Loading...
HomeMy WebLinkAbout20251354.tiffCon -k -vac+ V:1-'1°140 COUNTY, CO Memorandum TO: Weld County Board of County Commissioners FROM: Jason Chessher, Executive Director, Health Department DATE: 09/22/2025 SUBJECT: Change order The submitted change order is to amend the current Purchase Order R2500437 to change annual allocations for this agreement. Originally the purchase order was completed to evenly distribute the costs of the E -Waste events between two years. The total agreement was for $81,200 and the Purchase Order for 2025 was set at $41,600. The agreement was based on historical averages from previous E -waste events. Fortunately, this years events were highly successful and the amount of E -waste collected was almost double what was originally bid. The two events in 2025 have totalled $70,554.30, thus requesting an adjustment to the 2025 purchase order to this amount. Corr)en-)-'12.ncb-- P�,�l��„g �� 2oz5-135-E q/Zq/25 912/25 ikL0US$ Change Order # R2500437 to Service Agreement Between Weld County and IT Refresh Date: 9/18/2025 Original Agreement: 20251354 County Department: Health The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 81200 Original Contract Amount split between 2025 & 2026 $ 40600 Amount Allocated for 2025 $ 40600 Amount allocated for 2026 $ 29954.30 Current Change Order Amount moving funds from 2026 allocated amount to 202 81200 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: r, Name: Title: go\nt1/4. IL' c' 0 Date BOARD �F COUNTY COMMISSIONERS ATTEST: edritA) � '� WELD BOUNTY, COLORADO Weld County Clerk to the Board BY: Deputy Clerk to the Bo • uck, Chair SEP 2 9 2025 705-1 354 Contract Form Entity Information Entity Name* I.T. REFRESH Entity ID* @00045969 ❑ New Entity? Contract Name* Contract ID CHANGE ORDER FOR A CHANGE TO THE 2025 9940 PURCHASE ORDER AMOUNT Contract Status CTB REVIEW Contract Lead* BFRITZ Contract Lead Email bfritz@weld.gov;Health- Contracts@weld.gov Contract Description* CHANGE ORDER FOR A CHANGE TO THE 2025 PURCHASE ORDER AMOUNT Contract Description 2 Contract Type* CHANGE ORDER Amount* $29,954.30 Renewable* NO Automatic Renewal Grant IGA Department HEALTH Department Email CM-Health@weld.gov Department Head Email CM-Health- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Parent Contract ID Requires Board Approval YES Department Project # Requested BOCC Agenda Due Date Date* 09/25/2025 09/29/2025 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date* 09/29/2025 Committed Delivery Date Renewal Date Expiration Date* 09/29/2025 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head JASON CHESSHER DH Approved Date 09/22/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09/29/2025 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 09/22/2025 09/22/2025 Tyler Ref* AG 092925 Originator BFRITZ co►kvad-11)1:05 PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND ONSITE ELECTRONICS RECYCLING LLC, dba I.T. REFRESH THIS AGREEMENT is made and entered into this 2.5141day of 3uyt..�, , 2025, by and between the Board of Weld County Commissioners, on behalf of Department of Public Health and Environment, hereinafter referred to as "County," and Onsite Electronics Recycling LLC, dba I.T. Refresh, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2500065I Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the Form Revision 5-2025 cons/75 C C Onbcm C � t a25/2i 26L5 -13S4 N l_lX)S1 responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time 2 shall be negotiated between the parties, and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $81,200 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor 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. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the right to direct contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 3 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work 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 Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, 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 Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all 4 Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and 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. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A -VII. The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course 5 and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance - Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the 6 event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance for the Commercial General Liability coverage and for the Automobile Liability coverage, "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" with respect to liability arising out of the activities performed by or on behalf of the Contractor". On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. 7 All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 15. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non - renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The 8 County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor 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 Contractor 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. 18. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 20. Indemnity. The Contractor shall indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of 9 such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. The Contractor 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. A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21 Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor 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 Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 22. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 23. 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. 24. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: 10 a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Janice Oldemeyer Position: President Address: 100 N. Link Lane, Unit 100 Address: Fort Collins, CO 80524 E-mail: joldemeyer@myoer.com Phone: (970) 797-2934 TO COUNTY: Name: Dan Parkos Position: Environmental Specialist III Address: 1555 North 17th Ave. Address: Greeley, Colorado 80631 E-mail: dparkos@weld.gov Phone: (970) 400-2217 25. Compliance with Law. Contractor 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. 26. 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. 27. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 28. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted 11 and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 29. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state 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. 30. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 31. 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. 32. Non -Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Colorado Governmental Immunity Act §§24-10-101 et seq., as from time to time amended, or otherwise available to the County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 33. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 34. 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. 35. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the 12 event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 36. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 37. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 38. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 13 Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: n 61O -(0,,1C s Z,C'y<1 � n5 LUG By: (\,, Name: �Q,,,,•,; o7f11Pya Title: krtS.nr' 1� 6 471d-3 Date of Signature WELD COUN Y: ATTEST: ;4. BOARD OF COUNTY COMMISSIONERS Weld C�Ounty C11erk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board 14 JUN 2 5 2025 2025 -1354 EXHIBIT A Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80631 General Services - Invitation for Bid (IFB) Cover Sheet Bid Number: Title: Advertisement Date: Pre- Bid Meeting (Recommended): Pre- Bid Location: Questions Due: Questions Posted: Questions email: Bid Due Date: Bid Delivery: For additional information: IFB Schedules B2500065 Electronic Recycling Events April 15, 2025 April 29, 2025 10:00 am 1555 N. 17th Avenue, Greeley May 6, 2025, by 10:00 am May 7, 2025, by 10:00 am bids(@,weld.00v May 13, by 10:00, Purchasing's Clock Preferred email to bids@weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 bids(c�weld.00v Documents Included in this Bid Package Schedule A: Bid Instructions Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: Bid Form Schedule E: Insurance Schedule F: Weld County Contract Form Revision 12-2024 Table of Contents General Services - Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 Table of Contents 2 Schedule A - Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B - Scope of Work 5 Project Overview 5 Method of Procurement 5 Pricing Method 5 Specific Requirements and Responsibilities 5 Schedule C - Procurement Schedule 9 Schedule D - Bid Response Form 10 Bid Submittal Instructions 10 Fees 10 Attestation 12 Schedule E — Insurance 13 Insurance 13 Insurance Mailing Information 15 Schedule F - Weld County Contract 16 Contractual Obligations 16 Weld County Standard Contract 16 Solicitation #B2500065 Page 2 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Electronic Recycling Events A pre -bid conference will be held on April 29, 2025 at 10:00 am at the Public Health located at 1555 N. 17th Avenue, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: May 13, 2025 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on May 13, 2025 at 10:30 am To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams Join the meeting now Meeting ID: 223 577 595 234 Passcode: 9KL9b5Mr By Phone +1 720-439-5261„740356161# United States, Denver Phone conference ID: 740 356 161# Bid Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. 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 Submission 1. PREFERRED: email bids to bidseweld.gov If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. 2. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by authorized person. 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 Solicitation #B2500065 Page 3 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 Procurement Manager 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. 2. 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 Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager 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 Procurement Manager; 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. 3. 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. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid 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. