HomeMy WebLinkAboutCOLORADO MOSQUITO CONTROL - CONTRACT - CONTRACT - MOSQUITO CONTROLSERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below by and between
THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the
"City" and Colorado Mosquito Control, Inc., hereinafter referred to as "Service Provider".
W ITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
Scope of Services. The Service Provider agrees to provide services in accordance
with the scope of services attached hereto as Exhibit "A", consisting of three (3) pages, and
incorporated herein by this reference.
2. Time of Commencement and Completion of Services. The services to be performed
pursuant to this Agreement shall be initiated on June 23, 2003. Services shall be completed no later
than October 6, 2003. Time is of the essence. Any extensions of the time limit set forth above must
be agreed upon in a writing signed by the parties.
3. Delay. If either party is prevented in whole or in part from performing its obligations
by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the
party so prevented shall be excused from whatever performance is prevented by such cause. To
the extent that the performance is actually prevented, the Service Provider must provide written
notice to the City of such condition within fifteen (15) days from the onset of such condition.
4. Early Termination by City/Notice. Notwithstanding the time periods contained herein,
the City may terminate this Agreement at any time without cause by providing written notice of
termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to
the termination date contained in said notice unless otherwise agreed in writing by the parties. All
notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to
the following addresses:
SA 10/01
ACOR ,,M CERTIFICATE OF LIABILITY INSURANCE DATE /)
02/10/202003
PRODUCER (914)428-2929 FAX (914)428-0943 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
B. & D. A. Weisburger, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
5 Waller Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
White Plains, NY 10601
INSURERS AFFORDING COVERAGE
INSURED Colorado Mosquito Control Inc INSURER A: *WESTPORT
9999 Old Wadsworth Blvd. INSURERB:
Broomfield, CO 80021 INSURER C.
INSURER D:
INSURER E.
i engif-LH*1y
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE MM/DD/YY
POLICY EXPIRATION
DATE MM/DD/YY
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE O OCCUR
PC 2034997-0
01/01/2003
01/01/2004
EACH OCCURRENCE
$ 2,000,000
FIRE DAMAGE (Any one fire)
$ 100,000
MED EXP (Any one person)
$ 5,000
PERSONAL & ADV INJURY
$ 2,000,000
GENERAL AGGREGATE
$ 2,000,000
GENT AGGREGATE LIMIT APPLIES PER:
X POLICY PER
JECT LOC
PRODUCTS -COMP/OP AGG
$ 2,000,000
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
COMBINED SINGLE LIMIT
(Ea accident)
$
BODILY INJURY
(Per person)
$
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGG
$
$
EXCESS LIABILITY
OCCUR O CLAIMS MADE
DEDUCTIBLE
RETENTION $
EACH OCCURRENCE
$
AGGREGATE
$
$
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
W A - -
TORY LIMITS ER
E.L. EACH ACCIDENT
$
E L. DISEASE - EA EMPLOYEE
$
E.L. DISEASE - POLICY LIMIT
$
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
ERTIFICATE HOLDER IS NAMED AS ADDITONAL INSURED WITH RESPECT TO PEST CONTROL OPERATIONS
PERFORMED BY THE ABOVE NAMED INSURED
I11G IlVGV G,� AUUI I IUNAL I N,UKLU; INJUKLK Lt I I tK n liM1YV CGGM I IWIN
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Ft. Collins EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
James B. O'Neill, Purchasing Director 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
215 N. Mason St. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
P.O. Box 580 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
Ft. Collins, CO 80522-0580 AUTHORIZED REPRESENTATIVE
City:
City of Fort Collins, Purchasing
P.O. Box 580
Ft. Collins, CO 80522
Attn: John Stephen
Service Provider:
Colorado Mosquito Control, Inc.
9999 Olde Wadsworth Blvd.
Broomfield, CO 80021
Attn: Mike McGinnis
In the event of early termination by the City, the Service Provider shall be paid for services rendered
to the date of termination, subject only to the satisfactory performance of the Service Provider's
obligations under this Agreement. Such payment shall be the Service Provider's sole right and
remedy for such termination.
5. Contract Sum. The City shall pay the Service provider for the performance of this
Contract, subject to additions and deletions provided herein, the sum of Twenty-five Thousand
Dollars ($25,000.00). The Cost Breakdown is included in the Scope of Services (Exhibit A).
6. City Representative. The City will designate, prior to commencement of the work, its
representative who shall make, within the scope of his or her authority, all necessary and proper
decisions with reference to the services provided under this agreement. All requests concerning this
agreement shall be directed to the City Representative.
7. Independent Service provider. The services to be performed by Service Provider are
those of an independent service provider and not of an employee of the City of Fort Collins. The
City shall not be responsible for withholding any portion of Service Provider's compensation
hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any
other purpose.
8. Personal Services. It is understood that the City enters into the Agreement based on
the special abilities of the Service Provider and that this Agreement shall be considered as an
agreement for personal services. Accordingly, the Service Provider shall neither assign any
responsibilities nor delegate any duties arising under the Agreement without the prior written
consent of the City.
9. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of
SA 10/01
2
the services shall not be construed to operate as a waiver of any rights or benefits provided to the
City under this Agreement or cause of action arising out of performance of this Agreement.
10. Warranty.
(a) Service Provider warrants that all work performed hereunder shall be
performed with the highest degree of competence and care in accordance
with accepted standards for work of a similar nature.
(b) Unless otherwise provided in the Agreement, all materials and equipment
incorporated into any work shall be new and, where not specified, of the most
suitable grade of their respective kinds for their intended use, and all
workmanship shall be acceptable to City.
(c) Service Provider warrants all equipment, materials, labor and other work,
provided under this Agreement, except City -furnished materials, equipment
and labor, against defects and nonconformances in design, materials and
workmanship/workwomanship for a period beginning with the start of the
work and ending twelve (12) months from and after final acceptance under
the Agreement, regardless whether the same were furnished or performed by
Service Provider or by any of its subcontractors of any tier. Upon receipt of
written notice from City of any such defect or nonconformances, the affected
item or part thereof shall be redesigned, repaired or replaced by Service
Provider in a manner and at a time acceptable to City.
11. Default. Each and every term and condition hereof shall be deemed to be a material
element of this Agreement. In the event either party should fail or refuse to perform according to the
terms of this agreement, such party may be declared in default thereof.
12. Remedies. In the event a party has been declared in default, such defaulting party
shall be allowed a period of ten (10) days within which to cure said default. In the event the default
remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek
damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail
himself of any other remedy at law or equity. If the non -defaulting party commences legal or
equitable actions against the defaulting party, the defaulting party shall be liable to the non -
defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because
of the default.
13. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire
SA 10/01
3
agreement between the parties and shall be binding upon said parties, their officers, employees,
agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal
representatives, successors and assigns of said parties.
14. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save
harmless the City, its officers, agents and employees against and from any and all actions, suits,
claims, demands or liability of any character whatsoever brought or asserted for injuries to or death
of any person or persons, or damages to property arising out of, result from or occurring in
connection with the performance of any service hereunder.
b. The Service Provider shall take all necessary precautions in performing the work
hereunder to prevent injury to persons and property.
c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider
shall provide and maintain insurance coverage naming the City as an additional insured under this
Agreement of the type and with the limits specified within Exhibit B, consisting of one (1) page,
attached hereto and incorporated herein by this reference. The Service Provider before
commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk
Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the
insurance coverage required from an insurance company acceptable to the City.
15. Entire Agreement. This Agreement, along with all Exhibits and other documents
incorporated herein, shall constitute the entire Agreement of the parties. Covenants or
representations not contained in this Agreement shall not be binding on the parties.
16. Law/Severability. The laws of the State of Colorado shall govern the construction
interpretation, execution and enforcement of this Agreement. In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such
holding shall not invalidate or render unenforceable any other provision of this Agreement.
SA 10/01
4
CITY OF FORT COLLINS, COLORADO
municipal corporation
By:. V_
Jame b. O'Neill II, CPPO, FNIGP
Dire for f Purchasing and Risk Management
Date: 7 ( 7/7>
Colorado Mosquito Control, Inc.
By:--« ,y//
PRINT NAME D
/ Il�/✓E�Qnn
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: G
Seal) 45t,J ^,,W/M
SA 10/01
EXHIBIT A
SCOPE OF WORK
I. Emergency Contingency Mosquito -Borne Disease Surveillance
Services Description
In light of the rapid spread of mosquito -borne West Nile Virus Fever and Encephalitis
across the United States and into Colorado during the summer of 2002, Colorado
Mosquito Control (CMC) has proposed has proposed a contingency plan for the City of
Fort Collins for additional Encephalitis Surveillance, Catchbasin Larval Control and
Emergency Adult Mosquito Control Operations.
CDC Light Trap and/or Reiter Gravid Trap Surveillance
1. CDC Light Trap Network. The primary tool in any mosquito
control/surveillance program is a mosquito trapping devise called a CDC
Light Trap. This trap was developed in the 1960's and has been the
standard tool for monitoring mosquito population levels, density, and
species makeup for over thirty years. These specially designed, battery
powered light traps baited with CO2 (carbon dioxide), will be routinely
operated at fixed data points throughout the mosquito surveillance area to
collect adult mosquitoes. The blood meal seeking female mosquito follows
the CO2 vapor plume produced by the sublimation of the dry -ice into carbon
dioxide gas, as would be produced by the exhaling process of any free air
breathing animal, including humans. Once near the trap, a small light bulb
draws the mosquito closer and a fan then sucks the mosquito into a
collection bag alive.
Upon request CMC will operate CDC light traps and/or Reiter gravid traps
for expanded adult mosquito and disease vector mosquito surveillance
within the City of Fort Collins. CMC staff will work in conjunction with, and
at the direction of the City of Fort Collins staff to determine temporal and
spatial trap distribution and operation.
