Loading...
HomeMy WebLinkAbout20141305.tiff � � 861 �..�- � I MEMORANDUM ) � � � �1TY TO : Clerk to the Board DATE: April 1 , 2016 FROM : Tina Booton, Public Work ^�-L �1,�.'�C=.CJG'� Jay McDonald, Director of Public Works SUBJECT: Consent Agenda Item Attached is the contract extension agreement for prairie dog control with An Animal and Pest Control. There are no changes in the bid price from 2014. This is the second extension of two extensions for this contract. Please add this contract extension to the consent agenda. �!�/��L"�'f �'�t 1������1� �/ T � J �o�� ,��/,�) ���,� c� � Pw (rg /�� o?diy- i 3a.5 � - /1- Z� I �O �" �� " � � �� cao�7o `+:�'- CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMEIVT OF PUBLIC WORKS WEED DIVISION AND AN ANIMAL & PEST CONTROL This Agreement Extension/Renewaf ("Renewal" ), made and entered into 8 day of March, 2016, by and 6etween the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works Weed Division. hereinafter referred to as the "Department", and An Animal & Pest Control hereinafter referred to as the "Contracto�' . WHEREAS the paRies entered into a� agreement on Aprit 22, 2014 (the "Original Agreement"}, identified as document 81400061/Document number 2014-1305: EG 0070. 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 previous Agreement ended on Apri110. 2U16. • The parties agree to extend the Original Agreement for an additional 12 month period, which will begin April 11, 2016, and will end on April 10, 2017. • 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 ihe second year e�ctension of up to two additional yearly extensions. 2. There is no change in bid prices from ihe original 2014 contract 3. The PO will not exceed $3,500. • All other terms and conditions of the Original Agreement remain unchanged . lN WITNESS WHEREOF, the parties hereto have duly executed Lhe Agreement as of ihe day, month, and year first above written . CONTRACTOR: . �2o �i� re Pv� re GC�- OW� e/t� APPROVED AS TO SU TANCE : Printed Name � �_ - _ - f�'—� � Signature Elected \i Department Head ATTEST: ���L'""� `1 � �� � AP �tO A FU IN Weld Co n lerk to the Bo d �° � /�, �il Controller — - - - --� -- BY: , ' tffii � BOARD QF COUNTY COMMISSIONERS APPROVE AS TO FO : WELD COUNTY, COLORADO �' — - � � County At ---- - -- --- �� � Mike Freeman , Chair APR 1 j 2016 Oirector of General Services � �f 130�' _ Tina Booton From: Sent: To: Subject: Don Scadden [don.scadden@animal-pestcontrol.com] Tuesday, March 08, 2016 7:35 AM Tina Booton Re: Weld County Prairie Dog Contract 44- b co avi We have no changes and We can extend. THanks On Mon, Mar 7, 2016 at 2:59 PM, Tina Booton <tbooton(&,,co.weld.co.us> wrote: I am inquiring to see if you are interested in extending the bid for one more year? Would there be any change in prices? Let me know so I can proceed accordingly. Thanks. Tina Booton Weed Division Supervisor Weld County Public Works PO Box 758, Greeley, CO 80632 970-304-6496 ext. 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. Don Scadden Operations Manager Animal & Pest Control Specialists 3800 E 64th Ave Commerce City, Co 80022 P 303-987-0842 F 303-431-4968 Don.Scadden uaAnimal-PestControl.com 1 ,���1���.��''"�, [.,. �-�' �� l��EM(JF�ANDLTM v>-�� ._ � ,- Y �,►� . �a_u . __ TO: Clerk to the Board DATE: August 7, 2015 RECEIVED _ � f� FROM: Tina Booton, Public Work J���c�J_ , ��Sr-y�� n"=-� A�� Q 7 �,,,,• Jay McDonald, Director of Public Wc�r�Cs WELD COUi���`t` SUBJECT: Consent Agenda Item COMMIS��nn���;:. Attached is the contract extEnsion agreement for prairie dog control with f1n Animal and Pest Control. There are no changes in the bid price from ZQ14. This is the first extension of two extensions for this eontract. I'leasc�add this cantract extensian to the con.sent agenda. f � ^-- . �_.... 'r�'"'. r w ,, /J �� � t,/ , _ c��- _ �c: ��J 7�/�G� - �9 � - � �20�5 �?d I�l 1305 g' ����� ��00 O 7 . �c�� CONTIiACT ACzREEMENT EXTENSIONJRENEWAL BETWEEN 7HE WELD COUNTY DEPARTMENT pF PUBUC WORKS WEED DIVI51ON �``��`�" l�ND AN ANlMA�&P�ST GONTROL This Agreemenf Extension/Renewal("Renewal"), made and entered into 4 day of AuausC,2015,by and between the Board of Weld County Commissioners,on behalf of the Weld County Department of Public Works Weed Division, hereinafter referred to as the"bepart►nent",and An Animal&PesC Contro!herein�fter referred to as the"ContractaP'. WMEitEA5 the parties entered into an agrE�mertt on April 22,2014(the "Original Agreemen�'), identified as document B1400061/Document numBer 2Q�,4-1305;�G 0070. ' WH�P,EA5 2he parties hereby agree to extend the term af the(3riginal Agreeme�t in accardance with tMe terrns of the Original Agreement,which fs lncorporated by reference he�ein,as weil as the terms provided herein. � NOW THEftEFORE,in consideration of the prernises,the parties hereto covenant and agree as follaws: • The previous Agreement ended on Apfit �3�Z0lS. . The parties agree to extend the Original Agreement for an additional 8 month period,wF,�ch wilt begln Au�ust 10,20S5r and will end on April 10t Z016. • The Renewal,together with the Original Agreement,constitutes the enYlre understanding belween the partles. The foilowing change is hereby made ta the Cqntract Dacuments: 1, This is the$rst year ex₹ension of up tv two additlanal yearly extensions, 2, There is no change in bid prices from the original 2014 contract 3. Th�Pp will not exceed$3,500. . All other terms and conditions of the Originai Agreement remain unchanged. _ IN WITNESS WMEREOF,the parties hereto have duly executed the Agreement as of the day,month, and year first abave written. CONTftACTDR: Oon Scadden .