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation #62500065 Page 4 Schedule B - Scope of Work Project Overview Weld County is seeking bids for a turn -key lump sum project for a vendor to provide Electronics Recycling Event Method of Procurement Invitation for Bid (IFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an IFB contract. Pricing Method Unit Pricing: Unit pricing is where the contractor simply sets a price for each unit of type of work, or category of cost. Price per pound. Specific Requirements and Responsibilities Electronic Recycling Events Project Summary: Due to Weld County's continued growing population and residents' demand for electronics, coupled with the lack of recycling and disposal opportunities and associated costs, many Weld County households continue to amass a large quantity of used and broken electronics. Electronics can have a harmful effect on our environment when disposed of improperly and often pose a financial burden, since recycling opportunities are limited and costly. The goal of this project is to reduce the number of electronics that are being improperly disposed of by the residents of Weld County, by providing a low-cost and convenient option to recycle their electronic waste (e -waste). Hosting a series of a -waste recycling events, across Weld County, will provide our residents a cost-effective opportunity to dispose of their electronics responsibly. This will be achieved through four (4) a -waste recycling events (two held in 2025 on 7/26/2025 and 8/9/25 and two in 2026 TBD), at no cost to residents. These a -waste recycling events will be held in locations that are close to major population areas across Weld County, with the idea of having one in north, one in south, and two in central Weld County. During two previous events, held in 2023, over 56,000 lbs. of a -waste were collected from 487 vehicles. The latest census data (2020) shows Weld County with an estimated population of 328,981. With a projected 2.5% annual population growth, this puts Weld County's 2025 population estimate at approximately 372,000. As such, it is anticipated that a similar amount of e -waste will be collected from the two events held each year (2025 and 2026), as was collected in 2023. Weld County, unless otherwise agreed upon, will be responsible for: • Securing sites for a -waste recycling events. • Advertising and promotion of the events. Solicitation #62500065 Page 5 • Electronic sign-up. Project Scope: Weld County is requesting bids from qualified vendors to provide, at a minimum, four a -waste recycling events located in up to four geographically separate areas of the County. The selected vendor will assist in the planning, mobilization, set up, and provide supervision and management at the collection sites during the events. The selected vendor will provide the proper equipment, appropriate insurance, supplies, traffic control, trash service, and personnel and supervisors trained and experienced in the proper handling, packaging, transport, and disposal of materials collected in accordance with all applicable Federal and State regulations regarding management of electronic waste. Technical Requirement (as applicable to electronic waste handling, transport, and disposal or recycling): 1. The selected vendor is responsible for securing a USEPA Identification Number. The number must be provided to Weld County three (3) weeks in advance of the collection event. The contractor is to assume generator status for all materials collected and accepted from residents. The contractor assumes total liability for any spills. 2. Each bidder responding shall demonstrate its ability to handle and transport electronic and/or hazardous waste by providing a copy of all current local, state, and federal permits and certifications issued to the bidder, pertaining to the handling and transportation of electronic and hazardous waste. Such demonstration shall include compliance with requirements under RCRA 40 and 49 CFR, Colorado State's Codes, Rules and Regulations, and comparable requirements in other states through which the waste might travel. The bidder shall similarly provide copies of current, up to date permits and certifications, and demonstrate compliance relative to the electronic and/or hazardous waste disposal facilities which will be used in conjunction with the waste generated by the project. If permits included have expired, please include official notice from permitting authority that they are in the process of being renewed. If the responding bidder does not own or operate an electronic and/or hazardous waste disposal facility, it shall provide documentation demonstrating that the facility to be used is in compliance with local, state and federal regulations, and that the respondent's company shall have access to such facility for the waste to be generated by these electronic waste collection events. 3. The selected vendor shall provide Certificates of Recycling and Hard Drive Destruction with their final report without any additional charge. 4. Bidders will provide a plan two (2) weeks prior to scheduled event(s) that includes specific layout recommendations at event sites, evacuation, spill response, and site requirements for the most efficient processing of materials. The selected vendor is invited to visit the site, once determined, to familiarize themselves with layout, staging areas, access, etc., prior to submitting a plan. 5. The selected vendor will provide all equipment, materials, and supplies needed for the receiving, sorting, packaging, and testing areas. Any tents, tables, ground covering plastic, tape, etc. necessary for set up of receiving, bulking, and packaging areas will be provided by the vendor. Also, the selected vendor agrees to contractually assume Weld County's responsibilities as a generator in the receipt, packaging, transportation, and disposal of the waste in question. Solicitation #62500065 Page 6 6. The selected vendor will provide an experienced and trained supervisor who shall direct the on -site operations of the vendor at the electronic waste collection event, including traffic control. In addition, the vendor shall provide an adequate number of technicians experienced and trained to manage the segregation, inventorying, and packaging of the collected materials. 7. Upon bid submittal, the vendor will provide a detailed list of acceptable items and items which will not be allowed for disposal/recycling as required by the vendor, local, state, or federal laws and regulations. At a minimum, the following items should be accepted during collection events (baring reasonable explanation by the selected vendor on why an item cannot be accepted): a. AC/DC electronic items which may include but not limited to computer, servers, laptops, printers, monitors, routers, switches, televisions, cable and satellite boxes, modems, VCRs, DVD players, small kitchen appliances, microwaves ovens, blenders, can openers, land telephones, answering machines, cell phones and charging accessories, home stereos, car stereos, turntables, CD players, cassette players, circuit boards, wire, hard event, power supplies, UPS, and extension cords. 8. The bidder will submit an all-inclusive cost table with their bid. An example is provided. See pages 10 and 11. The prices submitted shall be exclusive of federal and state sales tax (or other taxes inapplicable to government entities), as Weld County Government is tax-exempt. 9. The contractor shall decrease disposal costs by packing similar materials together whenever such packing can be practically and safely accomplished. The contractor will not accept any municipal or hazardous waste from participants outside of what is commonly associated with electronic wastes. 10. Weld County shall have the right to inspect the vendor's vehicles, equipment, and the staging area after setup has occurred. Weld County shall have the right to observe packing to ensure maximum efficiency. The selected vendor shall provide regulations regarding packing requirements and techniques. 11.The selected vendor shall have the capacity to secure additional personnel; drums, boxes, pallets necessary for collected materials; and trucks to service the collection(s) in the event that the amount of waste collected during the project far exceeds the capability of the crew and equipment originally assigned to the project. 12.The selected vendor will provide properly licensed and placarded (as required) vehicle(s), with the capacity to safely carry the estimated number of containers of waste materials which will be generated by these collection events. The vendor will provide tools, drum dollies, and other equipment necessary to package, seal, move, and load/unload filled or empty containers. 13.As required, the selected vendor shall provide a completed Waste Material Profile Sheet at the collection site. Copies of each manifest shall be provided to Weld County. The contractor shall provide a list of all materials and their ultimate disposal or recycling sites to Weld County and other appropriate agencies. These items shall be provided with final report. 14.The selected vendor shall return the collection site to its original condition upon completion of the event. Damage caused by the vendor, or its employees, is the financial responsibility of said vendor. The selected vendor shall clean up any inadvertent "spills" that occur during the e -waste collection event, either in the staging area or in the parking lot. The selected vendor is required to arrive onsite for setup a minimum of one hour prior to the start of the event. The Solicitation #B2500065 Page 7 vendor must remain onsite until all collected materials are packaged and loaded for transportation for disposal. Prior to vendor leaving the site, vendor is to clean site to the satisfaction of the County. All materials collected by the vendor shall be removed for disposal on the day of the event. Weld County reserves the right to deduct necessary repair/clean-up expenses from vendor's payment. 15. County employees, municipal employees, and volunteers (non -contractor) will not be permitted to handle any materials during these events. 16. The selected vendor will be required to enter into a contract for these events (See Exhibit A). 17. The selected vendor will be responsible for generating two separate reports, to be provided to Weld County. These reports will consist of the following: The Status Report will outline the following (due September 12, 2025, after the first two events): • Description of activities completed to date. • Budget table listing costs to date. • A discussion of what, if any, changes are being made to collection events. The Final Completion Report (due 30 days after final event in 2026) will outline the following: Detailed description of the entire project, including company information and associated information showing compliance with all federal, state, and local regulations. A table identifying timelines of work. Any problems encountered during the project. A complete itemized cost table with attachments for all purchase orders, receipts, and invoices. All manifests and/or documentation for all recycled or disposed of waste. Description of the environmental benefit of the events and final weights of items recycled/disposed of. Photographs of the events. Solicitation #B2500065 Page 8 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date April 15, 2025 Pre -Proposal Meeting (Recommended) April 29, 2025, at 10:00 am 1555 North 17th Ave, Greeley Technical Questions Due May 6, 2025, by 10:00 am Technical Questions email bids(a�weld.gov Questions Answered via Addendum May 7, 2025, by 10:00 am Proposals Are Due May 13, 2025, by 10:00 am Purchasing's Clock Solicitation Notice of Award (Anticipated) June 2, 2025 Contract Execution (Anticipated) June 16, 2025 Solicitation #B2500065 Page 9 EXHIBIT B RESPONSIBLE ELECTRONICS RECYCLING SOLUTIONS BID RESPONSE FOR ELECTRONIC WASTE RECYCLING EVENTS Presented to BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY c/o bids@weldgov.com 1150 O STREET GREELEY, CO 80631 In response to Bid Request No. B2500065 I.T. REFRESH a facility of Onsite Electronics Recycling, LLC 100 N. Link Lane, Unit 100 Fort Collins, CO 80524 Attn: Janice Oldemeyer, President (970) 797-2934 joldemeyer@myoer.com May 13, 2025 fi L.' f' f) fl o �o IIESPOMSISIE EiECTIMSKS PIOCUNG SOCUTiOMS ONSITE ELECTRONICS RECYCLING BID SPECIFICATIONS %Po Schedule D/Bid Response Form w Addendum #1 %Pe Addendum #2 we Alternative Proposal Weld County Bid #B2500065.docx 4 May 13, 2025 Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 am on May 13, 2025: 1) Schedule D - Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Complete the following table to include costs and estimated total per event. If costs and estimated total per event will differ, please complete separate tables for each event. COST TABLE FOR EACH EVENT Service/Work/Resources Description p Quantity Q y Cost Cost/ Item Item Subtotal Section I Equipment Forklift ? $850 $1,700 $1,700 Supplies Packaging Supplies 1 $750 $750 $750 Personnel Supervisor & 8 $350 $2,800 $2,800 Technicians Mobilization Setup/Teardown 1 $750 $750 $750 General Trash Service N/A Traffic Control Signs, delineators Cones, 1 $500 $500 $500 E -Waste Recycling Mixed 28,000 lbs.