Loading...
HomeMy WebLinkAbout20221857.tiffMemorandum To: Board of County Commissioners From: Christie Peters, Purchasing Manager Subject: Bid #82200093, Electronics Waste Recycling Events Date: November 16, 2022 This was discussed in the attached email dated November 14, 2022. This bid was approved on July 13, 2022 and awarded to I.T. Refresh for two events with the potential of third events if funds allow in an amount not to exceed $65,500.00. The invoice for the first event in North County (Greeley) totaled $45,064.19 and the second event in South County (Frederick) totaled $24,574.48 for a grand total of $69,638.67. Since the total for both events exceeded the approved contracted amount, a change order is needed for the difference of $4,138.67 bringing the new purchase order total to $69,638.67. No supplemental funds are needed and there are SEP funds available to cover these costs. conw-E mondia- CID5)�L C 2022- IF/51 ktL��S�I CHANGE ORDER NO.1 PROJECT: B2200093, Electronic Waste Recycling Events Date: 11/16/22 Electronic Waste Recycling Events described in the Invitation for Bids, Bid No. B2200093. Owner: Weld County, Colorado Vendor: I.T. Refresh The following change is hereby made to the Contract Documents: See attached memo, email and invoices. CHANGE TO CONTRACT PRICE: Original Contract Price: $65,500.00 Current Contract Price adjusted by previous Change Order: N/A The Contract Price due to this Change Order will be increased by: $4,138.67 The Contract Price due to this Change Order will be decreased by: N/A The new Contract Price, including this Change Order, will be: $69,638.67 CHANGE TO CONTRACT TIME: The Contract Time will be increased by N/A calendar days. The date for completion of all Work wilt be N/A RECOMMENDED: Digitally signed by Tanya Tanya Geiser Date: 2022.11.16 County Representative: 16:35:42 -0700' Tanya Geiser, Public Health Finance Director APPROVee Digitally signed by Janice Oldemeyer Oldemeyer Date: 2022.11.16 Vendor: tt Y 1o:2s:sa-oaoa I.T. Refresh Owner: Date: _ Date: Weld County Government , Scott K. James, BOCC Chair Date: piny 2 12022 024,0zA -,f 7 Onsite Electronics Recycling, LLC Bill To Weld County Env. Health Service Dept. of Public Health & Environment 1555 N. 17th Ave. Greeley, CO 80631 Attn: Ben Frissel Invoice Date Invoice # 10/28/2022 34869 P.O. No. Terms Project Quantity Description Rate Amount 1 3 4 I 9 1 91,430 Weld County E -Waste Event October 22, 2022 Forklift Rental 53' Trailers 26' Boxvans (note 5th boxvan trip fee waived) Supplies Personnel Traffic Control (fee waived) Flatscceens & Laptops Sales Tax 850.00 850.00 350.00 750.00 325.00 0.00 0.40 0.25% 850.00 2,550.00T 1,400.00T 750.00 2,925.00T 0.00 36,572.00 17.19 Total $45,064.19 Payments/Credits $0.00 Balance Due $45,064.19 Onsite Electronics Recycling 1281 E. Magnolia, Unit D, Box 141, Fort Collins, CO 80524 (970) 797-2934 Onsite Electronics Recycling, LLC Bill To Weld County Env. Health Service Dept. of Public Health & Environment 1555 N. 17th Ave. Greeley, CO 80631 Attn: Ben Frissel Invoice Date Invoice # 11/11/2022 34964 P.O. No. Terms Project Quantity Description Rate Amount 1 2 2 1 6 1 45,284 Weld County E -Waste Event November 5, 2022 Forklift Rental 53' Trailers 26' Boxvans (note 5th boxvan trip fee waived) Supplies Personnel Traffic Control Electronics Recycling Sales Tax 850.00 850.00 350.00 750.00 325.00 500.00 0.40 0.25% 850.00 1,700.00T 700.00T 750.00 1,950.00T 500.00 18,113.60 10.88 Total $24,574.48 Payments/Credits woo Balance Due $24,574.48 Onsite Electronics Recycling 1281 E. Magnolia, Unit D, Box 141, Fort Collins, CO 80524 (970) 797-2934 Weld County Department of Purchasing Phone (970) 356-4000 Ext_ 4223 1150 "O” Street Greeley, Colorado 80631 @00045969 TO: VENDORCODE I.T. REFRESH 1281 E MAGNOLIA ST UNIT D BOX 141 FORT COLLINS CO 80524 ITEM PURCHASE ORDER I. BUYER NAME: Carolyn Geisert COMMODITY DESCRIPTION PURCHASEORDER. P2200,62 Page DATE OF P.O. 11/04/22 BLANKET. DATE REQUIRED 11/05/22 SHIP TO: SHC N PURCHASE ORDER NUMBER, SHIP TO AND MARK ON ALL DOCUMENTS WELD COUNTY HEALTH ADMINISTRATION ATTN: TANYA GEISER 1.5.55 N 17TH AVENUE, 1ST FLOOR GREELEY, CO 80631 BILL TO: SAME AS SHIPTO IF NOT STATED ELECTRONIC WASTE RECYCLING EVENTS PER B2200093 APPROVED BY THE WELD BOCC ON 7/13/22. PO IS FOR 2 EVENTS: NORTH COUNTY ON 10/22/22 & SOUTH COUNTY ON 11/05/22 IN AN AMOUNT NOT TO EXCEED $65,500.00. IF TOTAL COST EXCEEDS THE CONTRACTED AMOUNT OF $65,500.00, A CHANGE ORDER WILL BE ISSUED FOR THIS AMOUNT AND IT WILL BE PAID FOR BY WELD COUNTY GOVERNMENT. ISSUED P2200762 - CG OUANTRY WM UNIT PRICE EXTENDED 1.00 EA 65,500.0000 65,500.00 The articles specified are subject to the following conditions: 1. Goods other than those specified must not be substituted or prices changed without authorization. 2. The right of cancellation in case of long delay in shipment is reserved. 3. Either party may terminate this agreement at any time upon delivery to the other party of written notice received at least ten (10) days prior to the anticipated date of termination_ This agreement may be terminated at any time by either party without notice upon a material breach of the terms herein by the other party. 4. No sales tax or use table shall be included in or added to prices of material on this order. 5. If the quantity shipped is short of the purchase order quantity, specify on the packing slip if that quantity is on back order or cancelled. 