: Noxious Weed E ment Bid 'V( Bids have been received from several companies for enforcement spraying for the Public Works Department. The following are my recommendations for carrying out enforcement spraying throughout the County for 2017: Herbicidal Application Class I Primary Class I Secondary Resource Logic 188 Tlabi Drive Loveland, CO 80537 Fort Collins Tree Care 301 E. Douglas Rd Fort Collins, CO 80524 Set-up charge: $ 125-$175.00 Class I Regions 1: $30.00/Acre Class I Regions 2-4: $35.00/Acre Set-up charge: $ 125 - $250.00 Class I Regions 1,3,4: $50.00/Acre Class I Regions 2: $75.00/Acre " Class I is for field spraying. Chemical charges will be in addition to the labor charges.* Class II Primary Class II Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Resource Logic 188 Tlabi Drive Loveland, CO 80537 Set-up charge: $ 150.00 Class II Regions 1-4: $60.00/Acre Set-up charge: $ 125-$$175.00 Class III Regions 1-4: $85.00/Acre " 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 Class III & IV Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Resource Logic 188 Tlabi Drive Loveland, CO 80537 Set-up charge: $ 150.00 Class III Regions 1-4: $40.00/hour Class IV Regions 1-4: $45.00/hour Set-up charge: $ 125 - $175.00 Class III Regions 1-4: $70.00/Hour Class IV Regions 1-4 $65.00/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.* Rose Everett From: Sent: To: Subject: Attachments: fctreecare@cs.com Tuesday, February 14, 2017 9:35 AM bids@weldgov.com. spraying enforcement weld 16 001jpg; weld 17 001 jpg; weld 20 001jpg; weld 21 001jpg; weld 22 001,jpg I hereby waive my right to a sealed bid Richard "Hitch" McCulloch Fort Collins Tree Care t 2017 BID SCHEDULE FOR SPRAYING CONTRACT All spaces must contain a bid price in the units indicated. Bid Item Region 1 Class I if _;_ Class II Class III . • 5 p 15.5 TS Class IV ass I bid prices is on a per acre rate. Region 2 Re ion 3 .---J0�_ 0 lop FL, ** Class II, III and IV bid items are on a per hour rate. Set-up charge per parcel: Region I 'fzS Re ion II ZS Down -Time Charge: 15 per hour Region III if 'z5 Region 4 Region IV —77 /zc Herbicides Dollars Quart, Pint or Ounce Rate 2,4-D Amine a8.}S 3Z o Dicamba - Q oU 3 . O Picloram n 18 '45_ .1._ 3c,& Telar l ° c' i_ o 2= M Milestone ti � $5 U(? 3Le, a -- Plateau 1, 30,00 3 Lot Habitat I 0o Garlon 3A a 15 o-0 3 z o I GarIon4 31 7 S,o0 3Zoe Non -Ionic Surfactant it Lo ,cO ZLc=e- Methylated Seed Oil Surfactant If 9 co 31 r b PROPOSAL SUBMITTAL REQUIREMENTS: Please return the following to Weld County Purchasing via the "bid delivery" instructions described on page 4. p Complete and return signature — page 17. e Complete and return bid schedule — page 16. o Complete and return pages 20, 21, and 22. 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. #81700047. 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 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. 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 r BUSINESS ADDRESS •.3d / 62 ,E✓✓ CITY, STATE, ZIP CODE '7-/ (e)(//r.if ('e) -5Zy ��/ TELEPHONE NO`g70 YR— -.1(gi FAX 2'2')y "s/L / TAX ID # �cf' /7 Z Ufs d '7Ll/70: A vas f PRINTED NAME ANDJITLE SIGNATURE E-MAIL Fe %f} EZ- <f't"/1 1 r? I S. (P) frvt DATE t -G - Z! /7 - "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 1 - 8. RE: CONTRACT ID #1102 spRAYINg ENFORCEMENT CONTRACT (BID #B1700047) - FORT COLLINS TREE CARE, INC. ATTEST BY: Slev seid0; k BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO puty CI :� k to he Bo ;� �!!�� Julie A. Cozad, Chair 9 2017 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. LLS e ktcbie 5 (6-)0.5ct I1c� rlE�t'� i 1c N rr LC r r,(-0� rr r; VV\ `-c: Q�2 S 1 qQelj itAt C .0 Q( can Si nil nr,i k Ar c l Sc l�Q-�'1•-� W\J �,L -� u --4.1V__ et_ lY\ `11' 1r \ f W �. 6�� - lye EAt. `�PD'l,.2 /k� I h! c 1 t 4 -Cz) r I S; �'�,r c a s -l=, + �� ((I N s �IY� :P Lnt Li �'rY ILP\ 0_(w �\LI I Nphi 34-,t& 1, cck.rf 4,,.' 4 C �c1p F' e J !a / !t TL 1k\ S I �L � 1 ( l la? o vte/2„,..t.uk V► .k 11a L[L15 Z� ry 4 c l l�on n 5� z S �cgrU��rt stn ct C Please provide contact information for at least three (3) business references. Name: Address: Phone: Service provided and dates: D Name: T L 1Uct,{..1 rcc l kect,5 Address: Phone: i AO 17O 3 ill -3 } Service provided and dates' 11 !C7 # �Pctr S LJocti pfa r'�1 titre f Name: T or,. \ Address: ;At bljEi‘ Phone: ,g rt4 p 110 5 -64 - Service provided ap.d date : E Se",I >a S , AVett 10 yPte(' S Name: Nolt--rt, P ✓ Acce Address: Phone: Ids y /--- yo.)/ Serviceprovided and dates: 1/4 02(05 WC'o.1 S I Form w..9 (Rea. ftecember 2011) Oeparenere of the treasury Iniernol Remus Santee nl rit 0 Request for Taxpayer Identification Number and Certification Name (Is sheen on your Inume retv,nl 472 e1- r�� c,l..5 Tyr. E ,4LUG mnou ametrAkenl ereged many 03,110, it defame Irvin above Chec( hpproprims box for federal tax i:lavJecation: indvrduel/aole prorytelnr U C Corporation (S Corporation Give form to the requester. Do not send to the iRS, [] Partnership O trust/estate United Ratalrry erratum, Enter the tax Oaseiecatien (t':C cormanfann, S -S corporation, partnership) ► 0 Other hse irrruotlanel Addtees Watitaa, woo, and apt. or e1a10110.) 