Identification of the trapped mosquitoes will be done the following day after
the mosquitoes are returned to the lab and killed. The trapped mosquitoes
will be counted and identified to the following species; Culex tarsalis, Culex
pipiens, Aedes/Ochleratattus species and Others. Trap maintenance and
operation will be the complete responsibility of CMC.
2. Reiter Gravid Trap Network. A new tool in the mosquito/encephalitis
surveillance program is a mosquito trapping devise called a Reiter Gravid
Trap. These specially designed, battery powered traps are designed to
attract and capture blood -fed, ovipositing Culex female mosquitoes only.
These are the best mosquitoes for virus testing because they have already
taken a blood -meal and are much more likely to have virus in them when
compared to the general mosquito population. The trap is not baited with
CO2 like the CDC trap but is inverted over a container of liquid material that
is attractive to the ovi-positing female.
Trap maintenance and operation will be the complete responsibility of CMC.
Identification of the trapped mosquitoes will be done the following day
after the mosquitoes are returned to the lab and killed. The trapped
mosquitoes will be counted and identified to the following species Cu/ex
tarsaiis, Cuiex pipiens, Aedes/Och/eratattus species and Others. Pools will
then be made and sent to the Colorado Department of Public Health for
virus testing free of charge. CMC will provide weekly reports to the City
CDC and Gravid Trapping Operations Cost includes all equipment, dry ice, baits,
vehicles, labor, shipping and reporting. Cost per trap/night: $54.00.
II. Public Health Emergency Larval (catchbasin) and Adult Mosquito Control
Program
1. Catchbasin Inspection & Treatment
CMC will inspect a representative number of open -street storm -water
catchbasins in each City of Fort Collins designated service area for the
presence of Cu/ex and other mosquito larval development. These
catchbasins have been shown in some areas to be a significant source of
Cuiex disease vector mosquito production in residential areas. If indeed
these CB's are producing significant numbers of mosquitoes, CMC will make
appropriate control applications of Altosid or Bacillus sphaericus as needed.
Cost includes all equipment, vehicles, pesticide products, labor, and liability insurance.
Cost per individual stormwater catchbasin treatment:
Vectolex WSP 30 day (Bacillus sphaericus in water soluble packets): $1.65/cb
Altosid 30-day Briquet (methoprene): $1.95/cb
Altosid 150-day Briquet (methoprene): $5.86/cb
2. Truck -based ULV Adulticide Application
For large scale adult mosquito control, CMC will apply Biomist 3 + 15 or
Permanone 4/8 RTU synthetic pyrethroid insecticides (permethrin). These
products offer a very low toxicity, low odor, rapid biodegradation, and
excellent mosquito mortality. This material will be applied along designated
roads, streets and off -road areas using the ultra -low -volume (ULV) technique
at 8.0 ounces per minute at 10mph vehicle speed and in strict compliance
with the label and all U.S. EPA, Colorado Department of Agriculture, and
Colorado Department of Public Health regulations.
7
Cost includes all equipment, vehicles, pesticide products, labor, and liability insurance.
Cost per lineal spray route mile: $58.00
3. Aerial ULV Adulticide Aplication via Fixed -Wing or Rotary -wing Aircraft
Emergency aerial ULV mosquito adulticide application services are available
through CIVIC upon request and would be sub -contracted by a licensed,
experienced and insured aerial application service. CIVIC has extensive
experience with aerial mosquito control application and would oversee and
direct such applications. CIVIC will apply by fixed -wing aircraft, an
appropriately labeled insecticide (Anvil, Trumpet, Fyfanon, AquaReslin) for
adult mosquito control. One of these materials will be applied using the
ultra -low -volume (ULV) technique at the proper dosage rate and in strict
compliance with the label and all U. S. EPA, Colorado Department of
Agriculture, and Colorado Department of Public Health regulations. Cost will
vary by total acreage selected and product chosen.
Cost includes all aircraft, equipment, vehicles, pesticide products, labor, and liability
insurance. Approximate cost per sprav acre: $2.00
0
EXHIBIT B
INSURANCE REQUIREMENTS
The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage
designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider
shall furnish the City with certificates of insurance showing the type, amount, class of operations covered,
effective dates and date of expiration of policies, and containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10)
days written notice has been received by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out
and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may
deduct the cost of such insurance from any monies which may be due or become due the Service Provider
under this Agreement. The City, its officers, agents and employees shall be named as additional insureds
on the Service Provider's general liability and automobile liability insurance policies for any claims arising out
of work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of
this Agreement for all of the Service Provider's employees engaged in work performed under this
agreement:
Workers' Compensation insurance with statutory limits as required by Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease
aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this
Agreement such commercial general liability and automobile liability insurance as will provide
coverage for damage claims of personal injury, including accidental death, as well as for claims for
property damage, which may arise directly or indirectly from the performance of work under this
Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of
insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000
combined single limits for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Service Provider shall be responsible for
any liability directly or indirectly arising out of the work performed under this Agreement by a
subcontractor, which liability is not covered by the subcontractor's insurance.
0