------ PrinCed fJam � APPROVED AS TO SU 5fiANCE: , 1 , � _. � = ,.�-�.., /,�� ,� _.. .- L ,�. � . Signatur� y �lec`Ce`d Of�'iei ar DeparErnent Head I�IL� `�,�� �c �;� A �' VED TO F DI� AT7EST: � � eld Co n Clerk ta the Board ControJler ��'� � BY: ' � APPROu�4�J' -- - BOARD OF C�UNTY Ct}MM155f()NERS ` �� WELb COUNTY,C�dLdRADO � Cpufity Attorney �� � � ll��� ,_;Barbara Kirkmeyer,Cha r DifectQr of General serv�ces � AUG 1 9 2015 a������� ��"� . cG��o � - Iq � xw***k#�****#****k<* REQUEST NO NO. #B 14Q0061 F'*�l'*h***S**YrYr'k*R'kh4* BOARD OF COUNTY COMMISSIONERS OF THE COUNTY OF WELD, STATE OF COLORADO, BY AND THROUGH ITS DIRECTOR OF GENERAL SERVICES DATE: MARCH 26T", 2014 PAGES 1 -7 OF THIS REQUEST FOR BIDS CONTAIN GENERAL lNFORMATtON FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLlCABLE FQR EVERY PURCHASE. BID SPECIFiCS FOLLOW PAGE 7. I. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Director of Generai Services (coNectively referred to herein as, "Weld County"), wishes to purchase the following: PRAIRIE DOG CONTROL - PUBLIC WORKSMIEED 8� PEST DIVISION A. Bids for the above stated merchandise, equipment, and/or services wil! be received at the Office of the Weld County Purchasing Department in the Weld County Administrative 8urfding, 1150 O Street Room #107 Greeley CO 80631 until: Thurs. 4/17/94 at 90:30 a.m. Weld Coun Purchasin Time Clock . II. INVlTATION TO BlD: A. Weld County requests bids for the purchase of the above-listed merchandise, equipment, and/or servrces. B. Sard merchandise and/or equipment shall be defivered to the location(s) specified herein. C. Bids shall include any and alf charges for freight, defivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net prrce which the bidder will expect the Weld County to pay rf awarded the bid. D. You can find bid information on the Weld County Purchasing websrte at http:/lwww.co weld.co.uslDepartments/Purchasing/rndex html located under Current Request for Bids. Weld County Government joined the Rocky Mountain E-Purehasing System. The Rocky Mountarn E-Purchasing System (BrdNetO) is an on-line notification system that ts being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on thrs one centralized system. E. Bid Delivery to Weld Countv— 3 methods: 1. Emafl. Emailed bids are preferred. Bids may be emailed to: mwalters co.weld.co.us or reverett(c�co weld co us. Emailed bids must tnclude the following statement on the emawL °I he�eby 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. Facsimiie. Bids may be faxed to 970-336-7226 attention °Purchasing". The vendor must include the followrng statement on the facsimile: "1 hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submit/mai! hard copies of the bid proposal. 3. Mail. {or drop of� Mailed bids should be sent in a sealed envelope with the bid title and bid nurnber on it. Please address to� Weld County Purchasing Department, 115Q O S#reet, Room #107 Gree(ey, CO 80631. Please cal! Purchasing at 970-336-7225 if you have any questions. III. INSTRUCTIONS TO BIDDERS: A Bids shall be typewrftten or written in ink on forrns prepared by the Weld County Purchasing Department. Each bid must gi�e the full busrness address of bidder and be signed by him with his usual signature. Bids by partnershrps must furnish the full names of a!I 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 (egal name of the corporation, fo!lowed 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 signafure A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing hrs prrncipal, may be held to be the bid of the individuaf signing. When requested by the Weld County Director of Genera� Services, satisfactory evidence of the authority of the officer signing in behalf of a corporation shali be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the condittons, requirements, specifications, and/or instructions of this bid as stated or implied heretn. All designations and prices shall be fully and clear�y set forth. A(I blank spaces in the bid forms shall be suitably filled in. B. 