6. Bills will be paid off of original invoices only. DISCOUNT: ADDL CHARGES: TOTAL TAXES: A By .00 .00 .00 65,500.00 Con c+ 124 (03z9 Memorandum TO: Scott James, Chair Board of County Commissioners FROM: Gene O'Hara, Interim Director Department of Public Health & Environment DATE: September 9, 2022 SUBJECT: Agreement for Services with Onsite Electronics Recycling, LLC DBA IT Refresh - Electronic Waste Recycling Events For the Board's approval is an Agreement for Services between Onsite Electronics Recycling, LLC, DBA IT Refresh (IT Refresh) and the Board of County Commissioners of Weld County for the use and benefit of the Weld County Department of Public Health and Environment (WCDPHE). IT Refresh was the successful bidder for electronic recycling services to be conducted in Weld County as part of a Supplemental Environmental Project (SEP) that was awarded to the WCDPHE. Bid number B2200093 had two submittals and after reviewing the bid documents, IT Refresh was selected because it met the conditions of the bid and was the low bid. Up to $65,500 will be used to conduct at least two collection events where a variety of electronic materials will be accepted for recycling. Additional events may be conducted based on final costs, available budget, and timeframe. On July 11, 2022, WCDPHE staff and Purchasing Manager, Christie Peters, met with the Board of County Commissioners to discuss the approval of bid B2200093 and use of the SEP funds for this project. At that time, the Board approved proceeding with this project. This Agreement for Services is the Weld County approved standard agreement and has been executed with no changes, therefore meeting the eligibility requirements for placement on the Board's consent agenda. Assistant Weld County Attorney, Karin McDougal, has reviewed this county -approved, standard service agreement and determined that its terms are acceptable. The Board approved placement of this agreement on the Board's agenda via pass -around dated September 2, 2022. I recommend approval of the Agreement �f Serv'ce i h Refresh. COnWl+11 Bq ZZ /ZOOl l'351 H L005(-) WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & ONSITE ELECTRONICS RECYCLING, LLC DBA I.T. REFRESH for ELECTRONICS WASTERECYCLINGEVENTS THIS AGREEMENT is made and entered into this i ay of September, 2022, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Onsite Electronics Recycling, LLC, dba I.T. Refresh, a limited liability company, who whose address is 100 N Link Lane, Unit 100, Fort Collins, Colorado 80524, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and 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 Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2200093. The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B 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 execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. 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. Therefore, within the thirty (30) days preceding the otoo7a --/A5- 7 anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. 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. 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 Modification. 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. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $65,500.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. 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. 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 of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 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 this Project without County's prior written consent, which may be withheld in County's sole discretion. 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. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. 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 services 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 services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. 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. Acceptance by the County of, or payment for, the services 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 and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. 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 this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The 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. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. 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. This paragraph shall survive expiration or termination hereof Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury $5,000 Medical payment one person Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. 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. 15. 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. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. 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. 17. 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. The County Representative for purposes of this Agreement is hereby identified as, Ben Frissell-Durley. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (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 by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Onsite Electronics Recycling, LLC, dba I.T. Refresh Attn.: Janice Oldemeyer, President Address: 1281 East Magnolia, Unit D, Box 141 Address: Fort Collins, CO 80524 E-mail: joldemeyer@myoer.com Facsimile: (970) 797-2935 Weld County: Name: Tanya Geiser Position: Director, Finance & Contracting Department: Public Health and Environment Address: 1555 North 17th Avenue Address: Greeley, CO 80631 E-mail: tgeiser@weldgov.com Phone: 970-400-2122 18. 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. 19. 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. 20. Entire Agreement/IVIodifications. 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. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted 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. 22. 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. 23. 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. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. 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. 26. 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. 27. 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 event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terns. Both parties further agree that this Agreement, with the attached Exhibits _ and , 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this Q.Oday of Sepir2Mbe r , 2022. CONTRACTOR: Onsite Electronics Recycling, LLC, dba I.T. Refresh By: Name: J ce Oldemeyer Title: President Date Qj ?6 • WELD C:111 QL�I'Y�'-// �r/►l . ATTEST: c 1.��G�1.1�1✓ • `e..