* $0.45 $12,600 $12,600 Electronics Recycling Incidentals/Other Costs 26' 53' Boxvan 1 1 $350 $850 $350 $850 $1,200 Transportation Trailer TOTAL Status Report** 1 $0.00 $0.00 $0.00 Completion Report** 1 $0.00 $0.00 $0.00 Estimated based on 28,000 lbs $20,300 Total *estimated number of pounds of e -waste to be collected per event **only one status report and one final report to be completed for the entire project Solicitation #B2500065 Page 11 Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2500065. 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 bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F — Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. 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. Item Entry Company Name: Onsite Electronics Recycling LLC, dba, I.T. Refresh Address: 100 Fort N. Collins, Link Lane, Unit 100 CO 80524 Phone (970) 797-2934 joldemeyer@myoer.com Email: 84-1657614 FEIN/Federal Tax ID #: CONTRACTOR,_ By: 5/13/2025 Date of Signature Name: Janice Oldemeyer Title: President Solicitation #B2500065 Page 13 Addendum #1 Bid Request Number B2500065 Electronic Recycling Events Question and Answers: 1. Question: Page 7, item 3 states "The selected vendor shall provide Certificates of Recycling and Hard Drive Destruction with their final report without any additional charge". Can you clarify what details you are wanting on the hard drive destruction report? Answer: Statement of certification that accompanies the certificate of recycling that data storage devices will be destroyed or sanitized in accordance with NIST 800-88 Guidelines for Media Sanitation, including typical destruction and/or sanitization method types and methods used, is acceptable for meeting this requirement. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Onsite Electronics Recycling, LLC Company Name: dba I.T. Refresh Signature: l`+eivQA Janice Oldemeyer Name: J WykAttLa\ President Title: May 12, 2025 5/13/2025 Date of Signature Addendum #2 Bid Request Number B2500065 Electronic Recycling Events Question and Answers: 1. Question: Events are 7/26 — Severance High School and 8/9 — Island Grove Event Center parking lot. What are the hours of operation? Answer: Hours of operation will be from 8am to 1 pm. 2. Question: Can you provide more information on the following categories in the Cost Table, Mobilization and General Trash Services? Answer: a. Mobilization — The selected contractor will be responsible for full operation of each event, so please consider what resources, staff, and equipment will be needed to do so. b. General Trash Services — Think in terms of boxes, bags, etc. residents will bring equipment in. If these items need to be disposed of, then additional trash services or containers (i.e., cubic yard boxes) may be needed. It is also appropriate to unload accepted items from such containers at the resident's car and have them take these items home with them for disposal. 3. Question: How have contractors in the past handled Traffic Control? This is the one area we do not have experience in, so we will need to know if we should expect to bring in outside help. Answer: Signs/arrows should be placed on adjoining streets to direct attendees to the proper location and entrance to the event. Traffic cones should be used in the parking lot to allow for control of cars toward the location where equipment is collected. A few individuals to help direct this activity, as well as documenting attendees, registered and u nregistered. It is encouraged that the selected contractor visits the location(s) to better u nderstand what may be necessary. 4. Question: "Project Scope" section 3 states "The selected vendor shall provide Certificates of Recycling and Hard Drive Destruction with their final report without any additional charge". What is your definition of a Certificate of Hard Drive Destruction? Answer: A statement of certification or confirmation that accompanies the certificate of recycling that data storage devices will be destroyed or sanitized in accordance with federal, state, and local regulations, as well as NIST 800-88 Guidelines for Media Sanitation, including typical destruction and/or sanitization method types and methods u sed, is acceptable for meeting this requirement. 5. Question: Schedule D — Cost Table: The intent in quoting on a fixed 28k Ibs of recycling is to have an apples -to -apples comparison of costs. If we will be accepting light bulbs and/or media, those would be bid at a higher price. What would be the best way to present this to give you the information you need? Answer: We will not be accepting light bulbs and/or other media. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Onsite Electronics Recycling, LLC an dba I.T. Refresh Company Y Name: .. Signature: Janice Oldemeyer Name: President Tale. May 12, 2025 5/13/2025 Date of Signature 1 ! 1 /) I F. !-I i� n o io ALTERNATE PROPOSAL ONSITE ELECTRONICS RECYCLING I.T. Refresh respectfully requests the Couty consider the following deviations from the RFP: 1) Provision of an online reservation system provided by I.T. Refresh is highly recommended to ensure smooth event operation and lower wait times for residents. We recommend advertising that registration is required in order to get the best idea of number of participants. Those arriving without a reservation will still be accepted. Weld County Bid #B2500065.docx 5 May 13, 2025 i� r r' r) r' o �o RESPONSIBLE ELEGTRONKS RECYCLING SOLUTIONS STATEMENT OF QUALIFICATIONS ONSITE ELECTRONICS RECYCLING COMPANY OVERVIEW Onsite Electronics Recycling, dba I.T. Refresh provides e -waste recycling solutions to public and private solid waste facilities, municipalities, businesses, schools, non-profit organizations and residents. This includes transportation and recycling services, packaging, collection events and fundraisers. Formed in 2004 to provide responsible management of discarded electronics, we opened our first facility at the San Joaquin County Lovelace Materials Transfer Facility to service residents and businesses in the County. In 2006, we opened our second facility in Stockton to service industrial clients and municipalities outside San Joaquin County. In 2010 we moved to a larger facility in Stockton, where we are currently located, with easy access to service all West Coast clientele. In 2013 we expanded our operations to Fort Collins, Colorado as I.T. Refresh. In selecting I.T. Refresh, a fully certified e -Steward that has upheld the highest standards in E - waste handling, Weld County can maintain the utmost confidence that the E -waste generated by their residents will be recycled in full compliance with all appropriate laws and regulations and done in such a way that meets the highest environmental standards possible. COMPANY/ORGANIZATION INFORMATION Company Name Onsite Electronics Recycling, LLC dba I.T. Refresh Company Address 100 N. Collins, Link Lane CO 80524 Unit 100 Fort Phone (970) 797-2934 Fax (970) 797-2935 Company Representative Janice Oldemeyer, President recycling@itrefresh.org FEIN# 84-1657614 Our Recycling Philosophy With a true understanding of the liabilities and ethical issues surrounding electronics recycling, vv e strive to meet the highest levels of recycling available. We do not ship materials to non - OECD countries until it is in the form of a commodity, do not utilize prison labor and do not "shop" our recycling outlets by highest price. Onsite ensures that all materials characterized as hazardous waste under California Law (more stringent than most States) remain in the United States or OECD member countries until the waste has been processed into a commodity. All components from electronic and universal wastes are recycled into new products. We do not send any hazardous material t0 solid waste landfills or incinerators for disposal or energy recovery, directly or through intermediaries. Our goal is to assure our clients that their wastes are being properly and ethically recycled. Weld County Bid #B2500065.docx 6 May 13, 2025 ONSITE ELECTRONICS RECYCLING RESPONSUtE ELERRONKS Pfett1Nfi SQtUTIdNS LICENSES, PERMITS, AND REGISTRATIONS I.T. Refresh, as a facility of Onsite Electronics Recycling, is a certified e -Steward Recycler. In addition, we are R2, ISO 45001, and ISO 14001 certified. These certifications validate our commitment to responsible a -waste management. We dedicated to meeting all regulatory requirements including maintaining appropriate permits and regulatory notifications. The following outlines the permitting maintained by Onsite: IT Refresh — Fort Collins Facility CDPHE EPA Notification Recycling Requirements ID #: COR000233270 of Facility Large Initial Quantity Registration Handler of Universal Waste Certification R2 ISO14001 OHSAS Certification Requirements 18001 Certification of Certification Registration: of Registration: of # CERT-0104472 Registration: # CERT-0106001 # CERT-0104108 ISO 9001 Certification of Registration: #0153957 NAID AAA Certification: exp31 July 2024 E -Steward E -Steward Requirements Certificate of Registration: CERT-0104154 Other Requirements Colorado State DMV: of Foreign Colorado Motor Carrier LLC Measurement Number: ID: 20121569994 339713 Standards License: 213-47904-13 Permits and certifications for IT Refresh and Onsite Electronics Recycling are provided as Attachment A. Regulatory Compliance and Notification of Violations Onsite takes pride in our near perfect Compliance Record (only minor violations) with DTSC (California's Regulatory Division) over our 18 years of operating. It is a testament to our dedication to operating in full compliance with all local, state and federal regulations. We have an extensive knowledge of the Colorado electronics regulations as well as hazardous waste regulations and put a focus on compliance. Our regulatory compliance history at our two facilities is indicated below: Our regulatory compliance history at our two facilities is indicated below: I.T. Refresh Facility: 100 N. Link Lane, Unit 100 Fort Collins, CO 80524 • October 2021: EPA — no violations • April, 2024: CDPHE Hazardous Materials Division — no violations • April, 2024: CDPHE Solid Waste Division — one requested corrective action (regarding annual report) Weld County Bid #B2500065.docx 7 May 13, 2025 1\. f, I li E J j ONSITE ELECTRONICS RECYCLING Onsite Electronics Recycling Facility: 2331 Teepee Drive, Stockton, CA 95205 Onsite began operations at our current facility in January 2010. The following inspections have occurred since this time: • January 25, 2010: DTSC — no violations • January 12, 2011: DTSC — no violations • February 17, 2012: DTSC — no violations • January 