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 frxed for award. Negligence on the part of a brdder in preparrng the bid confers no rrght for the withdrawal of the bid after it has been awarded. C. Bidders are expected to examine the condrtions, specifications, and all instrucfions contained herein. Failure to do so wrll be at the bidders' risk. D. Bidders shall nof stipulate in their propasals any conditrons not contarned in the instructions and specifications herein, unless specifically requested by the special instructions attached hereto. Any proposal which fails to comply with the letter of the instructions and specifications herern may be rejected. E. Late or unsigned bids shall not be accepted or considered. It rs the responsibility of the bidder to ensure that the bid arrrves rn the Weld County Purchasing Department on or prior to the time indicated in Section I., entitled, "Notice to Bidders." F. When appraxrmate quantities are stated, Weld County reserves ₹he right to increase or decrease quantity as best fits its needs. G. Whenever requested, samples or descriptive matter shal! be fifed prior to the opening of bids. H. Any item supplied to Weld County shall be new and of the manufacturer's current model unless atherwise specified. I. In accordance with Section 14-9(3} af 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 qualrty. It is also understood that Weld County will grve 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}. J. All discounts shalf be figured from the date of delivery and acceptance of the articles, or in the case of an rncorrect invoice, from the date of receipt of corrected invoice, rf this be subsequent to deiivery and acceptance. K. Substitutions or modifications to any of the terms, conditions, or specifrcations of this which are made by Weld County after the bids have been distributed to prospective bidders and priar to the date and BID REQUEST NO#B:1400061 Page 2 � time of bid opening, will be made in writing_ No employee of Weld County is authorized in any way to modify any of the terms, conditions, or specifications of this brd without written approval of sard Director of Generaf Services. This is not to imply that bids will not be accepted or considered with specifications which are different frorn those herein. Any item which does not meet all the terms, conditions, or specifications of this bid, must be clearly indicated on a separate sheet of paper, attached to the bid specificatron and proposal she�ts and ret�rned with the bid. L. The successful bidder shall indemnify and hold harmless Weld County against all claims for royalties, for patents or suit for infringement₹hereon, which may be involved rn the manufacture or use of the material to be furnished. M. The successful brdder certifies that it shall comply with the provisions of C.R.S. § $-17.5-101, et seq. The successful bidder shall not knowingly empfoy or contract with an illegal alien to perform work under the contract or enter into a contract wrth a subcontractor that fails to certify to the successful bidder that the subcontractor shal! not knowrngly employ or contract with an iflega! alien to perForm work under the contract. The successful bidder represents, warrants, and agrees that it: (a) has verified that it does not employ any rllegal aliens, through participation in ₹he Basic Prlot Empioyment Verifrcation Program administered by the Socral Security Administratron and Department of Homeland Security, and (b) otherwise wrll comply with the requirements of C.R.S. § 8-17.5-102{2)(b). The successful bidder shall comply with all reasonable requests made in the caurse of an investigatian under C.R.S. § 8-�7.5-102 by the Colorado Department of Labor and Empioyment. If the successful bidder fails to comply with any requirement of fhis provision or C.R.S. § 8-17.5-1 Q1, et seq., Weld County may termi�ate the contract for breach and the successfu! bidder shall be liable for actual and consequential darnages to Weld County. Except where exempted by federal law and except as provided in C.R.5. § 24-76.5- 103{3}, if the successful bidder receives federal or state funds under the contract, the successful bidder must confirm that any individual natural p�rson eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76_S-103{4}, if such indivrdual applies for public benefits provided under the contract. If the successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citrzen of the United States or is otherwise lawfully present rn the United States pursuant to federal iaw, {b} sha(I 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. N. All goods shall remain the property of the seller until delivered to and accepted by Weld Caunty. O. Bids received prror₹o the time of opening will be kept unopened in a secure pface. No responsibility will attach to the Wefd County Director of General Services for the premature opening of a bid not properly addressed and identrfied. P. In submitting the bid, the bidder agrees thaf the signed bid submitted, a!I of the documents of the Request for Proposal contained hereln (including, but not (imited to, product spec�fications and scope of services}, and the iormal acceptance of the bid by Weld County, together constitutes a contract, with the contract date betng the date of formal acceptance of the bid by Weld Caunty. The County may require a separate contract, which if required, has been made a part of this RFP. Q. Weld County reserves the right to reject any and a(i bids, to waive any informalrty rn the brds, to award the bid to muitiple vendors, and to accept the bid ₹hat, in ₹he opinion