+0:4 BOARS OF COUNTY COMIv1ISSIONERS Weld County Clerk to the Board Deputy Clerk to th WELWCOUNTY, COLORADO colt James, Chair SEP 2 6 2022 o2Q,ra- /f REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JUNE 3, 2022 BID NUMBER: B2200093 DESCRIPTION: ELECTRONIC WASTE RECYCLING EVENTS DEPARTMENT: ENVIRONMENTAL HEALTH PRE -BID CONFERENCE: JUNE 13, 2022 QUESTION ACCEPTANCE DEADLINE: JUNE 16, 2022 ANSWERS POSTED TO BIDNET DIRECT: JUNE 20, 2022 BID OPENING: JUNE 27, 2022 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: ELECTRONIC WASTE RECYCLING EVENTS A pre -bid conference will be held on June 13, 2022 at 10:00 AM in person at the Health 207 Conference Room located in the Weld County Health Department Building, 1555 N 17th Ave, Greeley, CO 80631 and via Microsoft Teams. To join, call the phone number and enter the conference ID provided below: Phone number: 720-439-5261 Phone Conference ID: 318200330 Questions will be received until 5:00 PM on June 16, 2022. All questions must be submitted in writing and sent via email to Ben Frissell at bfrisselltweldgov.com. Questions and answers will be posted on BidNet Direct as an addendum no later than 5:00 PM on June 20, 2022. Bids will be received until: June 27, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on June 27, 2022 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 Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 494933746 PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct which is an online notification system 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 Delivery to Weld County: 1. Emailed bids are required. Email bids to bidsweldgov.com; however, 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. 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 we receive your bid/proposal. Please call Purchasing at 970-400-4223 or 4222 with any questions. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller 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 Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, BID REQUEST #B2200093 Page 2 through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work u nder this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to u ndertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing o r contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has n ot knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5- 103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States o r is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. BID REQUEST #B2200093 Page 3 C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. BID REQUEST #B2200093 Page 4 M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. BID REQUEST # B2200093 Page 5 R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above - described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible forthe payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. BID REQUEST #B2200093 Page 6 The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do o ot decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other o bligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, o missions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising o ut of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising o r recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts. Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. BID REQUEST #B2200093 Page 7 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 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: $1,000,000 Per Loss; $2,000,000 Aggregate. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2200093 Page 8 ELECTRONIC RECYCLING EVENTS Project Summary: All funding came through the Colorado Department of Public Health and Environment (CDPHE) Supplemental Environmental Projects (SEP) program. Due to Weld County's growing population and its residents' increasing demand for electronics, coupled with the lack of recycling and disposal opportunities and associated costs, many Weld County households have amassed a large quantity of used and broken electronics. Electronics can have a harmful effect on our environment when thrown into a landfill 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 limited amount of e -waste recycling drives, across Weld County, will provide our residents a cost-effective opportunity to dispose of their electronics responsibly. This will be achieved through, as funds allow, at least two (2) E -waste recycling drives at no cost to residents. E - waste recycling drives will be held in locations that are close to major population areas across Weld County, with the idea of having, at minimum one in north, south, and potentially central Weld County. It is difficult to estimate the number of drop-offs the events might experience. The latest census data (2020) shows Weld County with a population of approximately 331,186 residents. Our two Household Hazardous Waste (HHW) facilities typically see 45 unique customers per site per day. Considering the need for electronic waste disposal options, we can anticipate a much higher number than what we see at our HHW sites. For comparison, during the Greeley cleanup event, which is a two-day waste collection event the City coordinates, our Greeley site, which helps with hazardous waste disposal during the event, sees approximately 275-325 customers over the two day event. Weld County, unless otherwise agreed upon, will be responsible for: • Securing sites for E -waste recycling drives • Advertising and promotion of the events BID REQUEST #B2200093 Page 9 EXHIBIT B DATE OF BID: JUNE 27, 2022 BID NUMBER: B2200093 REQUEST FOR: ELECTRONICS WASTE RECYCLING EVENTS DEPARTMENT: PUBLIC HEALTH AND ENVIRONMENT PRESENT DATE: JUNE 29, 2022 APPROVAL DATE: JULY 13, 2022 VENDOR EVENT 1 TOTAL ONSITE ELECTRONICS RECYCLING, LLC $27,000.00* EVENT 2 TOTAL $27,000.00* WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpetersweldqov.com E-mail: reverett(a�weldgov.com Phone: (970) 400-4223 or 4222 Fax: (970) 336-7226 EVENT 3 TOTAL $27,000.00* GRAND TOTAL $81,000.00* DBA, IT REFRESH 100 N LINK LANE, UNIT100 FORT COLLINS, CO 80524 TECHNO NO RESCUE, LLC $31,284.00 $31,284.00 $31,284.00 $93,852.00 3251 LEWISTON N ST, STE 10 AURORA, CO 80011 *These fees will be based on the total number of items used for the event (trucks, personnel), thus the fees will be adjusted up or down depending