23, 2014: DTSC — no violations • April 2, 2015: DTSC — minor violation, mislabeled container, corrected on site • February 22, 2016: DTSC — no violations • January 26, 2017: DTSC — 1 minor violation • December 29, 2017: DTSC — 1 minor violation, aisle space, corrected on site • November 28, 2018: DTSC — 2 minor violations, 8 employees were 9 days overdue for annual training, Unlabeled containers (the sign, normally serving as labeling had been moved out of place) • August 14, 2019: DTSC — 2 minor violations • August 28, 2020: DTSC — no violations • August 27, 2021: DTSC —1 minor violation • July 27, 2022: DTSC — 2 minor violations, corrected on site • July 20, 2023: DTSC — no violations • July 17, 2024: DTSC — no violations INSURANCE As a recycler for electronic waste only, I.T. Refresh carries a $6,000,000 aggregate insurance policy designed to meet the needs of the recycling operation proposed. This insurance includes insurance to cover the cleanup costs of our facilities if closed, as well as non -owned disposal facility insurance which covers the cost of contamination at any of our downstream vendors, if it were to occur. All Insurance companies covering Onsite companies carry an A:VIII rating. Coverage Policy Limits Carriers General Liability _ 1,000,000 2,000,000 per aggregate occurrence Admiral Insurance Company Auto Liability 1,000,000 combined s/I Arch Insurance Company Workers' Compensation CA Statutory StarNet Insurance Company Eivironmental Impairment 1,000,000 per occurrence Admiral Insurance Company Transportation Pollution Liability 1,000,000 each claim Admiral Insurance Company P-ofessional Omissions Liability/ Errors and 1,000,000 each claim Admiral Insurance Company Cyber Liability 1,000,000 each claim Philadelphia Insurance Company Excess/Umbrella Liability 4,000,000 4.000 each 000 aggregate occ. Admiral Insurance Company Weld County Bid #B2500065.docx 8 May 13, 2025 ONSITE ELECTRONICS RECYCLING CAPACITY TO PERFORM REQUIRED SERVICES I.T. Refresh is proposing to provide Electronic Waste Management services. I.T. Refresh has a demonstrated capacity to perform the required services. This is evidenced through the Company's experience with jurisdictions in the collection and management of electronics wastes, including pickups at County collection locations, conducting collection events and providing packaging and transportation of electronics. In addition to this experience, I.T. Refresh's President, Janice Oldemeyer has over 30 years' experience specifically in Household Hazardous Waste Management throughout the United States. This extensive experience includes running HHW collection events from 5 cars to over 3,500; managing Permanent HHW Facilities; planning and design of Permanent HHW Facilities and emergency HHW cleanup (Flood cleanups in California, Oregon, North Dakota, Kansas and Missouri) and makes her uniquely qualified to understand the overall HHW Program dynamics, not just the electronics waste management. In addition, she was on the Board of Directors of the North American Hazardous Materials Management Association, serving as President in 2005-2006. THE I.T. REFRESH DIFFERENCE I.T. Refresh is not only capable of meeting the County's requirements; we feel we best meet the Service needs of the County for the following reasons: Qualifications and Experience — I.T. Refresh has been in business for 20 years. Few other companies have the consistency in ownership, upper management, and staffing that Onsite does. Owned and operated by Ronald Kemp and Janice Oldemeyer, since its inception, our customers have direct access to the owners and ultimate decision makers. With an extremely low turnover rate, I.T. Refresh's employees average 4 years with the Company, and our first employee still works for us. In addition, Ms. Oldemeyer's vast experience in the hazardous waste industry, makes I.T. Refresh the most experienced company in hazardous waste regulations and issues, bringing a unique regulatory perspective to the e -waste industry. Regulatory Compliance - Onsite Electronics Recycling has one of the best California DTSC Compliance Record in the industry (arguably the most regulated State). We fully understand the regulatory framework we work within and work hard to stay in compliance 365 days a year. This dedication to compliance shows our belief in doing things right and provides our clients with the ability to trust that their waste will be handled properly. References — I.T. Refresh has provided a list of references of clients with similar requirements. We believe you will find all our references provide positive feedback and particularly appreciate our customer service, flexibility and service provided by our staff. In our history, we have lost no clients due to service issues. Cost Proposal — I.T. Refresh believes in providing our customers with fair pricing and are competitive with similar companies. We realize we are not always the low price. However, we are the best value for and responsible stewards of public funds. Our reputation for safety Weld County Bid #B2500065.docx 9 May 13, 2025 ONSITE ELECTRONICS RECYCLING and compliance does not allow us to provide a low -ball bid, rather we provide assurance that your waste is being handled responsibly with limited risk to the County. Vendor Management - By using I.T. Refresh your material will be responsibly managed and downstream vendors thoroughly vetted. Since we realize that the possibility for improper management does exist (as evidenced by recent closure of multiple CRT Glass processors), we carry non -owned disposal facility insurance. This insurance covers the cost of clean-up and disposal of any of our material sent to a downstream vendor that does not get responsibly managed. You will never be called upon to pay the cost of mismanagement of your material when using I.T. Refresh. We find very few of our competitors carry this insurance. This limits I.T. Refresh's liability exposure as well as those of our clients. Timely Recycling - Your electronics will be handled in a timely manner, not sitting in a warehouse waiting to be processed. I.T. Refresh maintains staffing to ensure processing of collected electronics happens expeditiously. Both CRT and non -CRT containing electronics are typically dismantled in 1-15 business days from arrival at our facility. In addition, we do not warehouse commodities. When a load of CRT Glass, or any other commodity, is accumulated, it is shipped downstream to an approved vendor. Thus, if we were ever to shut down, you would be ensured you would not have a year's worth of material to come pick up. In addition, this saves your staff time, as certificates of recycling are provided in a timely manner, and you don't have to extra time tracking them down. Safety Over profit - The Health and Safety of our employees is ensured. I.T. Refresh understands the hazards of working with heavy metals and other hazardous components of e - waste. We regularly complete air monitoring and wipe testing for lead, cadmium and mercury, and have never seen concerning levels. We avoid the more hazardous operation of shredding and CRT breakage, as these have more potential for employee exposure as evidenced by recent NIOSH testing. Fair Employment Practices - Our employees are compensated appropriately. I.T. Refresh has always believed in providing a fair living wage and has never paid minimum wage, the standard starting wage in the private solid waste industry. Since inception, our employees have been offered health insurance with very reasonable employee contributions. We do not "cycle" through employees to keep costs low by not having to increase wages over time. Proven Performance - We have provided excellent customer service and rapid response to staff needs for our clients. IT Refresh is willing to meet with County staff as necessary, will provide transportation services within just a few days and can provide supplies within 48 hours. We believe you will not find a more responsive contractor. Facility Tours — I.T. Refresh welcomes facility tours of all types (clients, schools, organizations). Tours are an excellent time to provide education to residents and businesses in responsible electronics recycling. Our doors are always open to clients for a tour without notice. In addition, we are happy to schedule tours for local organizations as requested. Weld County Bid #B2500065.docx 10 May 13, 2025 rate004%. ONSITE ELECTRONICS RECYCLING Civic Relations - I.T. Refresh believes in giving back to the communities we do business in, working with non-profit organizations like churches, schools, and community groups to host fundraising projects. We do not look at these programs to a profit, rather to give the profits to the organizations we work with. Environmental Stewardship - We believe in sustainable business practices as evidenced by our many awards for our green building, our environmentally preferable purchasing policy, and our operations. Our Stockton building remodel included polished concrete floors, recycled paint inside and out, energy -efficient blinds, low -flow sinks and toilets, and lighting retrofits. We believe strongly in reuse, furnishing most of our office in used office equipment, utilizing refurbished computers and printers, re -using all cardboard that we receive in our baling process, and by reusing paper left in copiers and printers we collect, we have not purchased paper since March 2010. REFERENCES I.T. Refresh and Onsite Electronics Recycling specialize in working with public and private schools and higher learning institutions, government agencies, small businesses, large corporations, non-profit organizations and residents in the management of e -waste. The following are a few of our customers with programs similar in size and scope to the County's and can attest to our performance capabilities. Company Name Contact Name Address Telephone Gallegos Sanitation Becca Walkinshaw 1941 Fort Heath Collins, Parkway Co 80524 (970) 484-5556 City of Cheyenne Dennis Pino 220 Cheyenne, N. College WY Drive 82001 (307) 637-6440 Mesa County Nees P.O. Box Grand Junction, 20000 CO 81502 (970) 257-9336 Teresa City of Glenwood Springs King Lloyd , 1205 Glenwood County Springs, Rd. 134 CO 81601 (970) 945-5375 , , Eagle & Recycling County Solid Waste Joseph Wall . P.O. Wolcott, Box 473 CO, 81655 (970) 328-3468 , San Public Joaquin Works County Rajony Chin 1810 Stockton, East Hazelton California Avenue 95205 (209) 468-3066 Morgan Department Waste County Management of Solid , Cass Yearous 21448 Fort Morgan, County CO Rd. 22 80701 (970) 380-0780 Yuma County Landfill Cliff Henry 15738 Eckl County ey CO 80727 Rd. 34 (970) 359-2467 City of Broomfield Dave Jackson One Broomfield, Descombes CO 80020 Drive (303) 438-6329 City Solid of Waste Tracy, Division Jennifer Cariglio 520 Tracy, Tracy CA Blvd, 95376 Gate #3 (209) 831-4330 Weld County Bid #B2500065.docx 11 May 13, 2025 1' ff, fI rr1 ,J RESPONSMIE ELEC?ROWDCS IIECYCUNG SOLUTIONS El Paso County Kathy Andrews ONSITE ELECTRONICS RECYCLING 3255 Akers Dr. I (719) 520-7879 Colorado Springs, CO 80922 ORGANIZATION AND STAFFING I.T. Refresh is unique in the Electronics Recycling industry in that our management team has ON er 20 years in the Hazardous waste industry prior to forming the Company. This gives us a mare in depth understanding of the regulations and liability concerns associated with handling electronic waste. I.T. Refresh is being managed by personnel with extensive experience in electronics waste collection and recycling, hazardous waste