1 a i ll Ce)1,1 tat account mallbapj fire (opuenay s CD 'SUSicj liZal Taxpayer $dsnf f cation Number {Tung. Enter your TIN in me appropriate box. The TIN provided must match the name glean on ON "Mane line to odtad bw:latp withholding. For Indlvtduaie, this Is your social security number (SS1,q. However, for a resident elan, sale prep tstor,.or disregard entity, see the Pam I Instnrctlone on page 3. For other entitles, it Is your employer identification number (ElM. It you do not have a number, see Now to get a 7w011 pope 3. Note. II the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter. U Exemei payee Regnelsw'e nine and addraas Deems" Part II Certification i &WM sestet- number rrnrri i bnplayer ilerltMaagon Member _ I" 1 Under penalties of per(ury, l eerily that I 'the number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be Issued to me), and 2 I am not subject to backup withholding because: Cal I am exempt from backup withinoidinp, or (17) I have not been notified by the internal Revenue Service (ORS) that I am subject to backup withholding as a result of a failure to retort all intermit or dlvtrtexids, or (c) the IRS has notified me that I am no longer abject to backup wilhhnldinp, and 3 I am a U.S. citizen or other U.S. persnn (defined below). Certification instructions. You must doss out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividend% on your tax return. For •oat estate transactions, item 2 does rot appy. for mortgage interest paid, acquisition or abandonment of secured property, annoedat4urr of 11dM, cornnbutions to an Individual retirement arrangement (IRA), and generally, payments diner than i nraili and dividends, you art required to sign the certification, but you must provide your correct TIN. See the instructions on=pave 4. A Sign sirinatwe of Here u.S careen • General Inatru Lions Section references ale to one Internal Revenue Code unless otherwise noted. Purpose of Form A person who is required to file an information return with the IRS must nnien your emery taxpayer identiar.ation number (TIN) to none, for example, steams paid to you, real slate Irarieaclions, mortgage interest you paid. eeraulaltlan or abandonment at eoculed property, cenceaollen of debt, Or CW91 buttons you made to an IRA. Use Farm W-9 only it you area U.S. person (intruding a resident alltlt), to provide yew correct TIN to the person requesting it (the ragtmstef) anat. when applicable, to. Gentry that the FIN you are giving is correct (or you are wailing for a number to be issued), 2. Certify that you are not subject to backup withhotdinp, rn 3. taasn exemption from backup wIthhelding II you are a U.S. exempt payee. N applicable. you ale also caddying that as a U,S. person, Yore allocable there of any painorntap meant* Mom a U.S. trade or business in not subject to the withholding tax on foreign partner,' share nl effectively connected income. Date e ! - ( /el Note. If a requester gives you a form other u,an ,-trio #9 to request your rIN, you must use rho r0auester'5 torn) if it me substantially similar to this roam W-9. Delinidon of a U.S. person. Far federal tax purposes, you am considered a U S person if you arc: • An individual who is a U,S, citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized in the United Slates or under the laws of the. United States, • An estate (other than a foreign estate), ar • A domestic trust (as defined in Regulations Recline 3n1 7701-?( Special rules for partnerships. Partnerships that conduct a trade or business tit the United Stelae are generally requited to pay a werhoiding lax on any foreign partnrrs' mare of income from such business Further, 'n certain cases where a Farm W-9 has not been received, a partnership is required to presume that a canner is a foreign person. and pay din withholding tax. Therefore. if you are a U.S. person that is partner in a partnership conducting a trade or biennia's in the United States, arovldc Form W 9 to the partnership to establish your U.S status and avail withholding on your share of partnership moon% Cal NO 1029 a fur• W-9nc: i COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT 1, .• r�J jA 1 1 q L�� f -- X () r, WC=LQ ('-)(4 kJT4 I hereby attest that I am the person responsible within my firm for Me 'Inai decision as to the prrce(sj and amount oI this bid or, :f not, that I have written authorriattun. enclosed herewith, from that person to make the statements set out below on his or her behalf and on behait of my firm. I (udhar attest that. 1. The tercets) and amount of this bid have been revved at independently, without consultation, communicator or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the prices► nor the amount of this bid have been disclosed to any other lirm or person who Is a bidder or pdentiai prime bidder on this project, and will not be sit disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed In me Of my firm. 3A. No attempt has been made to sascit, cause or induce any lirm or person woo is a bidder or potential prime bidder to refrain born bidding on this project, or to submit a bid higher than the bid of this firm, er any intenYonaly high or non- competitive bid or other form of complementary bid. 3E1 No agreement has been promised or solicited for any other turn or person who is a bidder Or potential prime bidder on this project to submit an intentionally high, norlcompetltee or Other form of complementary bid on this project. 