on quantity. We have based our estimated costs on similar events and believe them to be close to actual costs. The e -waste recycling will be billed at $0.40/lb. The estimated quantity above is based on our experience in volumes collected at similar events servicing about 600 vehicles. The estimated cost is not to be considered a not to exceed cost. It was the decision of the Board of Weld County Commissioners to award the bid for the Electronic Waste Recycling Events to the lowest bidder meeting specifications, Onsite Electronics Recycling, LLC, dba IT Refresh for two events with the potential of a third event if funds allow in an amount not to exceed $65,500.00. See attached approval letter for more information. JULY 13, 2022 BY: CHRIS D'OVIDIO CONTROLLER Christie Peters From: Sent: To: Subject: Attachments: Janice Oldemeyer <joldemeyer@onsiteelectronicsrecycling.com> Monday, June 27, 2022 8:53 AM bids Bid #B220009 - I.T. Refresh Weld County Bid #B220009-ITRefresh.pdf ICaution. This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hello, Please find our bid for the above project attached. Let me know if you have any questions. Please confirm receipt. I hereby waive my right to a sealed bid. Thanks, Janice Oldemeyer All services rendered by Onsite Electronics Recycling in the processing of material, are to be considered "Non-NAID AAA Certified" unless specifically agreed upon. If you would like to discuss our capabilities in performing "NAID AAA Certified" services in conjunction with the proper recycling/remarketing of your electronic devices, please feel free to contact your customer service representative. One of the main benefits of requesting NAID AAA Certified services, is the guarantee that all data bearing devices are to be recorded by date and serial number, as well as the provision of documentation representing this information, which is to be provided within 30 days of the material's receipt. Our standard "Non- NAID AAA Certified" services still maintain industry leading data security standards (Dept. of Defense & NIST. 4.0000Th ONSITE ELECTRONICS RECYCLING 2331 Teepee Drive Stockton, CA 95205 (209) 234-7994 .f e -Stewards Re tponslble Recyrcling► 1 „404:0„alost.s.as• 100 N. Link Lane, Unit 100 Fort Collins, CO 80524 (970) 797-2934 RESPONSIBLE ELECTRONICS RECYCUNG SOLUTIONS BID RESPONSE FOR ELECTRONIC WASTE RECYCLING EVENTS Presented to BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY c/o bids(a�weldgov.com 1150 O STREET GREELEY, CO 80631 In response to Bid Request No. B2200093 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 joldemeyermyoer.com JUNE 27, 2022 swarth CERTIFIED REFBEr' ') S 1 t ! f 0 i0 TABLE OF CONTENTS ONSITE ELECTRONICS RECYCLING 1.0 COVER LETTER 3 2.0 BID SPECIFICATIONS 4 3.0 STATEMENT OF QUALIFICATIONS 5 COMPANY OVERVIEW 5 LICENSES, PERMITS, AND REGISTRATIONS 6 INSURANCE 7 CAPACITY '1'0 PERFORM REQUIRED SNRVICFS 7 THE I.T. REuREsII DIFFFRENCI; 8 REFERI;NCEs 10 ORGANIZATION AND STAFFING 11 SUBCONTRACTORS 12 PROPOSED APPROACII "1'0 PROJI:,CT 13 MATERIALS ACCEPTED 15 PROCESSING MF"I'IIODOLOGY 15 DowNSTREAm VENDORS FACILI"I'IEs 17 ATTACHMENTS Permits & Certifications Attachment A Weld County Bid #B220009.docx 2 June 27, 2022 ttt {1 rr � 1 J� !� Et f; 3 Si 0 0 COVER LETTER ONSITE ELECTRONICS RECYCLING The Board of County Commissioners of Weld County, Colorado July 27, 2022 Sent via Email: bids@weldgov.com I.T. Refresh is pleased to present this bid to provide electronic waste recycling services for Weld County (County). I.T. Refresh possesses the experience and capabilities to provide these services in accordance with the County's program requirements. Onsite Electronics Recycling, located in Stockton, CA, established a recycling facility in Fort Collins, Colorado in June of 2013, doing business as I.T. Refresh. All Onsite Electronics Recycling facilities are e -Stewards, R2, ISO 45001, and ISO 14001 certified. These certifications validate our commitment to responsible e -waste management. I.T. Refresh continues the well-known integrity exemplified by Onsite Electronics Recycling: • Outstanding compliance record. • 14th company internationally to achieve e -Steward certification. • Stellar customer references and retention history. • Excellent Employment Practices: local fair wage jobs, on the job training, and a comprehensive benefits package. • Choosing downstream recyclers based on compliance records and recycling method, rather than pricing. We have demonstrated our capacity and proficiency to perform the services outlined in this proposal through years of working in the collection and management of electronics wastes. Onsite Electronics Recycling has been providing electronic waste services since 2004 and was one of the first certified e -Stewards. I.T. Refresh is directly operated by the President of Onsite Electronics Recycling and brings a breadth of experience not only with e -waste, but specifically with public jurisdictions. Respectfully, Janice Oldemeyer, President Onsite Electronics Recycling, LLC dba I.T. Refresh Weld County Bid #B220009.docx 3 June 27, 2022 1� E !' !1 f' J Si v io BID SPECIFICATIONS ONSITE ELECTRONICS RECYCLING we Pages 10, 11, 12 & 13 we Completed pages 14, 15, & 16 W Completed page 17, Bid Submission Checklist we Completed and signed page 18 Addendum #1 Weld County Bid #B220009.docx 4 June 27, 2022 Project Scope: Weld County is requesting bids from qualified vendors to provide, at minimum, two electronic waste recycling events located in two geographically separate areas of the County with the ability to conduct a third event as funds allow. The selected vendor will mobilize, set up, assist in the planning, 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, testing, 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/disposal/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 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, etcetera 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. 