management, large scale collection programs and working with local municipalities in the management of their hazardous waste issues. Management Team thin1c ti Prc'sItioll Ms. Oldemeyer will serve this contract as the Project Manager and the primary point of contact for all matters regarding the program. She has served as the President of the company since its inception in 2004. Janice Oldemeyer has over 30 years of experience working with local governments on all aspects of their municipal hazardous waste needs. This includes Household Hazardous Waste (HHW), Loadcheck, Conditionally Exempt Small Quantity Generator (CESQG), Agricultural Chemical (AgChem) and Electronics Waste Programs. Ms. Oldemeyer has a B.S. in Chemistry from the University of Puget Sound. She worked for Philip Environmental Services from 1992 through 1996 as their Northern California Cperations Manager. She then worked for MSE Environmental from 1996 through 2004, v� orking her way to Vice President of MSE within the Teris Organization, where she was responsible for the Company's HHW, AgChem and Electronics Waste Program Nationwide, including working with Mesa County on the transportation and disposal of waste from their I HHW Facility. In addition, Ms. Oldemeyer served on the Board of Directors of both the North American Hazardous Materials Management Association (NAHMMA), serving as Treasurer and President, and the National Pesticide Stewardship Alliance (NPSA). These National Organizations serve as the centralized organizations for the management of Municipal Hazardous Waste (NAHMMA) and Pesticide Stewardship and Management (NPSA). She also served the Board of Directors of the Colorado Association for Recycling. She is also involved in California's Information Exchange, assisting in the planning of several of the Statewide Conferences. As part of her ongoing commitment to promote the proper handling of e -waste and raise awareness with the public at large, she has given numerous talks centered on responsible waste management and liability reduction at several State and National Conferences. Onsite builds on the experience of Ms. Oldemeyer to provide a competent staffing team, with an unparalleled level of customer service coupled with extensive compliance expertise. Weld County Bid #B2500065.docx 12 May 13, 2025 ONSITE ELECTRONICS RECYCLING Ronald Kemp, Director (f operations Mr. Kemp is responsible for all operations of the contract including the collecting and transportation of e -waste from the County sites, and the recycling and refurbishment of all material collected. In addition to overseeing the operations, Mr. Kemp will be responsible for ensuring the proper disposition of all recycled commodities, tracking the downstream shipments and ensuring operations are completed in compliance with all applicable regulations. Mr. Kemp has eleven years' experience in the electronics waste recycling field, including hands-on operation, managing collection events and overseeing end -use destinations. Mr. Kemp's prior experience includes 20+ years in logistics and personnel management. Tvler Moore, Warehouse Manager Mr. Moore has 4 Years with I.T. Refresh, starting as a recycling technician and moving up to our Warehouse Manager. He is versed in all aspects of the business including Refurbishment and reuse, dismantling and recycling of components. He oversees the day-to-day operations of I.T. Refresh's Fort Collins warehouse and transportation fleet and will be responsible for overseeing a -waste events, dispatching drivers, ensuring supplies are delivered appropriately, weighing incoming material and ensuring its timely recycling. Katie Gaspers — Administrative Assistant Ms. Gaspers has 3 years with I.T. Refresh and has worked in customer service and data tracking for over 5 years. She is responsible for data tracking of all material coming in and out of the facility including provision of Receiving Certificates, Certificates of Recycling and Billing. She has a proven track record for accuracy, accountability, timeliness, and excellent customer service. Her responsibilities include data entry, customer service, scheduling, invoicing, and documentation requests. R,'Luc-sling & xefltrbisjlment Technicians I.T. Refresh employs technicians to provide the recycling and refurbishing of electronic waste. These technicians are trained in our Environmental Management System, the proper management of Universal Wastes, the hazards of electronics waste and the proper recycling of such. SUBCONTRACTORS Transportation I.T. Refresh will use the following subcontractors for transportation. I.T. Refresh works hard to ensure that all subcontracted services meet the same customer service and compliance levels we provide. Each subcontract transporter is audited annually to ensure conformance with our EH&S Management system. Weld County Bid #B2500065.docx 13 May 13, 2025 r' 3 II o �o ONSITE ELECTRONICS RECYCLING Jireh Transport, LLC 40755 East Colorado Ave Bennett, CO 80102 (303) 746-2381 Experience: Jireh Transportation has over twenty years' experience in transportation management and is licensed in all 50 states. I.T. Refresh has used Jireh as a transporter for many clients throughout Colorado since 2013. Jireh will be the primary transporter utilized, providing 2-3 drivers responsible for the pickups. These dedicated drivers will become familiar with the County and facility operations, thus providing a high level of customer service. PROPOSED APPROACH TO PROJECT I.T. Refresh is fully prepared to immediately begin servicing the County upon contract award. I.T. Refresh currently possesses the hardware, equipment, licenses and certifications to fulfill the services as required by the County. Program Implementation Following contract award, Janice Oldemeyer, the Project Manager assigned to the account will meet with County staff to ensure accurate alignment of our understanding of your specific requirements. We will establish communication and operation plans and coordinate a servicing strategy for the County's program. Pre -planning - Preparations include: • Scheduling the site location — including a site walk, identification of traffic route, and identification of closest emergency facilities. • Completing a site -specific Injury and Illness Prevention Plan that identifies a site - specific job hazards (i.e. slopes, parking curbs, poor asphalt, etc.) and the closest emergency facilities. This will be provided to the appropriate jurisdiction two weeks prior to the event. • Securing the following a minimum of two weeks in advance: o Transportation o Forklifts o Port -a -potties (when necessary) We typically complete some setup activities the day prior to the event. This ensures that all rental equipment is delivered to the site and that any unforeseen issues can be managed prior to the morning of the event. Final site preparations are conducted the morning of the event. Personnel Responsibilities — I.T. Refresh staff will consist of a Project Manager, Assistant Project Manager and Technicians. We generally utilize the following number of personnel for events: Weld County Bid #B2500065.docx 14 May 13, 2025 ONSITE ELECTRONICS RECYCLING # Cars # Staff 0 - 200 2-4 200-400 4-6 400-600 6-9 600-800 10-12 >800 12+ The duties of the staff are as follows: Project Manager: The Project Manager will have primary responsibility for overseeing all aspects of the collection event, including coordinating with the jurisdiction, completing site set-up, ensuring adherence with the H&S Plan, supervising technicians and ensuring the event runs smoothly. Assistant Project Manager: The Assistant Project Manager will act as the second person in charge. They will assist the Project Manager in any aspects of running the collection event required and specifically oversee the technicians unloading and packaging Universal Wastes. Technicians: The technicians will be responsible for all unloading and packaging of Universal Wastes, as well as loading all materials on to trucks. Collection of Material — I.T. Refresh works to ensure that all participants are received in a prompt and courteous manner. All efforts are made to ensure the wait is minimal. We will set up with two lanes of traffic. When necessary, only the inside lane will be utilized, however, if a backup of vehicles occurs, the 2nd traffic lane will be utilized. Our staff will unload all materials from the customers' vehicles. Our policy is to utilize two staff members on all items weighing more than 50 pounds. Thus, two staff are utilized for unloading any console or projection televisions. When necessary, a forklift may be utilized to aid in removing these heavy items from vehicles. As material is removed from the vehicle, it will be placed in the designated packaging area. Whenever possible, items are placed directly in the final packaging container (pallet, box, etc.). Packaging and labeling — All materials are packaged as soon as possible after being unloaded from the vehicle. Prior to being loaded on the truck, all items are logged into an event waste inventory log, which is then utilized to double check the count and complete the bill of ladings. The following describes the packaging for each type of Universal Waste to be managed: CRT Devices — I.T. Refresh packages intact CRT devices on pallets secured with shrinkwrap. Care is taken to ensure the pallet is stacked neatly and secured to prevent any tipping of the pallet in transportation. Broken CRT's will be packaged in Gaylord boxes with a liner to secure any broken glass. Each pallet or box will be counted and properly labeled, weighed and logged prior to being loaded on the truck. Weld County Bid #B2500065.docx 15 May 13, 2025 ONSITE ELECTRONICS RECYCLING Non -CRT CEW — I.T. Refresh packages non -CRT CEW such as laptop computers, flatscreen TVs and Computer Monitors and DVD players on pallets, secured with shrinkwrap. Each pallet is properly labeled and logged prior t0 being loaded on the truck. Data Containing Devices — I.T. Refresh will separately package all devices which might contain data including computers, laptops and cell phones. These are packaged on pallets or in gaylord boxes. Each pallet is labeled as data containing and logged prior to being loaded on the truck. Other Electronics — Many electronics, including CPU's, VCR's, microwaves and stereos are easily packaged on pallets with shrinkwrap. I.T. Refresh provides Gaylord boxes or wire cages for small electronic devices which do not stack easily. All pallets, boxes or cages are properly labeled and logged prior to being loaded on the truck. MATERIALS ACCEPTED I.T. Refresh accepts most electronic devices, including the following: • Computer monitors • Fax Machines • Flatscreen monitors • Printers • Laptops • Microwaves • Televisions • Radios • Console Televisions • Stereos • Projection Televisions • Telephones • DVDNHS Players • Cell Phones • VCRs • Answering Machines • CPUs • Copiers • Portable Electronic Devices • Scanners • Modems • Miscellaneous other equipment • AV Equipment Equipment that is unacceptable would include any contaminated medical equipment, radioactive material, loose lamps and batteries or items containing hazardous wastes (ammonia, radioactives, etc . ) PROCESSING METHODOLOGY I.T. Refresh was founded on the principle of responsible recycling and the fact that electronics are hazardous and should be treated as such. The following describes the processing methodology for all items. CRT Devices — CRT devices are dismantled and sorted into their recyclable components: copper