4. The bid of my lam is made in good faith and not pursuant to any consultation, communication. agreement or discussion with. or inducement on solicitation by or from arty ism or person to submit any intentionally high, noncom- petitive or other totm of complementary bid G. My fern has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person or offered, promised or paid cash or anything of value to any him or person, whether In connection with the Or any other project, vt consider:elan for an agreement or promise by any firm or poison to retrain from bidding or to submit any iritentronaiy high, rioncompettive W other form or aoniplemenlaly bid or agreeing or prornising to do so on this protect. G. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any him or person, and has not been promised or paid cash or anything of value oy any firm or person, whether in connection with this or any other project, in coneideration for my firm's submitting any intentionally high, noncompetitive of other form of complementary bid, or agreeing or perusing to do so, on this project. 7. I hove made a diligent inquiry cif all members, officers. employees, and agents of my firm with responsibilities feral:nr) to the preparation, approval or submission of my firm's bk' on this project and have been advised by each cot them that he or she has not participated in any communication, consultation, discussion, agreefnerl, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit, e, I understand anC my firm understands that any misstatement in This affidavit rs and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to subrnssion of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE 3ECON° UEGHEE AND ANY O fHER APPLICABLE S FATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DCCLMENT OF MY KNOWLEDGE. ARE OF AND COMPLETE TO THE PEST ‘T- (tfPl ►% 5 I r i 'e 6, Y"t � ���. 676d ILtIL / 1 t. Jn.i ....'...„ i$14 of .....fir CAM CI P .. ,, .. 5 tt, g(GLcv- I We zI :21 - , •� 1 Sworn to before me this 1 I. o' 1 V0V .21i;11.\)(.7):(-) CASSIE HARRIS NOTE: This document must be signed in ink. NOTARY PUBLIC el -AT= rte rnr Go, 00 NOTARY ID 20484040555 MY COMMISSION EXPIRES NOVEMBER 24, 2020 i fm"( 11501 •Wt WELD COUNTY CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR THE SPRAYING ENFORCEMENT CONTRACT (with options for 2018/2019) January 2017 for Weld County Public Works Weeds Division 1111 H Street P.O. Box 758 Greeley, Colorado 80632 970-304-6496 BID REQUEST #BI700047 Page 1 TABLE OF CONTENTS The following provisions take precedence over Specifications or Plans and supplement the 2011 edition of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications) which is to be used to control construction of this project. BIDDING REQUIREMENTS Invitation for Bids 3 Instructions to Bid 4-5 General Provisions 5-8 Insurance Requirements 9-10 Specifications and Scope of Work 11-16 Exhibit A- Cost Estimate and Work Order 17 Exhibit B- Regions of Weld County Map 18 Bid Schedule 19-20 Experience and References 21 IRS Form W-9 22 Anti -collision Affidavit 23 BID REQUEST #B 1700047 Page 2 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: January 19, 2017 BID NUMBER: B1700047 DESCRIPTION: SPRAYING ENFORCEMENT SERVICES DEPARTMENT: PUBLIC WORKS DEPARTMENTIWEED DIVISION BID OPENING DATE: FEBRUARY 14, 2017 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: SPRAYING ENFORCEMENT SERVICES. Bids Al 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: 1000 an Febniery 14.2017 (Weld County Purchasing Time Clock), PAGES 1 — 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 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 information concerning this request at two locations: On the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasinafindex.html located under "Current Requests". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Did Delivery to Weld County — 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weldgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. 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 BID REQUEST #B1700047 Page 3 more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 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. BID REQUEST *B1700047 Page 4 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful 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.,the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will attempt to contact the bidder in order to allow the bidder to seek an appropriate court order preventing disclosure. Without such an order, Weld County will release the requested information in accordance with CORA. BID REQUEST #81700047 Page 5 C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes 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. Attorneys Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall 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. BID REQUEST #BI700047 Page 6 K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. 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 goveming 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. BID REQUEST #B1700047 Page 7 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any 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. BID REQUEST #81700047 Page 8 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "AVM 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 forthe payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of 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: BID REQUEST #61700047 Page 9 Worker' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same 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. BID REQUEST #B1700047 Page 10 SPECIFICATIONS ANDIOR SCOPE OF WORK AND PROPOSED PRICING: REQUEST FOR ENFORCEMENT SERVICES SPRAYING WELD COUNTY COLORADO - COUNTY WIDE PROJECT LOCATIONS 1. Purpose Weld County is soliciting bids from qualified consultants for contractual services of private parcel spraying in Weld County. 