6. The selected vendor will provide a supervisor experienced and trained 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 adequate number of technicians experienced and trained to manage the segregation, inventorying and packaging of the collected materials. BID REQUEST #B2200093 Page 10 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 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, TVs, 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 drive, power supplies, UPS and extension cords. 8. The bidder will provide an all-inclusive associated cost table for each event submitted with their bid. An example table is provided. See pages 13 — 16. The prices submitted shall be exclusive of federal and state sales tax (or other taxes inapplicable to government entities). Weld County Government is tax-exempt. 9. The contractor shall decrease disposal costs by packing together 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 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 vehicle(s), properly licensed and placarded (as required), 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 for submittal 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 closing 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 electronic 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 vendor must remain onsite until all collected materials are packaged and loaded for transportation for disposal. Prior to vendor leaving 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. BID REQUEST #B2200093 Page 11 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 August 26, 2022): • 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 will outline the following (due 30 days after final event): • • • • • 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 manifest 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. BID REQUEST #B2200093 Page 12 Example table of what we would like you to submit with your bid per each event. Cost Table Event #1 (Example) To be completed by vendor Description of Work Quantity Cost per Item Total Recycling Drive, Event #1 Equipment 10 5 1 $10.00 $10.00 150/hr (8hr) $50.00 $100.00 $1200.00 Tables Chairs Forklift Supplies 20 30 $5.00 $180 $100.00 $5400.00 Tape Drums Personnel Mobilization (set up & 019\°. breakdown) Trash Service (general trash) Traffic Control and associated nee ie Any Incidental/Other Costs Total for Event #1 $ To be completed by vendor Description of Work Quantity Cost per Item Total Reporting, Event #1 *See reporting description for specifications Due Status Report - 1 $45/hr (4hr) $180 by 8/26/2022 Due Completion Report - 30 days after final event Total for Event #1 BID REQUEST #B2200093 Page 13 Cost Table for Event #1 To be completed by vendor Description of Work Quantity Cost per Item Total Recycling Drive, Event #1 Equipment S850 $850 Forklift (1) Transportation 2 I $350 $850 $700 $850 26 ' boxvan 53' trailer Supplies 1 $750 $750 (1) Personnel 8 $325 $2,600 Mobilization (set up & breakdown) 1 $750 $750 Traffic Control and associated needs/supplies 1 $500 $500 (2) E -Waste Recycling (at $0.40/Ib) 50,000 $0.40 $20,000 Total for Event #1 To be completed by vendor Description of Work Quantity Cost per Item Total Reporting, Event #1 *See page 12 for reporting description for specifications Status Due by 8/26/2022 Report I $0.00 $0.00 — Completion Due 30 days after Report final — event 1 50.00 $0.00 Total for Event #1 S27,000 Notes: (1) adjusted be (2) collected close The These e up to -waste at fees or actual similar will down recycling costs. be events based depending will servicing on the be on billed total quantity. about number at $0.40/lb. 600 We vehicles. of items have The based estimated The used estimated our for the estimated quantity event cost above is (trucks, costs not is on to personnel), similar based be considered events on thus our experience and a not the believe to fees will in exceed them volumes be cost. to BID REQUEST #B2200093 Page 14 Cost Table for Event #2, as funds allow To be completed by vendor Description of Work Quantity Cost per Item Total Recycling Drive, Event #2 Equipment 1 $850 $850 Forklift (1) Transportation 1 $350 $850 $700 $850 26 ' boxvan 53' trailer Supplies 1 $750 $750 (1) Personnel 8 $325 $2,600 Mobilization (set up & breakdown) 1 $750 $750 Traffic Control and associated needs/supplies 1 $500 $500 (2) E -Waste Recycling (at $0.40/Ib) 50,000 $0.40 $20,000 Total for Event #2 To be completed by vendor Description of Work Quantity Cost per Item Total Reporting, Event #2 *See page 12 for reporting description for specifications Status Due by 8/26/2022 Report 1 $0.00 $0.00 — Completion Due 30 days after Report final event 1 $0.00 $0.00 — Total for Event #2 $27,000 Notes: (1) adjusted be (2) collected These close The e fees up to -waste at or actual similar will down recycling costs. be events based depending will servicing on be the on billed total quantity. about at number $0.40/lb. 600 We vehicles. of items have The based estimated The used estimated our for estimated the quantity event cost above is (trucks, costs not is on to personnel), similar based be considered events on thus our experience and a the not believe to fees will them in volumes exceed be to cost. BID REQUEST #B22OOO93 Page 15 Cost Table for Event #3, as funds allow To be completed by vendor Description of Work Quantity Cost per Item Total Recycling Drive, Event #3 y -. Equipment S850 S850 Forklift (1) Transportation I $350 $850 $700 $850 26' boxvan 53' trailer Supplies I $750 $750 (1) Personnel 8 $325 $2,600 Mobilization (set up & breakdown) 1 $750 $750 Traffic Control and associated needs/supplies 1 $500 $500 (2) E -Waste Recycling (at $0.40/Ib) 50,000 $0.40 $20,000 Total for Event #3 To be completed by vendor Description of Work Quantity Cost per Item Total Reporting, Event #3 *See page 12 for reporting description for specifications Status Due by 8/26/2022 Report — I $0.00 $0.00 Completion Due 30 days after final Report event — I $0.00 $0.00 Total for Event #3 $27,000 Notes: (1) adjusted be (2) collected These close The e up to -waste fees at will or down actual similar recycling costs. be events based depending will servicing on the be on billed total quantity. about at number $0.40/lb. 600 We vehicles. of items have The based estimated The used estimated our for the estimated quantity event cost costs above