yokes, wire, degaussing wire, circuit board, CRT, wood and plastic. The CRT is sent to a secondary processing facility where the metals are removed; the glass is cleaned, and then sent to a CRT glass manufacturer. The CRT glass recycling market remains unstable. I.T. Refresh stays on top of all new CRT recycling technologies being developed and implemented. If the need for an alternative Weld County Bid #B2500065.docx 16 May 13, 2025 ONSITE ELECTRONICS RECYCLING recycling method occurs, we will notify the County in advance and get approval for the new method of recycling. Flatscreen Devices- — LCD, LED and Plasma TV's and monitors are dismantled, with careful removal of the fluorescent tubes. The recyclable components including plastic, circuit boards, wires, metal and lamps are sorted for shipment to recycling facilities. Alternatively, flatscreen devices are sent to an audited downstream vendor in the United States for dismantling. Alternatively, flatscreen devices are sent to an audited downstream vendor in the United States for dismantling. Other Electronics — Non-CEW electronics are dismantled to their component level or shipped to a downstream facility for shredding. Each type of device is unique and separated to maximize value. All batteries and ink and toner cartridges are removed and separated. The following table describes the recyclable components separated from the 5 major types of non-CEW electronics: Item Recyclable components Microwave • Transformer • Fan Motor • Capacitor • Metal • Circuit Board • Plastic VCR • Transformer • Plastic • VCR Motor • Metal • Circuit Board Stereos/Radios • Batteries • Wood • Circuit Board • Metal • Transformer • Plastic Printers/Copiers • Ink Cartridge • Circuit Boards • Ink Cartridge Holder • Metal • Stainless Steel Rods • Plastic • Motors CPU's • Hard Drives • Motherboards • Power Source • Batteries • Heat Sinks • Ribbon Wire • Floppy Drives • Plastic • CD ROM's • Metal Refurbishment — I.T. Refresh believes the best use of discarded electronics is reuse and refurbishment when possible and when explicitly allowed by the customer. I.T. Refresh does provide this service to customers, ensuring all items are fully functional per the E -Steward standard and that any data bearing devices are wiped to Department of Defense Standards. If awarded the Contract, the County may specify if reuse of electronics is allowable. Hard Drive Destruction — I.T. Refresh takes great measures to assure that all data retained in memory devices in electronic equipment and components is protected from theft or loss and shall not be released to unauthorized parties, from the moment we take control of the Electronic Equipment through final data destruction. We have implemented procedures to control facility security and access, collection procedures, and employee management. Our data security policies meet the requirements of the e -Stewards and R2 Standard, and the National Association of Information Destruction Standard. In our years of operation, we have never had a data security breach. Weld County Bid #B2500065.docx 17 May 13, 2025 1 ONSITE ELECTRONICS RECYCLING Recycling Process I.T. Refresh manually dismantles electronics material or sends material to a downstream vendor for shredding. I.T. Refresh does not send any hazardous material to solid waste landfills or incinerators for disposal or energy recovery, either directly or through intermediaries. The following chart illustrates the basic Process Flow of materials handled by our firm: ORME ELECTRONICS RECYCIJNO Customer pickup RECEIPT Transport to facility Collection Event Customer drop-off Process Flow WEIGH INCOMING MATERIALS CATEGORIZE & SORT INCOMING MATERIALS (EHS-WI-003) REUSE RECYCUNG FUNCTIONALITY TESTING STORAGE REFURBISHMENT • �r WEIGH 1 SHIPPING TO BUYERS Administration & Human Resources 1 DATA CAPTURE � 1 APPLIANCES PROCESSING DISASSEMBLY OF ELECTRONIC PRODUCTS AND COMPONENTS SORT commodities& waste materials BALING Plastics& circuit boards f STORAGE f WEIGH t SHIPPING TO ONSITE APPROVED Sates ViNSTREAM VENDORS - ASSESSMENT & REMOVAL OF MATERIALS REQUIRING SPECIAL HANDLING 4 STORAGE yir SHIPPING Truck operations DOWNSTREAM VENDORS FACILITIES Forklift operations Travel Facilities,Kitchen, Locker Room I.T. Refresh carefully chooses the recycling firms we work with to ensure that materials are appropriately managed in an environmentally sound manner. We work to develop long term relationships with our vendors, giving you the benefit of knowing in advance where your materials are being shipped. When new vendors are utilized for hazardous materials, our clients are notified of the additional facilities and recycling methods prior to shipment. Each vendor who handles hazardous materials is carefully chosen after a stringent audit process. Onsite personally visits each hazardous materials vendor, reviews their processing capabilities and methodologies, compliance history and environmental management system prior to shipping any material. Onsite's vendors all meet the requirements of the e -Steward standard. While this does 1 _mit the selection of vendors, it ensures all hazardous materials are responsibly managed, without harming the environment or human health. Weld County Bid #B2500065.doex 18 May 13, 2025 ONSITE ELECTRONICS RECYCLING Downstream Compliance and Safeguards I.T. Refresh is committed to maintaining the integrity of the entire recycling chain process. To ensure this integrity, we have constructed a process to identify and control the downstream channels. With regard to our reuse process, I.T. Refresh will be completing all refurbishment tasks in-house using trained refurbishment technicians. All refurbishment technicians have had the appropriate relevant EHS training and have signed confidentiality agreements to maintain data security and integrity. I.T. Refresh believes in providing full transparency of our recycling chain. As such, our customers are provided documentation showing the entire recycling chain through final disposition and a -Waste going for Reuse, including which Downstream Recyclers and End Processors are used through Final Disposition. In addition, we provide "no resale" services to clients who prefer their material be destroyed rather than resold. To complete our quality assurance on the downstream vendors that we utilize, we have put the following process in place: Downstream Vendors who are certified e -Stewards Onsite will ensure accountability for downstream recycling chain by managing the process of due diligence for Downstream Vendors who are certified e -Stewards (see below) in the following way: STEP Provide Downstream Vendor Audit Questionnaire to downstream vendor i Review questionnaire and ensure conformity with the e -Stewards standard and that they have the necessary in-house technical capability and operational capacity. 4 Annually obtain a copy of their certification 9 Obtain a minimum of 3 months random sampling of a year's verifiable shipping and other records 4 RESPONSIBILITY Sustainability Committee Management Representative Sustainability Committee Sustainability Committee RECORDS EHS-F-018 Downstream Vendor Evaluation ISO -14001 E -Steward Certification Shipping records on file Verify using that approved the Downstream downstream Vendor recyclers is only Sustainability Committee EHS-F-026 Downstream Vendor Downstream Annual Verification Downstream Vendors who are NOT certified e -Stewards ONSITE will ensure accountability for downstream recycling chain by managing the process of due diligence for Downstream Vendors who are NOT certified e -Stewards (see below) in the following way: Weld County Bid #B2500065.docx 19 May 13, 2025 STEP Provide Downstream Vendor Audit Questionnaire to downstream vendor - 9 Review questionnaire and ensure conformity with the e -Stewards standard and that they have the necessary in-house technical capability and operational capacity. - 40 Perform an initial onsite second or third party audit -4 Annually obtain a minimum of 3 months random sampling of a year verifiable shipping and other records 4 Contact downstream Vendor's downstream recyclers to verify receipt of equipment and or materials Verify that the Downstream Vendor is only using approved downstream recyclers 40 Establish a contract in conformance with the e -Stewards Standard Conduct biannual audits as required RESPONSIBILITY Sustainability Committee Representative Management Representative Management Sustainability Committee Sustainability Committee Sustainability Committee Representative Management Representative Management 400000.00. ONSITE ELECTRONICS RECYCLING RECORDS EHS-F-018 Vendor Evaluation Downstream EHS-F-018 Vendor Evaluation Downstream Shipping records on file EHS-F-026 Downstream Vendor Downstream Annual Verification EHS-F-026 Downstream Vendor Downstream Annual Verification Contracts on file EHS-F-018 Vendor Evaluation Downstream Onsite ensures that only highly reputable companies with a commitment to regulatory compliance aid environmental stewardship are utilized for recycling of commodities. Compliance histories and biannual audits for our downstream vendors can be provided upon request. Weld County Bid #B2500065.docx 20 May 13, 2025 NISIOWS1llE RECT•ONICS RECKUNG S0UMONS PERMITS AND CERTIFICATIONS ONSITE ELECTRONICS RECYCLING Weld County Bid #B2500065.docx 21 May 13, 2025 Onsite Electronics Recycling / DBA I.T. Refresh is Hereby Granted NAID AAA Certification" by i-SIGMA® i-SIGMA is the non-profit trade association recognized globally as the secure data destruction and records and information management industry's standards setting and oversight body. The certificate holder has met the rigorous requirements of the NAID AAA Certification program and demonstrated through announced and unannounced audits that its security processes, procedures, systems, equipment, and training meet the standards of care required by all known data protection regulations.* As a result, NAID AAA Certification also serves to meet all data controller vendor selection due diligence regulatory requirements. The certificate holder is NAID AAA Certified.* the Ibllowing set -vices and media types: • Onsite Operation Endorsement for Physical Hard Drive & Solid - State Device Destruction • Facility -based Operation Endorsement for Physical Hard Drive & Solid -State Device Destruction Applicable to the following location(s): • 100 N Link Ln, Unit 100, Fort Collins, CO 80524-4623 USA Valid Through: 31 July 2025 Nathan Campbell i-SIGMA Chief Executive Officer *NAID AAA Certification specifications are regularly evaluated/amended as necessary and service provider compliance is verified to ensure ongoing conformance with all known data protection regulations including The Privacy Act (Australia), GDPR (Europe), H1PAA, GLBA, FACTA, State -level requirements (USA), and PIPEDA, PIPA, PHIPA (Canada) in their relevant jurisdiction(s), as well as with related risk assessment, incident reporting and data breach reporting procedures and training as required therein or separately. Li? PERRY JOHNSON -°!