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, herbicide treatment may 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 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. M. 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 the Contract and the Board of County Commissioners. Any price adjustments will be considered at the end of each year this contract represents. Any price adjustments must be justified versus an appropriate cost index and be consistent with regional trends. Price adjustments will not be implemented without final approval from Weld County. Weld County reserves the right to re -bid this service if any cost increase is not justified or consistent with regional trends. BID REQUEST #61700047 Page 11 IV. Enforcement Specifications A. Areas to Be Treated All areas to be treated under this contract shall be within the unincorporated portion of Weld County as established by Section 35-5.5-109, CRS, or within municipality boundaries with written approval from the municipalities governing board. B. Class I Herbicide Classification Class I is field spraying. The minimum equipment required is a truck or pick-up mounted sprayer with a minimum tank capacity of one hundred (100) gallons. Sprayer must include a boom with nozzles spaced according to manufacturer's specifications and capable of delivering a minimum of ten (10) gallons per acre with a minimum swath width of fifteen (15) feet. C. Class II Herbicide Classification Class II is handgun applications. The minimum equipment required is a truck or pick-up mounted sprayer with a minimum tank capacity of two hundred (200) gallons. The handgun attachment must be capable of delivering a minimum of fifty (50) gallons per acre and having a minimum of 100 hundred (100) feet of hose. D. Class III Herbicide Classification Class III is hand applications. The minimum equipment required is a backpack or hand-held sprayer with a minimum tank capacity of three (3) gallons. E. Class IV Herbicide Classification Class IV is cut stump treatments. The minimum equipment required is a backpack or hand-held sprayer with a minimum tank capacity of three (3) gallons and chainsaw or other mechanical tools as appropriate. F. Materials and Equipment The Contractor shall supply all materials and equipment including, but not limited to, herbicides, water and sprayers 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 4.0 lb. active ingredient per gallon 2. Dicamba 4.0 lb. active ingredient per gallon 3. Picloram 2.0 lb. active ingredient per gallon 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 BID REQUEST #B1700047 Page 12 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. Herbicide Application Record The Contractor for herbicide applications 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. I. 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. 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 BID REQUEST #81700047 Page 13 J. 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. K. 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. L. 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. M. Down Time and Unforeseen Circumstances For the purposes of this contract, the term "down time" shall be defined as any project time spent in non- productive activities such as, but not limited to: time spent gaining access; time required to secure Weed Division or Sheriffs office assistance for access; Landowner interference; Extreme operating conditions, such as trash removal or unseen field conditions. There shall be no "down time" for Class IV roadside noxious weed control applications. Down time shall NOT include: equipment difficulties; equipment breakdown; employee negligence or illness. Payment for any activity billed to the County as "downtime" shall be contingent upon the approval of the Weed Division Supervisor, and shall not total more than two hours per parcel. VI. Work Order Request and Payment A. Notice to Proceed - The Weed Division Supervisor shall call the Contractor and discuss the work to be performed. The Contractor shall have the right to refuse any job. Refusing more than fifty percent (50%) of assigned jobs will result in the termination of this Agreement. B. Contractor's Cost Estimate - The Weed Division Supervisor will develop a written work order based on bid prices. At the On -Site Meeting the work order will be reviewed, the start date and an estimate of time required to complete the work will be filled in. C. Work Order - Upon receipt of and agreement with the Contractor's cost estimate and time to complete, the Weed Division Supervisor shall provide the Contractor with a signed Work Order (see Exhibit A). The Contractor shall begin and complete the work as agreed to in the estimate. A signed/accepted cost estimate will be the Notice to Proceed with the onsite meeting. BID REQUEST #81700047 Page 14 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) 400-3770 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. Warran 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 re -treat (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 Please see Section 6 on Page 9. BID REQUEST #B1700047 Page 15 2017 BID SCHEDULE FOR SPRAYING CONTRACT All spaces must contain a bid price in the units indicated. Bid Item Region 1 Region 2 Region 3 Region 4 Class I Class II Class III Class IV 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 Down -Time Charge: per hour Herbicides Dollars Quart, Pint or Ounce Rate 2, 4-D Amine Dicamba Picloram Telar Milestone Plateau Habitat Garton 3A Garlon 4 Non -Ionic Surfactant Methylated Seed Oil Surfactant PROPOSAL SUBMITTAL REQUIREMENTS: Please return the following to Weld County Purchasing via the "bid delivery" instructions described on page 4. o Complete and return signature — page 17. o Complete and return bid schedule — page 16. o Complete and return pages 20, 21, and 22. BID REQUEST #61700047 Page 16 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. #81700047. 