of the Board of County Commissioners, is to the best interests of Weld Gounty. The bid(s) may be awarded to more than one vendor. R. Upon the electron by Weld County, no delivery of materials, equipment or services shafl become due or be accepted unless a purchase order shall firsfi have been issued by the Weld County Director of General Services. It is understood thaf it is necessary for all invoices to be made out to "Wefd County, Colorado," not to ₹he Depa�tment securing the merchandise. All invoices should be sent to: Weld County, Accounting Department, P. O. Box 758, Greeley, Colorado 8d632. B1� REQUEST NO#B140Q061 — - Page 3 � S. These rnstrucfions, the proposal forms, and specifications have been developed with the hope of raising the standard of purchasing negotiations to a fevel wherein all fransactions will be mutually satisfactory. Your cooperatron is invited. T, Confidentral financial rnformation of the bidder should be transmitted separatefy from the main bid submittal, clearly denoting in red on the financial information the word, and "CONFIDENTIAL." Brdders are warned that financial information submitted without such denotation may be subject to public disc(osure, pursuant to the terms of the Colorado Open Records Act. IV. DEFINfTIONS A. "Standard:" When the word "standard" is used in the spec�fication to describe an item of equipment or in assembly, it shal! be construed to mean that rtem or assembly so described shal! be the latest regular product of the manufacturer thereof, identified by a model or other designatron, without the modification or omission of any af its usua! parts or the substitution of others therefore, except as hereafter specified, detaiis, capacities and ratrngs, conforming in every respect to the said manufacturer's cataiog or other printed matter describing the item or assembly. Standard subassemblies, accessories, fittings, and finishes shall be construed ta be those which are regularly furnished as part of the principle unit or assembly and included in the selling price thereof. B. "Reputable Manufacturer:"A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior₹o the date set for open�ng of bids and who can demonstrate to the satisfaction of Weld County that said manufacturer has successfully rnstalled equipment of the type proposed to be furnished in at least three (3) instances and the performance of such equrpment has been satisfactory. Manufacturers having been engaged in the business of manufacturing said equtpment for a period of one (1} year prior to the date affixed for opening bids shafl, prima facie, be deemed t� have been engaged in such business a reasonabie length of time. C. "Or Equal:"The specifrc equipment mentioned shalf be understood as indicatrng the type, function, minimum standard of design, effrcrency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's equipment of camparable quality, design, and effrciency. V. GENERAL SPECIFICATiONS, CONDITIONS AND fNFORMATION A. Design� Unless otherwise specified, any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shalf be of superior quality and suitable to the use for which it is intended. The technical design sha!( be in line with the best practice in the industry and the materials and workmanship entering into the construction shal! be of the kinds and qualities which will ensure long life, dependability, and iow cos₹ of marntaining and repairing. B. Warranty: The successfui brdder shall warrant that: 1. The goods to be supplied pursuant to this bid are fit and sufficient for the purpose intended; and 2. The goods are merchantable, of good quality, and free from defects, whether patent or latent, in material or workmanship; and 3 The goods sold to Weld County, pursuant to this bid, conform to the minimum Weld Cnunty specifications as established herein 4. The successfuf bidder shall warrant that he has title to The goods supplied and that the goods are free and clear of afl liens, encumbrances, and security interests. Alt warranties made by the successful bidder, together with service warranties' and guarantees shall run to Weld County and its successors and assigns. BID RF.QUEST NO#61400061 — - �'age 4 � C. Service Calls in the First One Year Period: The successful bidder shall bear aN costs for mileage, ₹ravel trme, and service trucks used in the servicing {inc(uding 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 frrst one (1) year period after sard goods are first supplied to Weld County. D. General Information: Bidder shall submrt wrth their bids the following informatron pertainrng to the equipment upon which the bids are submrtted: 1. Detailed equipment specifications to rnclude the warranty. 