is (trucks, not is on to personnel), similar based be considered events on our thus experience and a the not believe to fees will in exceed them volumes be to cost. TOTAL FOR EVENT #1 $ 27,000 TOTAL FOR EVENT #2, AS FUNDS ALLOW $ 27,000 TOTAL FOR EVENT #3, AS FUNDS ALLOW $ 27,000 BID REQUEST #B2200093 Page 16 BID SUBMISSION CHECKLIST Electronics Recycling Events Bid #B2200093 Onsite Electronics Recycling, LLC, d.b.a. I.T. Refresh Bidder Company Name: This bid submission checklist MUST be completed and submitted with your bid response, to assure compliance with all required documentation. Failure to include any of the items below upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Check if Bidder's Submission Includes the following: included Pages g Completed per Completed Completed line 10 item 11 pages page and , #8 12 on signed & 14, 17, 13. page 15, Bid page 11. Submission & 16 18. including Checklist all-inclusive (this document). associated costs for each event 1 I I I Appropriate Permits, Certifications and documentation required per item #2 on page 10 of the Bid Specifications: ✓ • Copies the hazardous bidder of all pertaining waste. current local, to the state handling and federal and transportation permits and of certifications electronic issued and to ✓ • Copies compliance which permits authority will of included that current, be relative used they up in have are to to conjunction the expired, in date the electronic process permits please with and/or of and the include being certifications waste hazardous official renewed. generated notice and waste demonstrate by disposal the from project. permitting facilities If • If waste the responding disposal facility, bidder it does shall not provide own documentation or operate an electronic demonstrating and/or that hazardous the N/A that facility be generated the to respondent's be used by is these in compliance company electronic shall waste with have local, collection access state and to such events. federal facility regulations; for the and waste to i • Detailed on page list 11. of acceptable items and items which will not be allowed per item #7 ✓ • A current W9 is required for new bidders. If you have previously worked with Weld �. County, only provide your W9 if there has been a change. BID REQUEST #B2200093 Page 17 The undersigned, by his or her signature, hereby acknowledges and represents that: FIRM 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2200093. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Onsite Electronics Recycling, LLC, d.b.a. I.T. Refresh BUSINESS 100 N. Link Lane, Unit 100 ADDRESS CITY STATE ZIP CODE Fort Collins, CO 80524 TELEPHONE NO (970) 797-2934 FAX (970) 797-2935 PRINTED NAME AND TITLE Janice Oldemeyer, President SIGNATURE TAX ID # 84-1657614 E-MAIL joldemeyer©myoer.com DATE June 27, 2022 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller BID REQUEST #B2200093 Page 18 ADDENDUM#1 BID REQUEST NO. B2200093 ELECTRONIC WASTE RECYCLING EVENTS 1. Technical Requirement 3: Please clarify the details required on a Hard Drive Destruction report. The selected vendor will need to ensure that all collected hard drives (please ensure collected total matches destroyed total) are adequately destroyed and provide a certification of recycling/destruction to the County within 30 days following any collection event. Additionally, the vendor, when accepting material, must provide a release of ownership of the equipment and data stored thereon, and a waiver of liability against the company and Weld County. 2. Technical Requirement 8: The cost table examples show a Total cost for the event. Given that the quantity of electronics received and hours that will be spent on site are unknown, what is your expectation for this total? Do you want a total based on estimated hours and weights? With these unknowns, it is impossible to provide a "not to exceed" total. We understand this will be difficult to answer, we are unable to predict the quantity of electronic either. We will limit these events to 600 cars per event. Please use your specific industry and e - waste knowledge and price accordingly. 3. The Bid submission Checklist requires submission of completed pages 14, 15 and 16. Please clarify that these tables can be modified to include only items which will be charged for and per pound recycling costs? Please modify the tables as you see fit to meet the bid requirements. 4. Will appointments be required or needed? If appointments are needed, the vendor will be responsible for scheduling these appointments and providing the County with information to appear on an outreach material/advertisement. The County will not be scheduling appointments. ***We need signed copy submitted with your bid. Thank you!*** Onsite Electronics Recycling LLC, d.b.a. I.T. Refresh Addendum received by: VENDOR 100 N. Link Lane, Unit 100 ADDRESS Fort Collins, CO 80524 CITY AND STATE BY joldemeyer@myoer.com EMAIL June 20, 2022 ONSITE ELECTRONICS RECYCLING STATEMENT OF QUALIFICATIONS 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. Fort Collins, Link Lane Unit 100 CO 80524 Phone (970) 797-2934 Fax (970) 797-2935 Company Representative Janice Oldemeyer, President recycl i nggitrefresh.org FEIN# 84-1657614 Our Recycling Philosophy With a true understanding of the liabilities and ethical issues surrounding electronics recycling, we 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 to 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 #B220009.docx 5 June 27, 2022 ONSITE ELECTRONICS RECYCLING RESPONSMIE EtECTRON*CS RECYCLING sottmONS 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 e -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 ID Requirements #: COR000233270 of Large Quantity Handler of Universal Waste Certification R2 ISO14001 ISO45001 Certification Certification Certificate Requirements of Registration: of of Registration: Registration: # CERT-0104472 #CERT-0135615 # CERT-0124628 E -Steward E -Steward Requirements Certificate of Registration: CERT-0124541 Other Colorado State FEIN: Requirements of 84-1657614 Colorado Foreign LLC Measurement ID: 20121569994 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 