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 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. 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 CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE _ SIGNATURE E-MAIL DATE FAX TAX ID # **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 1- 8. BID REQUEST #81700047 Page 17 Exhibit A Enforcement Services Contract Cost Estimate and Work Order Herbicide Spraying Mowing Contractor: Fax #: Please be advised that Weld County requests a Written Cost Estimate on this form, and Notice to Proceed on the following project: Landowner Name and Address: Property Parcel Number: Legal Description: Targeted Species: Visible evidence of prior treatment: Bid Item Item Description Bid Costs Acres Quart/Pint/Oz. Hours Current Job # Acres Current Job Est. Cost 1 Class I Mowing 2 Class II Mowing 3 Class III Mowing 4 Class I Spraying 5 Class II Spraying 6 Class III Spraying 7 Class IV Spraying 8 Herbicide 9 Herbicide 10 Surfactant 11 Down Time Subtotal: Extra Items Region 1 Region 2 Region 3 Region 4 Set -Up Charge** Total Estimated Cost Contractor's Signature: Actual Start Date and Time: County Weed Division Supervisor: Herbicides: 1. Trade Name EPA Registration # Application Rate Actual End Date and Time: Date: Date: 2. Trade Name EPA Registration # Application Rate Temperature F Wind Direction and Speed MPH Soil Condition: Wet Dry Cloud Cover BID REQUEST #81700047 Page 18 Exhibit B Regions of Weld County 424741 IQibw ,¢4a, 0244, ius. 4;a' RNw ,(Lou 4fl4, Ow gilled esiov ///A/ TioA/ TVA/ rpd .�►A>rjlhy� — r's•v"- Ar, Oa as - • aam IZENSIII15111-41219; Q t p®86� OCRIS • tlacgalriegral l�!Sac7appaajma°uaapapa88tOaDGaamO..om��-� —ee .Ia1 Oa OnDDODDDD. 7adi�Dc;anoccallAgaa pi aancluao uncial clog • ®eg°a OD . =JOOa_a°aoO A ■ain �Oppgy 4r ..1 oddaa{ aOp i • ao.=naa.••noaoaac *aa^-a La iiiii J/;W_�I'r Y4 iiir..2 l,7a717'.11�% 'IG "1 CI• uuD 7i =a=a _mac rO '9ItE e0i7�i17. . DDL uD^�..- a:1a��0 r••• an C 2 aaaet�•S aeoco - ....ma oaoaoaaa oa!!CC rea arnacicOgIF•r't1 ooar aaA4� aa°Oaa°L noon 0 Da.70Qaa-. °fiai:ORt I FID I �g °�a'aoma Rio ac (rCaa•Ic rxaEP- =a Gpa an pa w.. a atria MILDO°OOm paaa°aan=lam= / �yy^I C Iaatl =Omm 'DODa s* a I 544 -la p ioy_■aQQg®•'4 !!� C -. alIaoDmoaoD qqQum p paaa6ar° OG�� 0._r 4......,.......... ,,,.„.c,,...,,,,,,,„- 40a • aD r aL oaocwoaaaama aar LOODOO61�aDID CM C acarsoo q`�aapaD Im a� a p. nnQ 00 .tom Q�C Opp®aa DaCa0����® Np1 C J 1��70° r. ar.a1dl 7] v a at. 8 a Q& �247w ‘2610 45-O- /QiiRw I43" /low Milo ff ---0;74, x "Er, --1lam naN I- Nw.f�7 nu MGM - MINTEIAR Mil WOW seousdR ma r • T%N WILD COUNTY IMM MU r BID REQUEST #61700047 Page 19 Experience and References Please provide a brief description of your experience with spraying or mowing. Include years of work, types of projects worked on and any other pertinent information available. Describe equipment to be used. Please provide contact information for at least three (3) business references. Name: Name: Address: Address: Phone: Phone: Service provided and dates: Service provided and dates: Name: _ Address: Name: _ Address: Phone: Phone: Service provided and dates: Service provided and dates: TRIIIIIIIIIIIIIIIIIIIIIIIIIMIIIIIIIIIIMINIIISIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIMMIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIMMINI BID REQUEST #81700047 Page 20 Form Wm9 (ev.August pg) Donatoloan nw.a�Ihe Sea Treasury Request for Taxpayer identification Number and Certification Give Form to the requester. Do not Mild to IM IRS. iCheck !, imai Name (as shown an yam income tax ratan) Bushes nrnaalaeprded enNy name, if daerent from tarn appropriate ❑ bdvkleyade ❑ Liatet febeiy bat for federal tax daeefwaton: premium D C Corporation O S Corporation O Pathadep ❑ emery. Fides the tax classification (C., eapartion. s_S capaaEwn, P=patrarahp)► Trusteelate Enplane Exempt payaecode Exemption code Of any) bte instructions): Grata) tem FATCA repoarg ■ Oder gee Mtntw)► Address (member, seed, and tip. or sake no.) Aeoaatets name and Street (optimal) City, state, NW 2P code Lint account minds) hare than* avow Enter your TIN in the appropriate box. The TIN provided mutt match the none given an the "Name" Ike to avoid backup whhhdatg. For indiid as, this le your social security number (SSM. However, for a resident alien, sole proprietor, a doegarded entity, see the Pan I Instructions on page 3. For other entities, It is your employer identification number (EIN). If you do not have a camber, no How to get s TIN on pegs 3. Note. if the accord Is in more than one name, see the chart at page 4 fa guidelines an whose number to ant. kW Certification