2. Descriptive literature. E. Fund Avarlability: Financial obligations of the Weid County payabie after the current frscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bfd, Weld County does not warrant that funds will be avarlable to fund the cantract beyond the current fiscal year. F. Governmental Immunity: No term or conditian of the contract sha11 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-i0-101 et seq., as applicable now ar hereafter amended. G. Independent Contractor: The successful bidder shalf perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and thase of its agents and employees for all acts performed pursuant to the cantract. Neither the successfui 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' compansation 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 ar employees. Unemployment insurance benefits wril be available₹o the successful bidder and its employees and agents only if such caverage is made available by the successful bidder or a third party. The successful bidder shall pay when due al! applrcable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successfut 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 followrng responsibilities with regard to workers' compensation and unemploymenf compensation insurance matters: (a) provrde and keep in force workers' compensation and unempfoyment compensatron insurance in the amounts required by iaw, and (b) provide proof thereof when requested to do so by Weld County. H. Compliance with Law: The successful bidder shail strictly comply with all applicable federal and State I1ws, rules and regulations in effect or hereafter established, including without fimitation, laws applicabie to drscrimination and unfair employment practices. I. Choice of Law: Colorado law, and rules and regulations establrshed pursuant thereto, shall be applied in the interpretation, executron, and enforcement of the contract. Any provision rncluded o�incorporated herein by reference which conflicts with said laws, ruies and/or regulations shail be null and void. J. Binding Arbitration Prohrbited: 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 shafl be nuN and void. K. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the enfarcement of the terms and conditions of the contract, and ail rights of action reiatrng to such enforcement, shalf be strictly reserved to the undersigned parties and nothing in the contract shalf give or aflow any claim or rtght of action whatsoever by any other person not included in the contract It is the express intention of the undersigned parties that any entrty other than the undersigned parties receiving services or benefits under the contract shall be an incidental benefrcrary only. RIDREQUESTNO#B1�QOQFi[ _—_ --- - --- - Page 5 I L. Attorneys Fees/Legal Costs: In the event of a dispute between Weid County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be iiable to or responsible for the payment of attarney fees and/or legal costs incurred by or on behalf of the successful bldder. M. Disadvantaged Busrness Enterprises. Weld County assures that disadvantaged business enterprises will be afforded fu�l opportunity to submit bids in response to all invitations and will not be drscriminated against on the grounds of race, color, national origin, sex, age, or disability rn consideration far an award. N- Insurance Requirements. 1. General Re uirements� Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement af any work, the following insurance covering all operatians, goods or services provided pursuant to this request. ContractorslContract Professionals shafl keep the required insurance coverage in force at afl times during the term of the Agreemenf, or any extensron thereof, durrng any warranty period, and for three (3) years after termination of the Agreement. The required insurance shall be underwritten by an insurer frcensed ta do bustness in Colorado and rated by A,M. Best Company as "A"VIII or better. Each poficy 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 certrfied maif, return receipt requsstsd. Such written notrce shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-paymant 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 Contractor/Contract Professional. Con₹ractor/Contract Professional shall be responsible for the payment of any deductible or self-insured retentron. Caunty reserves the right to require Contractor/Contract Professional to provide a bond, at no cost to County, fn the amount of the deductible ar seff-insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requiremen#s. and these requirements do not decrease or limit the liability of Contractor/Contract Professionaf. Contractor/Contract Professional shall maintain, at rts own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and (iabilitres under this Agreement. 2. T es of(nsurance: Contrac₹or/Contract Professronal shall obtain, and maintain at all trmes during the term of any Agreement, insurance rn the following kinds and amounts: a. Workers` Compensation Insurance as required by s₹ate statute, and Employer's Liability fnsurance coverrng all of Contractor's Contract Professiona('s employees acting within the COUrse 8nd SCope Of therr employment. Fl, �,'.ntt)(norCla! G��€ra! �;aU��ity I;�si��anc� writien on i5u occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Cvntractors, products and compieted operations, blanket contractual liabifity, personal fnjury, and advertising Irability with minimum limits as follows: i. $1,000,000 each occurrence; ii. $2,000,000 genera( aggregate; iii. $2,000,040 products and completed operations aggregate; i�. $50,000 any one fire; and v. $500,000 errors and omissions. 