Onsite Electronics Recycling Facility: 2331 Teepee Drive, Stockton, CA 95205 Onsite began operations at our current facility January, 2010. The following inspections have occurred since this time: • January 25, 2010: DTSC — no violations Weld County Bid #B220009.docx 6 June 27, 2022 HEFEI:3 id o io ONSITE ELECTRONICS RECYCLING • January 12, 2011: DISC — no violations • February 17, 2012: DISC — no violations • January 23, 2014: DISC — no violations • April 2, 2015: DISC — minor violation, mislabeled container, corrected on site • February 22, 2016: DISC — no violations • January 26, 2017: DISC — 1 minor violation • December 29, 2017: DISC — 1 minor violation, aisle space, corrected on site • November 28, 2018: DISC — 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: DISC — 2 minor violations • August 28, 2020: DISC — no violations • August 27, 2021: DISC — minor violation, recorded "Residential Generator", rather than required "Household Generator" 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 p y Auto Liability 1,000,000 combined s/I Security National Insurance Workers' Compensation CA Statutory Redwood Fire and Casualty Environmental Impairment 1,000,000 per occurrence Admiral Insurance Company Transportation Pollution Liability 1,000,000 each claim Admiral Insurance Company Professional 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 4.000,000 each aggregate occ. Admiral Insurance Company 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 Weld County Bid #B220009.docx 7 June 27, 2022 ONSITE ELECTRONICS RECYCLING 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 25 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 18 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 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 Weld County Bid #B220009.docx 8 June 27, 2022 ONSITE ELECTRONICS RECYCLING 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. 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. Weld County Bid #B220009.docx 9 June 27, 2022 ONSITE ELECTRONICS RECYCLING 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 Collins, Heath Parkway Co 80524 (970) 484-5556 City of Cheyenne Dennis Pino 220 Cheyenne, N. College WY Drive 82001 (307) 637-6440 Mesa County Teresa Nees P.O. Box Grand Junction, 20000 CO 81502 (970) 257-9336 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 Management County of Solid Cass Yearous 21448 Fort Morgan, County Rd. 22 CO 80701 (970) 380-0780 Yuma County Landfill Cliff Henry 15738 Eckley County 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 El Paso County Kathy Andrews 3255 Colorado Akers Springs, Dr. CO 80922 (719) 520-7879 Weld County Bid #B220009.docx 10 June 27, 2022 ONSITE ELECTRONICS RECYCLING ORGANIZATION AND STAFFING I.T. Refresh is unique in the Electronics Recycling industry in that our management team has over 20 years in the Hazardous waste industry prior to forming the Company. This gives us a more 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 Janice Oldemeyer, President 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 20 years of experience working with local governments on all aspects oftheir 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 Operations Manager. She then worked for MSE Environmental from 1996 through 2004, working 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 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 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. Ronald Kemp, Director of 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 Weld County Bid #B220009.docx 11 June 27, 2022 ONSITE ELECTRONICS RECYCLING 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. Ben Sumanis, Warehouse & Sustainability Manager Mr. Sumanis has 7 Years with I.T. Refresh, starting as a recycling technician and moving up to our Warehouse and Sustainability Manager. As such, he is our dedicated Environmental and Safety manager and 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 e -waste events, dispatching drivers, ensuring supplies are delivered appropriately, weighing incoming material and ensuring its timely recycling. In addition, he oversees our Environmental Health and Safety management system. Mr. Sumanis is active in Recycle Colorado, serving as Chair ofthe Northern Colorado Council. This activity allows him to stay abreast of changes in the recycling industry. Max Vankirk - Administrative Assistant Mr. Vankirk has 2 years' experience in customer service with I.T. Refresh. He 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. He has a proven track record for accuracy, accountability, timeliness, and excellent customer service. His responsibilities include data entry, customer service, scheduling, weight tracker, and documentation requests. Recycling & Ref iirbishment 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. Jireh Transport, LLC 40755 East Colorado Ave Bennett, CO 80102 (303) 746-2381 Weld County Bid #B220009.docx 12 June 27, 2022 ONSITE ELECTRONICS RECYCLING 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. SDS Logistics 19 Colonial Drive, Suite 27 Youngstown, OH 44505 (330) 759-8066 Experience: SDS Logistics is a full -service logistics provider in business since 2001. SDS has specialized in working in the electronics recycling industry, providing transportation and logistics services Nationwide. Onsite has utilized SDS since 2007 and found their customer service and support to be far above other Logistics Companies. 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) Weld County Bid #B220009.docx 13 June 27, 2022 ONSITE ELECTRONICS RECYCLING RESPONSIBLE ELECTRONICS RECYCLING 5Oct7TiONS 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: # Staff # Cars 0 200 2-4 — 200-400 4-6 400-600 6-8 600-800 8-10 >800 10+ 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. Extra care is taken in the handling of fluorescent bulbs to prevent breakage. 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: Weld County Bid /4B220009.docx 14 June 27, 2022 1) c; r� r) 1' ft r o �o ONSITE ELECTRONICS RECYCLING 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. 