Under penalties of witty, I certify that t The number shown on this farm is my correct taxpayer identification number (a I am waiting for a number to be issued to me), aid 2. lam not abject to backup Mlhddng because: (alien exempt from backup withhddng. or tb) I have not been notified by the Internal Revenue Service QRS) that I am subject to back w wibMoldng as a result of a failure to report all merest or dividends, a (a) the IRS has notified me that am no longer subject to backup withholding, and 3. I am a U.S. citizen or other U.S. portion Weaned below), and 4. The FATCA codas) entered on this form Of ay) burcatng that I an exempt from FATCA reporting is correct Certification instnpikn.. You must cross out hem 2 above If you have been notified by the IRS that you ay cannily subject to backup wf hholdng because you have faded to report all interest and dividends on your tax resin. Fa real estate transactions, Item 2 does not apply. For mortgage interest pad, acquisition or abandonment of seared propety, cancellation of debt, contributions to an individual retirement are genes t QRA and generally, payments other then interest end dividends, you are not rewired to sign the certification, but you must provide your correct TIN. See the instructions on page 3. Sign Here Seat lasso mwber Eneley.r Yen-EeMon ramb- minas. of U.S. neon ► Dale► General Instructions Section references are to the Internal Revenue Code rats. otherwise noted. Fine davelapmante. Me RS has stied a page on RS.gw to information tan Fern W-9, at wwwia.gov/wl Intimation about any fulcra developments ataca g Form W-9 (stn as kaestim noted after we mess cwt be posted m that page. Purpose of Form A palm who s requred to go an information ratan with the RS must tan your coned taxpayer identification number (TN) to repot, for example, ncome paid to You. Payments made to you in settlement of payment card and third pay network transactions, real estate Paeectiaa, mortgage interest you paid, acquisition a abandonment of secured property, cancelabm of debt, a continua you made to an RA Use Form W-9 oily it you areal -KS- person tintaeeg a resident slim), to provide your correct TIN to the person requesing it (the requntet) and, when applicable, to: 1. Cady that the TIN you ere giving is correct (a you we waling for a number to be issued), 2. Certify that you are not subject to baclip witNddrg, a 3. Clam exemption tom backup wjthlddig if you are a U.S. exempt payee. It appicable, you are also certifying that as a U.S. person, yam allocate share of any partnership income tan a U.S. bay a dams s not subject tote withholding to an foreign perinea' share at naivety a nacted income, and 4. Certify tat FATCA code(s) entered on to bon (A any) ndahg that you are exempt tam the FATCA repains is oared. Net . If you are a US_ paean and a requester gives you a tam Maw than Fora W-9 to request your TN, you must we the requester's form if i s substantially emit to tie Fmn W-9. Ataln eta U.S. papa For federal tax pupas, you as considered a U.B. person it you are: • An individual who's a U.S. citizen a U.S. resident bay • Aparaaalp, corporation, canary, a association created or crgaared m the United States a under the laws of the united States, • An estate (other than a foreign estate), a • A domestic that (as defined in Regulations section 301.7701-1). Special ales for partnerships Paihrorsliae that conduct a Wade or business in the (Ffted States are generaly revved to pay a withholding tax under salon 1446 m any foreign pains' share of effectively connected taxable name train such business. Futter, in certain cases where a Fain W-9 has not been received, the rules undo( aectan 1448 require a motheaten to presume that a patios a foreign parson, and pay the section 1448 wiHgkang tax iheeiae, if you are a U.S. peon tat is a paint in a partnership conducting a trade or deists nthe United States, provide Fork W-9 to the arnasiip to establish your U.S. state ad avoid section 1446 withholding on your stare at partnership income Cat. No. 10231X Form W-9 (Rev. a-2013) BID REQUEST #B1700047 Page 21 COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT PROJECT NO LCCAIpN I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to m ae the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who Is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who le a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 28. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who Is a bidder or potential prime bidder to refrain from blddup on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an Intentionally high, noncompetitive or other form of complementary bid on this project 4. The bid of my firm is made in good faith and not pursuant to any consultation, consnunicatbn, agreement or discussion with, or inducement or solicitation by or from any fine or person to submit any Intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale ot materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether In connection with this or any other project, In consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 8. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firms submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I have made a diligent Inquiry of all mentors, officers, employees, and agents of my firm with responsibaitles relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit 8. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Comrades Pm fir company rime By Dale Tone 2nd wnl,aoba Ann orm,lpsly mine NI Ibnl nonl n ) By Dale Title Sworn to before me this day of, 20 Wary NANG My opmnosan °e rem NOTE: This document must be signed In Ink. COOT Faun 0000 1101 BID REQUEST #81700047 Page 22 M CI COOCl Cl O U O t m Cl z a) O H N Z E O O Y W in W MCCO j zr 3 U)oN a a C r} On, 0 M 7 O 3 b 66 v4' E erne 0 = = ci J O CO a c m W w ? EO 3WrWOLLa m m a r a € If 3 N O O— a NA x .KOO -o O IL c%•1 4-W >. BOO ¢x W o Z 0 u. w g ccamAw Wya Op F U- „.. 0 Li OOz-¢o mwwwo 2*4 OwmOwO wU'dzwa. °maa¢ m re O G z w w w — D o VUN = O Q ¢¢ = O f9 0 8 0 0 1 1 C 0 Or0 C4 v) 64 V* I C _>° 0wow t' O N 0 0 W m x O W m7 x000 rN 0000 111 0 0 0 0 I I �j0 co a M W S C ' ' O 0000 .' 5555° 55552 U(U"(0U l UUUU Nm 4 zzzzu ZZZZO 0000; 0000; OOO5-- 0000- W W W W O W W W W O recerere ttf. re CS wwjXo OOOO N 0000 11 666 000)CO h.- 0 0) >≥9 wW woou UU==N 0000 w o n • 0 W M m fo iia 0(000 00(00'. 55552 55552° UUUU l UUUU m ;;;;2 MMC+)M a zzzzu zzzzu 0000g OQOOn 07555 OOO5- W W W W O W W W W O wnnaE weea'xo o r 0 IT, O iCO Uo0 Da -O mac OF! w J "DOWNTIME CHARGE FOR ALL REGIONS IS $45.00/HOUR" HERBCIDES N z J 0 0 MQQZ]QQ<<WW apmmoDrpoaa DOOo-dOdd» (+JCo000CDOOLOOO to Co )O O O O O m, c> ei �unoin N CD 25 r O O) CO N M r 1.6 0 0 C _ CO 0 �c w CD DUD C pm Qa cz Cnvo5 Y c c �. o f°a`�1.5-°ooc U= Na a a oa - 2iaoo . N 6 V Lei r COO) O- U) W 0 5 W W Q 2 z 2 O N U wo O 0 >w Nab fro zw W W WI W F z• w o p a0 2Y W OO z3 J 0 J U 0 2 O CD W W a W U a- a W ll) _D o w w o m ma o c Et oo a'=006 Q Q= o Q a 0 0 u O o 0 O N11 O o 0 O II ' O > O 5555° 5555° 0000 UUUU rn EP gggm amp A. zzzz Q zzzz c) O_O_oo; 00008 0000 0000-- W W W w d w w w w d a'ma'c.P. wmwm€ W W r a o w W= j o 00 0o) 0VOO,o QQ==r UQS=� 0 0 O o s Q o O O fR O o O o u o 0 O O n 6006r 9o0m aSaa k oaf 00ww E' COrnrnw 2 0000'- 00UU'- 5555° 5555° 000046 0000 b 4t*%% 2 %%4%r zzzz° zzzz° o_o_o_o; _oo_oo 0000-- 0000. wwwwm wwwwm **DOWNTIME CHARGE FOR ALL REGIONS IS $50.00/HOUR** HERBCIDES re 5 0 zz wWw F 00 F-F-zDzzzDz<Q zza0»aca00 aaoo ooDOooin !n N� COtOONOO(0O) ONONrr6m NNNNNr6NN etMOOeSSOS Z O U w 0 5 0 rew a H 4S W W W F va 0 W Op W se OO 2� >. a0 zr OeZ� Fwm* e) UJco aO co W G W a moth h g w VU > w0 w ZR te Q aw NU CC a O 0 Z W wD]o wx2OO cUO2o UQ=0N Q000us 0000 O N in O O C; `g a ar C _O co win 2 CO CO CO U L 5552 5559 UUUU p) UUUU ZZZZ' 22220 0000g 0000; w W w w d w w w ww d E'd'OCQ OCwd'a'fn W W 2 O UU==O, 0000 O 000 II ice�p 0 0 # fA lAb'I wow c mmmN� W t r o XVOON O1)=2" 2 800 1► 0 o N 0 4sI _ _ > 2 NUtc2 0 0 0 U ,- LULLID j o xOO O()=2" aQ��us 80 88 H Ouj u) u)M tn CD CO CO S S �' N C N00U2 y00y� 5555.2 5555° UUUU w UUUU d EP ik 3t ik= It ZZZZ° ZZZZ° OO_OO OO a /Q/000 OOOO-- OO wwwwWWWW0 CLWx2CI) XXXXES W OC C U N LLI co I -re o m o 25° o n0(/)O Li ~WO RU 0cc Or)i--W **DOWNTIME CHARGE FOR ALL REGIONS IS $125.00/HOUR** HERBCIDES NNN NNNNNN OONOOOOOON h ° N N° N N N N N N O N CI r-(+) M M Co) C')MN .451 ")otn0000000en CD P.- 00 00 00 00 O o to Ouio in in ui00 o StesSstetasr »a C 0 0 (73 wo of ■_ W\ 2° Zw (® m§� as oz- I- a er Lured & co_ m§§ ck ko z 00 zw Fw gt mw a- 0 > wwms 53382$ «=iso m #m@? 49 I c z=}k wommE cocoa ****2 zzzzo 0000g §w§§0 XXCCCCr w XWE U3°0r <__� Cr3 r4§rf zz-0 GGQcoa 0(0(00'- 0000a a a a a2 zzzzo 0000; SE§w) xwwws zzzzo zzzzo 0000g ooacg 5000_ 0000- waaa$ 2wwwe ) ) L k§ §o+2 oz<0 W. §z -k §z\2 0 '- **DOWNTIME CHARGE FOR ALL REGIONS IS $63.00/HOUR•' HERBCIDES \ 0 WWWzooWWwuw 000zzz00000 §§§@RR§§§§§ QQQR&a00000 aaa�99ek»M§ 4922Q2kw_w__ 0 Z w <0‹■ 2201- a�4/ 000© §Zzi- u«=u .}/\ 0000 _0__ «««« 0 0000 ««««k 00000 00000 mmm_e WWWWM wwwww ===MM MEMORANDUM TO: Trevor Jiricek, Director of General Services DATE: March 8, 2017 i Supervisor x_e/v,. ��� FROM: Tina Booton, Weed Divis on Supe Jay McDonald, Public Works Director SUBJECT: Noxious Weed Enforgement Bid Bids have been received from several companies for enforcement spraying for the Public Works Department. The following are my recommendations for carrying out enforcement spraying throughout the County for 2017: Herbicidal Application Class I Primary Class I Secondary Resource Logic 188 Tlabi Drive Loveland, CO 80537 Fort Collins Tree Care 301 E. Douglas Rd Fort Collins, CO 80524 Set-up charge: $ 125-$175.00 Class I Regions 1: $30.00/Acre Class I Regions 2-4: $35.00/Acre Set-up charge: $ 125 - $250.00 Class I Regions 1,3,4: $50.00/Acre Class I Regions 2: $75.00/Acre * Class I is for field spraying. Chemical charges will be in addition to the labor charges.* Class II Primary Class II Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Resource Logic 188 Tlabi Drive Loveland, CO 80537 Set-up charge: $ 150.00 Class II Regions 1-4: $60.00/Acre Set-up charge: $ 125-$$175.00 Class III Regions 1-4: $85.00/Acre * 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 Class III & IV Secondary Hired Gun Weed Control 25307 CR 50 Kersey, CO 80644 Resource Logic 188 Tlabi Drive Loveland, CO 80537 Set-up charge: $ 150.00 Class III Regions 1-4: $40.00/hour Class IV Regions 1-4: $45.00/hour Set-up charge: $ 125 - $175.00 Class Ill Regions 1-4: $70.00/Hour Class IV Regions 1-4 $65.00/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.* oZo 7- fo,53T 1/450 4060741-- WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: mwaltersnaco.weld.co.us E-mail: reverettCD,co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 14th, 2017 REQUEST FOR: SPRAYING ENFORCEMENT SERVICES DEPARTMENT: PUBLIC WORKS DEPT -WEED & PEST DIVISION BID NO: #61700047 PRESENT DATE: FEBRUARY 22T", 2017 APPROVAL DATE: MARCH 8TH, 2017 (Contract will be 1 yr. term and may extend up to (2) years. (3 year term) VENDOR RESOURCE LOGIC 188 Tlabi Drive Loveland CO 80537 HERBCIDES 1. 