3. Automobife Liability: Contractor/Contract Professional shail maintain iimits af $1,OOQ,004 for bodily injury per person, $1,000,000 for bodily snjury for each accident, and $1,000,000 for property damage applrcable to all vehicles operating both on County property and alsewhere. E3IU REQUEST NO #81400061 � — -- _ _ Page 6 � � 4. Addrtional Provisions: a. Policies for a11 general iiability, excess/umbrella fiability, liquor fiability and pollution liability must provide the followrng: i. !f any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved daims, Contractor shal( nofify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs in excess af policy limits; iii. Contractual liability covering the rndemnification provrsions of fhis Agreement; iv. A severability of interests provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provrsron that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or seff-insurance provided by Coun₹y. b. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the poficy rs a claims-made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whrchever is earlier. 5. Contractors/Contract Professionals shal! secure and deliver to Caunty's Risk Administrator ("Administrator") at or before the time of execution of this Agreemertt, 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 fiability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering al! operafions hereunder set forth in the related 8id or Request for Proposal. 6. Proof of insurance: County reserves the right to require Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the Counfy's Risk Administrator rn his sole discretion. 7. Additionai fnsureds: For generaf liability, excess/umbrella liability, poilution legal liability, liquor liabrlity, and inland marine; Contractor/Confrac₹ Professional's insurer shall name County as an additional insured. 8. Waiver of Subroaation: For all coverages, Contractor/Contract Professionaf's insurer shall waive subrogation rights against County. 9. Subcontractors: All subcontractors, subcontractors, independent contractors, sub-vendors, suppliers or other entities providing goads or services required by this Agreement sha11 be subject to all of the requirements herein and shall procure and marntarn the same coverages required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors; independent contractors, sub-vendors suppliers or other entities as rnsureds under rts polrcres or shall ensure that aN sa�contxactors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub-vendors suppliers or other entities upon request by the County. A provider of Professional Services (as defined rn the Bid or RFP) shalf provide the following coverage: Professional Lrabilr₹y: Contract Professional shall maintain limits of$1,OOQ,OdO far each claim, and $2,00O,OOQ aggregate Irmrt for all claims. BID REQUEST VO ttB1400061 � -- Page 7 *"'THIS BID IS FOR A ONE (1) YEAR CONTRACT-MAY 16'h, 2094 THROUGH APRiL 15t'', 2015 AND MAY BE RENEWED ANNUALLY FQR UP TO TWO (2) ONE YEAR EXTENTIUNS AT WELD COUNTY'S DISCRETION. AN ANNUAL COST INCREASE MAY BE REQUESTEQ BUT HAS TO BE MUTUALLY AGREED UPON*" PRICING: ITEM DESCRIPT(ON PER HOLE PRICE � PRAIRfE DOG GRADlCATfON.....ON CALL BASIS ROZOL $_� �.' ' , f- ZINC PHOSPHIDE �- � _� �-� � 1 ALUMINUM PHOSPHIDE $ 1 +'; PER JOB PRICE 2 SET-UP FEE/MC�BIUZATION � ��=�.� �.�. _�� 3� MINIMUM CHARG� l F t'C'- � E --�;��------- SPECIFICATIONS: 1. A question and answer period wil! be availabfe through April 10, 2014. 2- Weld County Weed Drvision will use the addresses and/or the gravei prt name as description for areas treated. 3. Set-up fee/Mobrlization is a ONE TIME fee for meeting at the treatment site and for dorng the wark. These two operations may not fall on the same day. 4. Possible treatment locatrons include: 1. Hoekstra (Hwy 119 and I-25) {possibly 250 holes}; 2. S�uthwest VVelci County Servrces Complex (SWWCSC) 4209 WCR 24 1/2 Longmont (possibly 100 holes}; 3. Southeast Weld County Services Complex (SEWCSC) 2950 9{� St Fart Lupton (possibly 12 holes). 4. 35�h Ave Communrcatian Tower 5. Copy of Commercial Appiicators License with category 302 endorsement. `"QUESTIONS REGARDlNG THIS BID MAY BE EMAILED OR FAXED TO PURCHASING BY A ril 10th 2Q94** Bids and questions may be emailed to mwalters anco.weld co us or reverett(a�co.weld co us. The fax number is 970-336-7226. - BID REQUEST NO#B1400061 _ Page 8 � The undersigned, by his or her signature, hereby acknawledges and represents that: 1. The bid proposed herein meets all of the conditrons, specifications and special provrsions set forth in the request for proposal for Request No. #B1400061. 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 Proposaf contarned herern (includrng, but not limifed to, product specifications and scope of services), and the formai acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to warve 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 ane vendor. , _ � . FIRM ��! 