= REGISTRARS, INC. CEztlficatE of �E 1,thation, pp J�-fizzy (go%zdon//�� pRE9i/stza2s, �ne , 4za�yauc`it ei tfzE EnoiTonniEntaL, �Eali4 and cS'af4y Sl4anagElnEnt �G1tEln of ®nSite Electronics Recycling, LLC dbac L7: Refresh 100 North Link Lane, Unit 100, Tort Collins, Co 80524 United States (This is a multisite scheme See Appendix for site specific details) (c4Azzuzaftez eaffed tltE aganuatton) and fzEZEfiy dEefazes t%zat tfzE aganezation 4us gEEn audttEd fiy an O,S 170214 a a ditEd ezzttf cation fiody in eonfozmappnaz and. a#i#fteaUt e o� g��� ,tEquiazn Ent1 aim!a found to gE to Confozmanaz crittb aL.l. TequtzzmEnt1 Of ff. e -Stewards® Standard for Responsible Recycling and Reuse! of Electronic Equipment© Version 4.1 aus cREycstzatiort c1 uz zes#Ect to foffotinnyscot. Manual Dismantling of Electronic Devices, Testing and Refurbishment of Electronics; Data Destruction J/zts G/`E9tltzattan GS C9zantEcl 1144Eet to the 1y1tEm 21 E1 9ofTEznuu9 t%zE GRE9tstzatton zE;22F-C to aLro(7E, and ge. agaiuzatton SETE%iy covenants cv- d4 tg.E o¢ssEssment Uody duty to a%71EZVE and eotnp. ung tf2E said zufes ANSI NaW. AaaOda..rd ACCREDITED CERTIFlCATIDN BDDY LC%Je Stewards C2nT -TO Terry Bobotge, President Perry Johnson Registrars, Inc (PJR) 755 West Big Beaver Road, Suite 1340 Troy, Michigan 48084 (248)358-3388 gf. VOL1,1Lty of du CLthitcal.. [lF.�]£flLf£J]t Tn cm,o i[J umntflaneC and(Nlf(I1lRent of 1,umed lwrz Lu, of Id. Effective Date September 13, 2024 Expiration Date September 12, 2027 Cei ttficate No C2024-05055 Page 1 of 2 AIM 100 North Link Lane; Unit 100, Fort Collins, CO 80524 United States 2331 Teepee Drive, Stockton, CA 95205 United States PERRY JOHNSON REGISTRARS, INC. og/1£nclix Manual Dismanthng of Electronic Devices, Testing and Refurbishment of Electronics, and Data Destruction Electroics Dismantling, Recychng, and Data Destruction Manual Dismantltng`ofElectromc Devtces, Testtng and Refurbishment ofElectrontcs, Data Destruction Terry Bobotgeresident Perry Johnson Registrais, Inc (PJR) 755 West Big Beaver Road, Suite 1340 Troy, Michigan 48084 - (248) 358-3388 CertOcaleNo C2024-05055 Page 2 of 2 Jte c al:4 olga aEzfelcafe is 4Gend, ulan anger.", Jurve�anes arul/� � "nsni of ze9utredianOreiny cladEJ `® PERRY J® NS®N ��! � MST Y x!,19 INC. CEztifi,calE of £ 151 zate on. �Ezzt9 cqofznson cRE9tstzazs, gna , gas a.ucittEd tYLE cKatainagfE EfEetzontes cRao. &,REet efin9 ( R 2 ) ,S'tanclati of ®nsite-Electronics Recycling„ LL C dba LT. Refresh 100 Noreh Link Lane, Unit 100; Fort Collins, CO 80524 United States (This zs a campus scheme See Appendix foz site specific details) gfi. ozyantzatton 4as tEen audttEd a/eEzhftaattotz golly dat is uz con/crowtz . cvtt%a _YeSO/OEe 17021 TE9ttizEtnEtzts and ale fteagt& tieezEdttation _Body ¢EqutzEmznts oz9anizatton is found to g. to eonfozmanee Litt. tfzE ck2 cS'tatzdazd as ale frfiEd gy tizz cR2 PcIE of flitaetteEs The Sustainable Electronics Reuse & Recycling (R2) Standard v3 gfzts cREgotzatton a to tzsiLe£ to EL. foffoaning sacy2E Downstream Vendor Management, Logical and Physical Data Sanitization, Testing and p pRepairing, and Materials Recovery p of Used Elepctrponics/ / �p 4 JI2L1 U\L 9acillty l.tfotoil EIL. faffo Cng appLaOLE C/\2 J"'LOCPii CRECILLCZfInr-nti QE EL LOCOECon(1) and LI gzEn audar_ EO rnr 2ECluavnE.E. 1m Each as cdEnEcfiEd Appendices (A) - Downstream Recycling Cham, (B) - Data Sanuzzatton (Logical and Physical), (0- Test and Repair, (E) - Materials Recovery are applicable to this Campus Facility J/eE CEztifioaKotz zEfcanazd atoo. Cs aacompLaSeCC #uzivant to _.-S& r 1 0\2 CAQE of -,..aeEteEi &way& aR aid, of a Sang. of E11E CczECfCCQEE �/n�411 faot.rd es and/oL #too.....e/aetcv�aas [w7cE il� &nai/� a�zett. eco//ta a/�/i�i�Eazuu� on da. cEzkfieah. �/zhfraahorz u no�t/ a eonozE/a�/racve vatataho. oz 0-EufCCatcon Of aftConAi,. p1fE e/J��2o3 /S/�ta,��t`laa'TQQ[/S/ offs., noq,. -O ' a .d wiltoat wa,...ty, and a, iEELW2CE Ot.S... /wa., Sy /tI2E cetttiteate goeciez Oz any gadpatty, LS ..riyasity dalaunr, Uy GAG✓\J JhE u1E, dal.day CLYi zEfEiERCE Eo � -, 2v3 ectlifaatw. SP(aU2 #witEQ on tfia CEztCfCCQtE li yovEz✓✓rrtd t y te^Fn,E ayzrr�riEnt(1)enEE¢Ed UEEWEcrz t�E eczkficuEz teoLLa cued auttiEnticety and oatatcty can GE oeufind at Slit. //z2dizEetozy azy Jl2LS ✓ lgol..ahon. LS yzantEd 1L4ECt Eo tr. 1y1EEne me. yovemay fge de,C11.1,on LEfEzzEdtO CSOCE, and trZE �tyanCZatCOn teEZEby COVEnLCnt1 WCG2 trz. oTlsessenent god., duty t0 OOSEZOE and eom/Jty cud tns Sail =Ls 4;�y REGISPERRYJOiro TRARS, INC �a rsnnnwnoN eow Terry Boboige, President Perry Johnson Registrars, Inc (PJR) 755 West Big Beaver Road, Suite 1340 Troy, Michigan 48084 (248)358-3388 g4e Lratelity of t4is avthfieatE is dEiieri nt uilon ongoing su LTZL'anat Effective Date May 20, 2024 Expa atzon Date August 3, 2026 Revzszon Date June 19, 2024 Certificate No C2024 -02829-R1 Page 1 of 2 PERRY JOHNSON REGISTRARS, INC. 04/2/Etzati G This R2 Fatality performs the following applicable R2 Process Requtrements at this locatton(s) and has been audited to the requirements for each as ident fed Main Processing Facility, ~' n Onsite Electronics Recyehng, LLC dba LT. Refresh 100 North Liak Lane; Una 100, Fort Collins; oO,8052,4 United States 5 Onsite Electromcs &ye/mg, LLC 2331 Teepee Drive, Stockton, CA 95205United States Terry Boboige resident Perry Johnson Registrars, Inc (PJR) 755 West Big Beaver Road, Suite 1340 Troy, Michigan 48084 (248)358-3388 Downstream Vendor Management, Logical and Physical Data Sanitization, Testing and Repairing, and Materials x " , u Recovery of Used Electronics (A) - Downstream Recyehng Chain, (B) - Data Sanitiiationfiagical and Phystcal); "(C) -,,Test and Repair, , A.„ ,(E) i Materials Recovery Downstream,Vendor"Management, Physical Data Santtization, and Ma'terial's Recovery of Used Electronics (A)=Downstream Recyehng Chain, (B) - Data Sanitization (Physical Only); (E) - Materials Recovei Cet of cafe No C2024 -02829-R 1 Page 2 of 2 PERRY JOHNSON REGISTRARS, INC Z ITT I C CEztificatE of E Li za t I on giEzzt9 gokaion cRE9tstzazs, gne , gas aucittEd t%i.E gnodzonnzEntat ck(ana9EnzEnt cSt9stErrz of Onsite Electronics '''ecycling, LLB' db LT. efresh 100 North Link Lane, Unit 100, Fort Collins, CO 80524 United States (This is a multisite scheme See Appendix for site spec fc details) (IE¢Etnaft. eaffed tfiE Dz9antzatton) and Lug,,y cizarazF, a -at agantzatton is Ln eonfomanaz artt4 ISO 14001:2015 grits A9tstzahon t2 Ln zEspEet to tr. foffounn9 seo fr. Electronics Dismantling, Recycling, Refurbishment, and Data Destruction gfia c..RE9LStTahon LS 92antEd SutT/Eet to EL systE1n zufEs 9oveuun9 EL cREyattatLon zEfE24Ed tO agoo, and gE 0cyantzakon Logy eovEnants tvttfZ tfzE df ssEsinEnt fiody duty to ogsEzvE and ean1241 ang tL said viLs ANSI NJ(/0aa1 ALe�eERallon 8oar0 A C C R E D I T E D MANAGEM_ CEonaT of BOOV Terry Boboige President Perry Johnson Registrars, Inc (PJR) 755 West Big Beaver Road Suite 1340 Troy, Michigan 48084 (248)358-3388 grie vatuitty of a .zte f(.ie wa�tiLa. i of xcgw.xcd samgcrrf of 1,_.1 Effective Date September 13, 2024 Expuanon Date September 12, 2027 Certificate No C2024-05053 Page I of 1 .1,4 ,...,0 ..,0 =4 100 North Link Lane; Unit 100, Fong Colhns, CO 80524 United States 2331 Teepee Drive, Stockton, CA 95205 United States PERRY JOHNSON REGISTRARS, INC. ogIi`iErzoilx Electronics Dismanthng, Recycling, Refurbishment, and T Data Destruction' , Electronics Dismanthng, Recycling, and Data Destruction Eleciromcs Dismantling, Recycling, Refurbishment, and Data Destruction 1 Terry Boboige resident Perry Johnson Registrars, Inc (PJR) 755 West Big Beaver Road, Suite 1340 Troy, Michigan 48084 (248) 358-3388 Certificate No C2024-05053 Page 2 of 2 c aZ4 alga eezf/ea, cs 4b�Eni u/hon onyotag survefan. a anal , of re9uc rEidam6Zeny ofidEi PERRY JOHNSON REGISTRARS, T E YJ SN GISTL e S, C. CEztificatE of tza.tcon /� (� _ �Ezzty /gofinso/�n/�.REgtibra%zl, _Una , fzal a�it." _ tizzVeeupationaL O%Eaft4 and .C'aTEtg ',A4anaC7EmEnlS:95.tEm. of ®nslte Electronics Recycling, LLC dba LT. r' efresh 100 North Lank Lane, Unit 100, Fort Collins, CO 80524 United States - - (This is a multisite scheme See Appendix for site specific details) P/EZEtnaftEZ Cain ChE (9t9antzatton) and 4.EZEgy UEn- and dat IJZQantZatton a U2 confozmanCE and 111 •/ ISO 45001:2018 ✓ I� �fui,RE9tstzatton is uz zE1(2Eet to t4Z fof'ounn9 aeaf2E I- Electronics Dismantling, Recycling, Refurbishment, and Data Destruction a. CRE9tltzatton t1 QZantEd lugicatpp to the 1,91tEln pZtt�£1 9ou,azi z+9 t�zE cagatzap/tton Zp/EfEppZZEd tO agpO, andtnE Oz9aruzatton nEz£Uy couviants Gnt4 t4E dI11ESS.n2Ent gody ditty t0 OITSEZUE and comizLy ClTttn tt2E laid to E1 ACCREDITED MANAGT T aTE's GEflTIFICATION BOOV Terry Boboige, President Perry Johnson Registrars, Inc (PJR) 755 West Big Beaver Road, Suite 1340 Troy, Michigan 48084 (248)358-3388 Jl2E Uai.idity of did ersttf Catc GS cic/2EraEnt u#on Onyou29 SUZOEif ante Rnd faLfiffinEnt of ZE utzEd 1a.m/1La29 of litE1 Effective Date May 20, 2024 Expuation Date June 11, 2026 Revision Date June 19, 2024 Certificate No C2024 -02830-R1 Page 1 of 2 - REGIS' o4/2/2E clix Onsite Electronics Recychng, LLC dba I T Refresh 100 North Link Lane,"Unit 100, Fort Colhns,-CO 80524 United States Onsite Electronics Recychng, LLC 2331 Teepee Drive, Stockton, CA 95205 United States S, INC. Electronics Dismanthng, Recychng, Refurbishment, and Data Destruction " Electronics Dismantling, Recychng, and Data Destruction Electronics Dismantling, Recychng, Refurbtshment, and Data Destruction, Terry Boboige resident Perry Johnson Registrars, Inc (PJR) "55 West Big Beaver Road, Suite 1340 Troy, Michigan 48084 (248) 358-3388 CeiaficateNo C2024 -02830 -RI Page 2 of 2 J/L` valte4 o/da eedy( alz a 15'6£..1/.1 tOon cv,ouzy surve L anee R12Qf[!lf!!L/llfllL� of e,caze sat,664 Of1[�ES PERRY JOHNSON REGISTRARS, INC 1 ,03 PERRY JOHNSON f- REGISTRARS, INC. CEztifizatz of E9 id t za tion. Jam- Ezzy ofi.nion cRE9istzazs; audifEct tfi, .Quality ,(ana9EmEnt c.Cttist.Enz of - ttasite Eigtronics Reeygit�a ,Og,,-4C-dba-l. Te Refresh 100 North Link Lane, Unit 100, Fart'Collins, C0,80524 United States �c)/EZEtnctlLE2 GQ,LLEd �12E agar Lzatton) Ql2d i1Ese-gy. �L.as tl2atl Csgcz Ladon CS CYL L�DI21O,tmanCE t ntfi r ISO 9001:2015. ' gfits APEyLstsatton a U2 .4iect tv t4foglOwtny scof2E Electronics Dismantling, Recycling, Refurbishment, and Data Destruction ��jj//�� Y/ p p p p n / p / /� Jl2LS cREg atzatLon CS ysantec suglEc�t t0 the lystEm ZLILES yOVEZYLLYtq the cAl yatZatton sE sszc t0 ago, and the COzyanLzatLon hEZEgiy aomnanEs ring EL ogssEss✓mEnt gTociy duty to oglzscrE arul aom#fy uy-A tizE scud'mt. ANSI NahanalAeendllelion Baard ACCREDITED NIANAOEM CE IRTICE TION BODY �f avE 1�nte May 20, 2024 Terry Boboige, President Perry Johnson Registrars, Inc (PJR) 755 West Big Beaver Road, Suite 1340 Troy, Michigan 48084 (248)358-3388 vataltty of EL astEtfteatz is 112E/2U£!i uf2on onyotny sttzvEctianaz C I.Tahan eLthf...F, c1Vo July 31, 2026 C2024-02832 tntertek CERT FICAT aleitairti This is to certify that the management system of: Onsite Electronics Recycling, LLC dba I.T. Refresh Main Site: 100 N. Link Lane, Unit 100 Fort Collins Colorado 80524 United States has been registered by Intertek as conforming to the requirements of: ISO 9001:2015 The management system is applicable to: Electronics dismantling, recycling, refurbishment and data destruction, Total Quality. Assured, Certificate Number: 0153957 Initial Certification Date: 01 August 2023 Date of Certification Decision: 01 August 2023 Issuing Date: 01 August 2023 Valid Until: 31 July 2026 ANSI Nattanal&crag:MIMI Baird rFtcaj�" ACCREDITED tH intertek Mac $7021-+ MANAGEMENT SYSTEMS CERT!,'CATION BODY Calin Moldovean President, Business Assurance Intertek Testing Services NA, Inc. 900 Chelmsford Street, Lowell MA 01851, USA O Crud ,SF. .I in the issuance of the, certificate, Intertek assumes no liability to and parr, other tran to the Client, and then only in accordance with the agreed upon Certification Agreement. Thu certificate's validity is subject to the organization maintaining