2, 4-D Amine 2. Dicamba 3. Picloram 4. Telar 5. Milestone 6. Plateau 7. Habitat 8. Garlon 3A 9502_ 9. Garlon 4 10. Non -Ionic Surfactant 11. Methylated Seed oil surfactant SPRAYING SERVICES PRICE PER REGION & CLASS REGION #1 CLASS I - $30.00/ACRE REGION #1 CLASS II - $85.00/ACRE REGION #1 CLASS III - $70.00/HOUR REGION #1 CLASS IV- $65.00/HOUR (Set up charge for region #1 = $125.00) REGION #3 CLASS I - $35.00/ACRE REGION #3 CLASS II - $85.00/ACRE REGION #3 CLASS III - $70.00/HOUR REGION #3 CLASS IV - $65.00/HOUR (Set up charge for region #3 = $175.00) REGION #2 CLASS I - $35.00/ACRE REGION #2 CLASS II - $85.00/ACRE REGION #2 CLASS III- $70.00/HOUR REGION #2 CLASS IV - $65.00/HOUR (Set up charge for region #2 = $175.00) REGION #4 CLASS I - $35.00/ACRE REGION #4 CLASS II - $85.00/ACRE REGION #4 CLASS III - $70.00/HOUR REGION #4 CLASS IV - $66.00/HOUR (Set up charge for region #4 = $175.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $45.00/HOUR** DOLLARS $4.75/QUART $15.00/QUART $19.75/QUART $20.00/OUNCE $103.50/QUART $42.50/QUART $23.00/QUART $17.50/QUART $25.75/QUART $7.50/QUART $5.50/QUART 2017-0539 Page 2 REQUEST FOR: SPRAYING ENFORCEMENT SERVICES DEPARTMENT: PUBLIC WORKS DEPT -WEED & PEST DIVISION BID NO: #B1700047 VENDOR HIRED GUN WEED & PEST CONTROL 25307 CR 50 KERSEY CO 80644 HERBCIDES 1. 2, 4-D Amine 2. Dicamba 3. Picloram 4. Telar 5. Milestone 6. Plateau 7. Habitat 8. Garton 3A 9. Garton 4 10. Non -Ionic Surfactant 11. Methylated Seed oil surfactant SPRAYING SERVICES PRICE PER REGION & CLASS REGION #1 CLASS I - $65.00/ACRE REGION #1 CLASS II - $60.00/ACRE REGION #1 CLASS III - $40.00/HOUR REGION #1 CLASS IV- $45.00/HOUR (Set up charge for region #1 = $150.00) REGION #3 CLASS I - $65.00/ACRE REGION #3 CLASS II - $60.00/ACRE REGION #3 CLASS III - $40.00/HOUR REGION #3 CLASS IV - $45.00/HOUR (Set up charge for region #3 = $150.00) REGION #2 CLASS I - $65.00/ACRE REGION #2 CLASS II - $60.00/ACRE REGION #2 CLASS III- $40.00/HOUR REGION #2 CLASS IV - $45.00/HOUR (Set up charge for region #2 = $150.00) REGION #4 CLASS I - $65.00/ACRE REGION #4 CLASS II - $60.00/ACRE REGION #4 CLASS III - $40.00/HOUR REGION #4 CLASS IV - $45.00/HOUR (Set up charge for region #4 = $150.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $50.00/HOUR** DOLLARS $2.95/PINT $7.95/PINT $22.40/PINT $26.60/OUNCE $2.86/OUNCE $2.10/OUNCE $17.50/PINT $28.00/QUART $26.00/PINT $23.80/GALLON $21.95/GALLON Page 3 REQUEST FOR: SPRAYING ENFORCEMENT SERVICES DEPARTMENT: PUBLIC WORKS DEPT -WEED & PEST DIVISION BID NO: #B1700047 VENDOR FORT COLLINS TREE CARE 301 E. DOUGLAS RD FT COLLINS CO 80524 HERBCIDES 1. 2, 4-D Amine 2. Dicamba 3. Picloram 4. Telar 5. Milestone 6. Plateau 7. Habitat 8. Garton 3A 9. Garton 4 10. Non -Ionic Surfactant 11. Methylated Seed oil surfactant SPRAYING SERVICES PRICE PER REGION & CLASS REGION #1 CLASS I - $50.00/ACRE REGION #1 CLASS II - $85.00/ACRE REGION #1 CLASS III - $85.00/HOUR REGION #1 CLASS IV- $85.00/HOUR (Set up charge for region #1 = $125.00) REGION #3 CLASS I - $50.00/ACRE REGION #3 CLASS II - $85.00/ACRE REGION #3 CLASS III - $85.00/HOUR REGION #3 CLASS IV - $85.00/HOUR (Set up charge for region #3 = $125.00) REGION #2 CLASS I - $75.00/ACRE REGION #2 CLASS II - $100.00/ACRE REGION #2 CLASS III- $100.00/HOUR REGION #2 CLASS IV - $100.00/HOUR (Set up charge for region #2 = $250.00) REGION #4 CLASS I - $50.00/ACRE REGION #4 CLASS II - $85.00/ACRE REGION #4 CLASS III - $85.00/HOUR REGION #4 CLASS IV - $85.00/HOUR (Set up charge for region #4 = $125.00) **DOWNTIME CHARGE FOR ALL REGIONS IS $125.00/HOUR** DOLLARS $8.75/32 OZ $20.00/32 OZ $18.75/32 OZ $20.00/1 OZ $85.00/32 OZ $30.00/32 OZ $15.00/32 OZ $15.00/32 OZ $25.00/32 OZ $10.00/32 OZ $4.00/32 OZ Page 4 REQUEST FOR: SPRAYING ENFORCEMENT SERVICES DEPARTMENT: PUBLIC WORKS DEPT -WEED & PEST DIVISION BID NO: #B1700047 VENDOR SMITH ENVIRONMENTAL & ENGINEERING 1490 W. 121ST Ave, Ste. 101 Westminster CO 80234 HERBCIDES 1. 2, 4-D Amine 2. Dicamba 3. Picloram 4. Telar 5. Milestone 6. Plateau 7. Habitat 8. Garlon 3A 9. Garlon 4 10. Non -Ionic Surfactant 11. Methylated Seed oil surfactant SPRAYING SERVICES PRICE PER REGION & CLASS REGION #1 CLASS I - $136.45/ACRE REGION #1 CLASS II - $103.00/ACRE REGION #1 CLASS III - $65.00/HOUR REGION #1 CLASS IV- $80.00/HOUR (Set up charge for region #1 = $285.30) REGION #3 CLASS I - $126.28/ACRE REGION #3 CLASS II - $93.77/ACRE REGION #3 CLASS III - $64.54/HOUR REGION #3 CLASS IV - $76.08/HOUR (Set up charge for region #3 = $131.95) REGION #2 CLASS I - $141.29/ACRE REGION #2 CLASS II - $107.45/ACRE REGION #2 CLASS III- $65.23/HOUR REGION #2 CLASS IV - $81.89/HOUR (Set up charge for region #2 = $316.80) REGION #4 CLASS I - $132.36/ACRE REGION #4 CLASS II - $99.36/ACRE REGION #4 CLASS III - $64.82/HOUR REGION #4 CLASS IV - $78.45/HOUR (Set up charge for region #4 = $221.70) **DOWNTIME CHARGE FOR ALL REGIONS IS $63.00/HOUR** DOLLARS $.15/OUNCE $.59/OUNCE $.35/OUNCE $18.50/OUNCE $2.69/OUNCE $1.05/OUNCE $.48/OUNCE $.47/OUNCE $.77/OUNCE $.20/OUNCE $.33/OUNCE HERBIDICAL CLASSES:(SPRAYING) HERBICIDAL CLASS I - FIELD SPRAYING HERBICIDAL CLASS II - HANDGUN APPLICATION HERBICIDAL CLASS III - HAND APPLICATION HERBICIDAL CLASS IV - CUT STUMP TREATMENTS Hello