1 �" � t " ll e , � . . : �, , . ., _, � } :r, . �� . � � ���� ��" � - . — z � '� L` ' � C ' t.'C.,. �� V—:.��..L� (Pleas print � � BUSINESS - ) ADDRESS ;c �,; �'��( F f �, � � ���,� + / — � ! � t ', � �� i DATE � " ! , '� CITY: STATE, ZIP CUDE� .� `��~� !�, . �- r � ! (_ � . TELEPHONE NO`-�' 1 t I( ` �yJ:k.��AX i �_, .� ;�(�� � �'�� -� ..� � `�.�-- __ TAX1D#_ , - I . � �:��� , � SIGNATURE " " �����.. . E-MA{L �.�_ � 'l � 11 t � r � � tti: i ��� � � �� ��.- �� WELD COUNTY IS EXEMPT FROM COLQRADO SALES TAXES. THE CERTIFICATE OF EXEMPTlON NUMBER iS #98-03551-0000. YOU DO NOT NE�D TO SEND BACK PAGES 1 -7. B[U KEQU�ST[VO riB 1400051 � `----- Page 9 Y I k'THIS BID IS FOR A ONE (1) YEAR CONTRACT-MAY 16t", 2014 THROUGH APRIL 15`h, 2015 AND MAY BE RENEWED ANNUALLY FOR UP TO TWO (2) ONE YEAR EXTENTIONS AT WELD COUNTY'S DlSCRETlON. AN ANNUAL COST INCREASE MAY BE REQUESTED BUT HAS TO BE MUTUALLY AGREED UPON"" PRICING: ITEM DESCRIPTION PER HOLE PRICE 1. PRAIRIE DOG ERADICATION.....ON CALL BASIS ROZOL $ 0 ZINC PHOSPHIDE $ � � OD ALUMINUM PHOSPHIDE $ 2 n �7� PER JOB PRICE 2- SET-UP FEE/MOBILIZATION $ 9D� [�O 3. MINIMUM CHARGE � l Z �. Q� SPECIFICATIONS: 1. A question and answer period will be available through April 10, 2014. 2. Weld County Weed Division will use the addresses and/or the gravel pit name as description for areas treated. 3. Set-up fee/Mobilization is a ONE TIME fee for meeting at the treatment site and for doing the work. These two operations may not fall on the same day. 4. Possible treatment locations include� 1. Hoekstra (Hwy 119 and I-25) (possibly 250 holes); 2. Southwest Weld County Services Complex (SWWCSC) 4209 WCR 24 1/2 Longmant (possibly 100 holes); 3. Southeast Weld County Services Complex (SEWCSC) 2950 9�h St Fort Lupton (possibly 12 holes)_ 4. 35"' Ave Communication Tower 5_ Copy of Commercial Applicators License with category 302 endorsement. *`QUESTIONS REGARDING THIS BID MAY BE EMAILED OR FAXED TO PURCHASING BY A ril 10th 2014** Bids and questions may be emailed to mwalters(�a.co.weld.co.us or reverett(a)co.weld.co.us. The fax number is 970-336-7226. BID RhQUh�ST N0#B1400061 Page 8 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. #B1400061. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FiRM���'1�Ytr/Yzc�'� ��4�(rxi�o � ��DP i �is��s��BY �onni P ��- ��[,1.�''�'P �l 0.... BUSINESS (Please print) ADDRESS _�rQ,Gd � (,�Ll� ,�-UP DATE p r r � I�, ,� / L� CITY, STATE, ZIP CODE � � � � Z TELEPHONE NQ3��`C�I-O�^� FAX��;'�-`��f- 4L��v :� TAX ID#�`�����-C�'��,� SIGNATURE �/�-r���'�__ E-MAIL�'Pnn;e;p��r��l� �� -�;,�;;dl�oe5f<'r�r�lro�� C�'t 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 -7. BID R6QUEST NO#B1400061 Page 9 ■ ---__ — ��� PURCE-1 OP ID: TS A�ORO CERTIFICATE OF LIABILITY INSURANCE DATE�MMIDD/YYYY) 03l27l14 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND COIdFERS 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 Phone: 717-761-4712 CONTACT Christian-Baker Company NAME: P.O.Box 158 Fax: 717-761-5810 �a°No,E,q: jac,No�: Camp Hill,PA 17001-0158 e-Mni� James D.Pace ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC p �r,suReRa:AEGIS Security Insurance Co. 33898 �NsuReo Animal&Pest Control INSURER 8: Specialists Inc — 3800 E. 64th Avenue INSURER C: Commerce City,CO 80022 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY 7HAT 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 DESCRBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR � - ADDL SUBR� -� - - ---- - ---- LTR TYPE OF INSURANCE POLICY NUMBER P�LICY EFF POLICY EXP� MM/DD/YYYY MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 'I,000,00 A X COMMERCIAL GENERAL LIABILITY NWC337721 07/01/13 07/0'I/'I4 �A�AGE-�I��NTE6 � �� � - � � �-�� -- PREMISES�Ea occurrence� � ��,�� CLAIMS-MADE X OCCUR I MED EXP(Any one person) � $ �,�� -- PERSONALBADVINJURY � "I,000,000 X Herb/Pest Endt I I I -- � � �� -- � ---- -_ GENERAL AGGREGATE � $ Z,000,00 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-.COMP/OP AGG 5 Z,000,00 POLICV PRO- LOC - ..-- - --�� �$ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT - {Ea accidentj � ANY AUTO . BODILY INJURY(Per person) $ � ALLOWNED SCHEDULED -- --- --- -- � -� - --- -- AUTOS AUTOS � I BODILY INJURY(Per aceident) $ HIRED AUTOS � NON-OWNED I �PROPERTV DAMAGE� � �� - - . . , AUTOS � � _�Per accident) � �— $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE � $ DED RETENTION S � � WORKERS COMPENSATION WC STATU- OTH- AND EMP�OYERS'LIABILITY Y�N . T_ORY LIMITS . ___.ER._,. . ANY PROPRiFTOR�PARTNER/EXECUTNE E L EACH ACCIDENT S OFFICER/MEMBtR EXG_UDED� ❑ N�A . _.