their system in accordance with Intertek's requirements for systems certification. Validity may be confirmed via email at certif'cate.validation@intertek.com or by scanning the code to the nght with a smartphone, The certificate remains the proper^, of tntertek, to whom rt must be returned upon request. Page 1 of i 0 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 4/4/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Arthur J. Gallagher Risk Management Services, LLC 2121 North California Boulevard Suite 350 Walnut Creek CA 94596 License#: 0D69293 INSURED Onsite Electronics Recycling Janice Oldemeyer 1281 E. Magnolia St.141,Unit D Fort Collins CO 80524-4794 ONSIELE-01 COVERAGES CERTIFICATE NUMBER: 1437863340 CONTACT NAME: Candice Britto PHONE g25-299-1112 (A/C No Ext E-MAIL ADDRESS: Candice_Britto@ajg.com FAX 925-281-5742 INSURER(S) AFFORDING COVERAGE INSURER A : Admiral Insurance Company INSURER B : Arch Insurance Company INSURER C : Philadelphia Indemnity Insurance Company INSURER D : StarNet Insurance Company INSURER E : INSURER F : REVISION NUMBER: NAIC # 24856 11150 18058 40045 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. INSR LTR TYPE OF INSURANCE ADDL 1NSD.INVD. SUER POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL CLAIMS -MADE LIABILITY FEIEIL2176209 7/1/2024 7/1/2025 EACH OCCURRENCE $ 1,000,000 X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) I $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES 78,-LOC PER: GENERAL AGGREGATE $ 2,000,000 X PRODUCTS - COMP/OP AGG $ 2,000,000 EBL AGG/EMP BEN $ 1M/$1M B AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY FBCAT0462005 7/1/2024 7/1/2025 COMBINED SINGLE LIMIT (Ea accident, $ 1,000,000 BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X n X PROPERTY DAMAGE (Per accident) $ $ A UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE FEIEXS2176309 7/1/2024 7/1/2025 EACH OCCURRENCE $ 4,000,000 X AGGREGATE $ 4,000,000 DED RETENTION $ $ D WORKERS COMPENSATION AND EMPLOYERS' ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER (Mandatory If yes, describe DESCRIPTION LIABILITY EXCLUDED? NH) under OF OPERATIONS below Y/N N / A BNUWC015960225 4/1/2025 4/1/2026 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 in E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A C Env Impairment/Pollution Cyber Liability FEIEIL2176209 PHSD1808774 7/1/2024 7/1/2024 7/1/2025 7/1/2025 Limit Limit $1,000.000 $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Proof Of Insurance SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 44 ABM= ��ut• Onsite Electronics Recycling; dba: IT Refresh Endorsement Number Automatic Additional Insured — Owners, Lessees or Contractors ECC-319-0712 In consideration of an additional premium of $0, this endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person(s) or organization(s) whom the Named Insured agrees, in a written contract, to name as an additional insured. However, this status exists only for the project specified in that contract. The person or organization shown in this Schedule is included as an insured, but only with respect to that person's or organization's vicarious liability arising out of your ongoing operations performed for that insured. M i. '.r ANNUL dam' Onsite Electronics Recycling; dba: IT Refresh Endorsement Number Automatic Primary and Non -Contributory Insurance Endorsement Designated Work Or Project(s) ECC-548—0317 This endorsement modifies insurance provided under the Coverage Part(s) indicated below: SCHEDULE Name of Person or Organization: Any person(s) or organization(s) whom the Named Insured agrees, in a written contract, to provide Primary and/or Non-contributory status of this insurance. However, this status exists only for the project specified in that contract. In consideration of an additional premium of $Q and notwithstanding anything contained in this policy to the contrary, it is hereby agreed that this policy shall be considered primary to any similar insurance held by third parties in respect to work performed by you under any written contractual agreement with such third party. It is further agreed that any other insurance which the person(s) or organization(s) named in the schedule may have is excess and non-contributory to this insurance. 41% ,aaarnuc =Cr Onsite Electronics Recycling; dba: IT Refresh Endorsement Number: Automatic Waiver of Subrogation Endorsement ECC-320-0712 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person(s) or organization(s) to whom the Named Insured agrees, in a written contract, to provide a waiver of subrogation. However, this status exists only for the project specified in that contract. The Company waives any right of recovery it may have against the person or organization shown in the above Schedule because of payments the Company makes for injury or damage arising out of the insur-ed's work done under a contract with that person or organization. The waiver applies only to the person or organization in the above Schedule. Under no circumstances shall this endorsement act to extend the policy period, change the scope of coverage or increase the Aggregate Limits of Insurance shown in the Declarations. AdCDA r. COLORADO Department of Agriculture AgLicense ID # 00226V Janice Oldemeyer IT REFRESH 1281 E MAGNOLIA UNIT D, BOX 141 FORT COLLINS CO 80524 Printed On:Monday, November 18, 2024 305 Interlocken Parkway, Broomfield, CO 80021 P 303.869.9000 F 303.466.2867 www.colorado.gov/ag A D A COLORADO Department of Agriculture Scales/Measuring Devices License THIS License IS NOT TRANSFERABLE IT Refresh Doing Business As Name(s) (DBA1 IT Refresh 100 North Link Lane #100 Fort Collins CO 80524 Scales/Measuring Devices AgLicense ID # 00226V lx Scales 1001 lbs-10,0001bs Printed On:Monday, November 18, 2024 Effective Date Expires Date Jan 01, 2025 Dec 31, 2025 Kate Greenberg November 18, 2024 Commissioner of Agriculture Print Date 305 Interlocken Parkway, Broomfield, CO 80021 P 303.869.9000 F 303.466.2867 www.colorado.gov/ag OFFICE OF THE SECRETARY OF STATE OF THE STATE OF COLORADO CERTIFICATE OF FACT OF GOOD STANDING I, Jena Griswold, as the Secretary of State of the State of Colorado, hereby certify that, according to the records of this office, Onsite Electronics Recycling, LLC is an entity formed or registered under the law of California has complied with all applicable requirements of this office, and is in good standing with this office. This entity has been assigned entity identification number 20121569994 . This certificate reflects facts established or disclosed by documents delivered to this office on paper through 05/09/2025 that have been posted, and by documents delivered to this office electronically through 05/12/2025 @ 13:27:37 . I have affixed hereto the Great Seal of the State of Colorado and duly generated, executed, and issued this official certificate at Denver, Colorado on 05/12/2025 @ 13:27:37 in accordance with applicable law. This certificate is assigned Confirmation Number 17291666 . Secretary of State of the State of Colorado *********************************************End of Certificate******************************************** Notice: A certificate issued electronically from the Colorado Secretar, of State's website is fully and immediately valid and effective. However, as an option, the issuance and validity of a certificate obtained electronically may be established by visiting the Validate a Certificate page of the Secretary of State's website, https://www.coloradosos.gov/h,CertificateSearchCriteria.do entering the certificate's confirmation number displayed on the certificate, and following the instructions displayed. Confirming the issuance of a certificate is merely optional and is not necessary to the valid and effective issuance of a certificate. For more information, visit our website, https://www.cokradosos.gov click "Businesses, trademarks, trade names" and select "Frequently Asked Questions." Contact For Entity Information Entity Name I.T. REFRESH Entity ID* @00045969 Q New Entity? Contract Name* Contract ID ELECTRONIC RECYCLING EVENTS FOR 2025-26 9598 Contract Status CTB REVIEW Contract Description* ELECTRONIC RECYCLING EVENTS FOR 2025-26 Contract Description 2 Contract Type AGREEMENT Amount* $81,200.00 Renewable* NO Automatic Renewal Grant IGA Department HEALTH Department Email CM-Health@weld.gov Department Head Email CM -Health- Does Contract require Purchasing Dept. to be DeptHead@weld.gov included? Contract Lead* BFRITZ Contract Lead Email bfritz@weld.gov;Health- Contracts@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Requested BOCC Agenda Due Date Date* 06/19/2025 06/23/2025 Will a work session with BOCC be required?* NO County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date* 10/01/2026 Committed Delivery Date Renewal Date Expiration Date* 10/31/2026 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel JASON CHESSHER CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 06/17/2025 06/18/2025 06/18/2025 Final Approval BOCC Approved Tyler Ref # AG 062525 BOCC Signed Date Originator BFRITZ BOCC Agenda Date 06/25/2025 Weld County Department of Public Health and Environment Memorandum To: Board of County Commissioners From: Gabri Vergara Date: May 29, 2025 Re: Electronic Recycling Events— Bid (B2500065) The Department of Public Health and Environment has reviewed the bid proposals for bid request number B2500065, Electronic Recycling Events. After evaluation of proposals submitted, the Department is recommending that the County select I.T. Refresh (a facility of Onsite Electronics Recycling, LLC) as the sole contractor for these events. I.T. Refresh was the second lowest bidder (at $20,300 per event) and met all bid specifications. The bid from the lowest bidder (IT Investment Recoveries at $2,500 per event) was determined to be non -responsive due to an incomplete cost estimate provided. 1555 N. 17th Avenue Greeley, CO 80631 Phone: (970) 304-6410 weldhealth.org WiZ PutgcHe,*h 2025-1354 1..05`6 DATE OF BID: MAY 13, 2025 REQUEST FOR: ELECTRONIC RECYCLING EVENT DEPARTMENT: PUBLIC HEALTH BID NO: B2500065 PRESENT DATE: MAY19, 2025 APPROVAL DATE: JUNE 2, 2025 VENDOR IT Investment Recoveries 5765 W. 52' Avenue Denver, CO 80212 Onsite Electronics Recycling LLC Dba I.T. Refresh 100 N. Link Lane, Unit 100 Fort Collins, CO 80524 Clean Harbors Environmental Services, Inc. 42 Longwater Drive, P.O. Box 9149 Norwell, MA 02061-9149 Data Destruction, Inc. 150 Capital Drive, Suite 390 Golden, CO 80401 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett(aweld.gov cdeisertaweld.00v ttavloraweld.gov Phone: (970) 400-4222, 4223 or 4454 EVENT 1 EVENT 2 EVENT 3 EVENT 4 TOTAL PRICE PRICE PRICE PRICE PRICE $2,400.00 $2,500.00 $2,500.00 $2,500.00 $10,000.00 $20,300.00 $20,300.00 $20,300.00 $20,300.00 $81,200.00 $21,546.00 $21,546.00 $21,546.00 $21,546.00 $86,184.00 $21,890.00 $21,890.00 $21,890.00 $21,890.00 $87,560.00 2025-1354 5/11 HLVO , PAGE 2 REQUEST FOR: ELECTRONIC RECYCLING EVENT DEPARTMENT: PUBLIC HEALTH BID NO: B2500065 VENDOR Blue Star Recyclers 953 Decatur Street, Suite C Denver, CO 80204 Lexington Computer Recycling, LLC 240 Crossfield Drive Versailles, KY 40383 EVENT 1 EVENT 2 EVENT 3 EVENT 4 TOTAL PRICE PRICE PRICE PRICE PRICE $29,629.00 $27,841.00 $29,629.00 $27,841.00 $114,940 $33,540.00 $33,540.00 $33,540.00 $33,540.00 $134,160.00 ( This will be achieved through four (4) a -waste recycling events (two held in 2025 on 7/26/2025 and 8/9/25 and two in 2026 TBD), at no cost to residents.) THE PUBLIC HEALTH DEPARTMENT IS REVIEWING THE BIDS. Hello