__ __ .._. . ___ __ (Mandatory in NH) E1.DISEASE-EA EMPLOYEE $ If yes descnbe under ' . ._ _ __ ___ _�__ . DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 5 DESCRIPTION OF OPERATIONS/IOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) CERTIFICATE HOLDER CANCEL�ATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE OELIVERED IN For Information Purposes Only ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE � � P� O 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD �� ANIMA-1 OP ID:TV A��RO CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 04/15/2014 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 CONTACT CRS Insurance Brokerage NaMe: Jeffrey Berven Commercial Risk Solutions DBA jAi°;No,E,t�:303-996-7801 F'°x 6600 E.Hampden Ave. E-MAi� �ac,No�: 303-757-7719 Denver,CO 80224 ADDRESS: Jeffrey Berven INSURER�S�AFFORDING COVERAGE NAIC# in,suReRn:Westfield Insurance INSURED An Animal&Pest Control ir,suReR e:Pinnacol Assurance Specialists, Inc. 3800 East64th Avenue INSURERC: Commerce City, CO 80022-2213 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS IN3R� � ADDL SUBR � -- - � - � �- - � LTR TYPE OF INSURANCE POIICY NUMBER MMIDD/YYYY MM/DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S aniMs-nnnoE occuR NO COVERAGE WITH CRS 6AM��6�� - � � � PREMISES(Ea occurrence) � ` _— MED EXP(Any one person) �� $ . .i --- � ----- ,�. ��.--- _ _ _. __ I . PERSONAL&ADVINJURY I $ GEN'L AGGREGATE LIMIT APPLIES PER- ' I GENERAL AGGREGATE $ ' PRO- -- -- — POUCY JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: - -- ��---�� . .. . AUTOMOBILE LIABILITY EO aBIN�eDtSINGLE LIMIT $ �,OOO�OO A X ANv Auro X CWP1279118 04/02/2014 04/02/2015 BOo��v w�uRv�Per person� S ��. ALL OWNED SCHEDULED � -� --- -- ----- AUTOS , AUTOS BODILY INJURY(Per accidenq� $ X X NON-ONMED PROPERTY DAMAGE ---� HIRED AUTOS _ , , AUTOS �Per accident) `' $ UMBRELLA LIAB OCCUR EACH OCCURRENCE 3 EXCESS LIAB CLAIMS-MADE NO COVERAGE WITH CRS AGGREGATE 3 DED RETENTION$ � � WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y�N X _STATUTE _ER B ANY PROPRIETORiPARTNER/EXECUTNE X 3236138 �3����20�4 03/01/2015 E L.EACH ACCIDENT $ ���0��0� OFFICERIMEMBER EXCLUDED� , ❑N�A . __ __ ,. _ _. (Mandatory in NH) E L DISEASE-EA EMPLOYEE' $ �,��0,�� If yes..describe untler � -- - � - - . ._ . DESCRIPTION OF OPERATIONS befow E L.DISEASE-P0LICY LIMIT $ 1,000,00 DESCRIPTION OF OPERA710NS l LOCA710NS I VEHICLES (ACORO 101,Atlditional Remarks Schedule,may be attached if more space is required� Auto Liability and Workers Compensation policies include a waiver of subrogation endorsement as required by written contract. All policy terms, conditions and exclusions apply. CERTIFICATE HOLDER CANCELLATION BIDCERT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN For Bidding Purposes Only ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE � ����� O 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD � � � �''� C7 O � � o = o O O 0o N U o 0 O (n O � ? N o o Q T O Z 63 b9 EA � � � 7 N Z m � � U °�, 0 � � O � U X J 2 O N � w W (� � � � O � 2 � �* 0 3oN H � E � o � � C� p � o° � � � C° = oo o o � C° ch U F � .. �., °' a o � � Z N (p � '�p � � � N �' � N 3 > � I� � EA EA EA � Z � � � � � � w Z � U cn O � 00 = = ai UQ J o N c6 c W � � E � cXu � � wwa � � 0O a� w Z � o L � w � = o � � �' � O « Z � �n o � � a� � iu � � � o �n �, o W � � � O � � » � L 2 � Q J = V 7 N � O 2 Q �- u. o `� p Q T � � � � a C � � � O W E a QW � rn -- p � Q c c � J W � J fl- > � N � Q � J W U U2 O d N � o a�o o v 'C Za � � � o c� o O � � a � �» � U � � w � � � _ rn � � � 0 o pw � rn U � N } U U � � J Q = OO 00 O p � � � � �' � b4 � � � � � . � X X = � N � � � N Q Q � J U a E � QZ O z � o o O — � �. � cn U U mN � d J W p � cn p0 O � � Z Q" v U � W Q W � V cn Z � � � � o � � U � C9 Y � O Z �' v� � F- W O > � c� U W � .. o ? W � � o cj � o v � � � c� � � � � � U w Q (A �j � Lu J � — Z o �- c� rn U � � wQ � am � ° wo � z � � � ; � -� � o � o � w ., aaao u� � � U � v � � O � 3 � � E u� a O � Z � Z � W � wU Y 2 � p Cn � w �1� ti � � � I--� � O aZ > U w � OQ � � co � N U W � �. � C� w�� ! � � Ze- � ot3 � QW � O � �u~i I— O � � � � � d ZOD � _� �p W m Z J = Z �n O � � (� � W ,`+ � L� � � � > QJ � � � 2U Z � Z w O O O � � � 0 � 2 .� �) OW � p � Q � w � Uw w � m 2 (n Cn c� Z UF- O �� , �� � C='l � Z Qu � � � o � � oci � � � � U �� Qww � z � � O � � w � °' w> O � � >w � � � � � m Q (nC'') U = NY (n � > � � N M V ~ Q > m � MEMORANDUM TO: Trevor Jiricek, Director of General Services DATE: April 22, 2014 FROM: Tina Booton, Weed Division Supervisor Jay McDonald, Director of Public Works SUBJECT: PRAIRIE DOG CONTROL PUBLIC WORKS DEPTIWEED & PEST DIVISION The Weld County Public Works Department/Weed and Pest Division placed a bid for prairie dog control options on County maintained facilities. The treatments are implemented on a case by case basis, usually driven by complaints. This bid contract is renewable at one year terms for up to two additional years. The request/bid number for this contract is B1400061 Attached are the low bidders that will be used, as needed, in 2014 to address prairie dogs on County maintained facilities. This contract is less than $7,500. AN ANIMAL & PEST CONTROL SPECIALIST INC 3800 E 64TH AVENUE COMMERCE CITY CO 80022 HIRED GUN WEED & PEST CONTROL 25307 CR 50 KERSEY CO 80644 Aluminum Phosphide: $2.75/hole Minimum charge: $125.00 Set-up charge: $90.00 Rozol: $1.87/hole Zinc Phosphide: $1.87/hole Minimum charge: $150.00 Set-up charge: $150.00 2014-1305 4L 23- ptiol�l Hello