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 to 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 • Flatscreen monitors • Laptops • Televisions • Console Televisions • Projection Televisions • DVD/VHS Players • VCRs • CPUs • Portable Electronic Devices • Modems • AV Equipment • Fax Machines • • Printers • Microwaves • Radios • Stereos • Telephones • Cell Phones • Answering Machines • Copiers • Scanners • Miscellaneous other equipment Equipment that is unacceptable would include any contaminated medical equipment, radioactive material, 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. Weld County Bid #B220009.docx 15 June 27, 2022 ONSITE ELECTRONICS RECYCLING 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 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. 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 Weld County Bid #B220009.docx 16 June 27, 2022 RECEIPT Transport to facility ONSITE ELECTRONICS RECYCLING 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 we are in the final stages of becoming certified to the National Association of Information Destruction Standard. In our years of operation, we have never had a data security breach. I.T. Refresh can sign a release ofownership and a waiver of liability against the company and Weld County as long as all material is delivered directly to I.T. Refresh staff. Recycling Process I.T. Refresh manually dismantles electronics material. We do not utilize a shredder, as precious metals are lost in this type of material handling, and it creates a higher exposure risk for employees. The manner in which materials are dismantled at our firm allows for commodities to be sorted in the highest and best use possible for recycling purposes. 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: ONSITE ELECTRONICS RECYCLING Customer pickup FUNCTIONALITY TESTING RESALE REFURBISHMENT STORAGE Collection Event i WEIGH 1 SHIPPING TO BUYERS leler Customer drop-off RECYCLING Process Flow WEIGH INCOMING CATEGORIZE & SORT INCOMING MATERIALS (EHS-WI-003) S -WI -003) P DATA CAPTURE APPLIANCES PROCESSING DISASSEMBLY OF ELECTRONIC PRODUCTS AND COMPONENTS SORT cornrnod ities & waste materials STORAGE BALING ol Plastics& circuit boards WEIGH SHIPPING TO ONSITE APPROVED DOWNSTREAM VENDORS ASSESSMENT & REMOVAL OF MATERIALS REQUIRING SPECIAL HANDLING STORAGE It SHIPPING SUPPORTING Administration & PROCESSES Human Resources Sale: Truck cperaticns DOWNSTREAM VENDORS FACILITIES Forklift operations Travel Faci iities,Kitchen, Locker Room is 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 Weld County Bid #B220009.docx 17 June 27, 2022 ONSITE ELECTRONICS RECYCLING RESPONSI$LE ELECTRONICS RECYCLING SOLLITJOH5 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 limit the selection of vendors, it ensures all hazardous materials are responsibly managed, without harming the environment or human health. 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 e -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 4 Review questionnaire and ensure conformity with the e -Stewards standard and that they have the necessary in-house technical capability and operational capacity. 9 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 RESPONSIBILITY Sustainability Committee Management Representative Sustainability Committee Sustainability Committee RECORDS EHS-F-018 Vendor Downstream Evaluation ISO -14001 Certification E -Steward Shipping records on file Weld County Bid #B220009.docx 18 June 27, 2022 9 ONSITE ELECTRONICS RECYCLING 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: STEP Provide Downstream Vendor Audit Questionnaire to downstream vendor 4 Review questionnaire and ensure conformity with the e -Stewards standard and that they have the necessary in-house technical capability and operational capacity. 4 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 4 Verify that the Downstream Vendor is only using approved downstream recyclers 4 Establish a contract in conformance with the e -Stewards Standard 9 Conduct biannual audits as required RESPONSIBILITY Sustainability Committee Representative Management Representative Management Sustainability Committee Sustainability Committee Sustainability Committee Representative Management Representative Management 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 and 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 #B220009.docx 19 June 27, 2022 ONSITE ELECTRONICS RECYCLING PERMITS AND CERTIFICATIONS Weld County Bid #B220009.docx 20 June 27. 2022 CERTIFICATE OF REGISTRATION This is to certify that Onsite Electronics Recycling, LLC dba I.T. Refresh 100 N. Link Lane, Unit 100, Fort Collins, Colorado 80524 USA Refer to Attachment to Certificate of Registration dated August 26, 2021 for additional certified sites operates an Environmental, Health and Safety Management System which complies with the requirements of The e-Stewardso Standard for Ethical and Responsible Reuse, Recycling, and Disposition of Electronic Equipment and Information Technology, Version 4.0 for the following scope of certification Electronics dismantling, recycling, refurbishment and data destruction. Certificate No.: CERT-0144197 File No.: 1635075 Issue Date: August 26, 2021 Frank Camasta Global Head of Technical Services SAI Global Assurance Original Certification Date: August 24, 2013 Certification Effective Date: September 13, 2021 Certification Expiry Date: September 12, 2024 e -Stewards® ACCREDITED ISO'.EC 17021 MANAGEMENT SYSTEMS CERTIFICATION BODY Registered by: QMI-SAI Canada Limited (SAI Global), 20 Carlson Court, Suite 200, Toronto, Ontario M9W 7K6 Canada. This registration is subject to the SAI Global Terms and Conditions for Certification. While all due care and skill was exercised in carrying out this assessment, SAI Global accepts responsibility only for proven negligence. This certificate remains the property of SAI Global and must be returned to them upon request. To verify that this certificate is current, please refer to the SAI Global On -Line Certification Register: httas://www.saialobal.com/en-us/assurance/auditing and certification/certification registry/ SAI GLOBAL INFORM. INSPIRE. IMPROVE. ATTACHMENT TO CERTIFICATE OF REGISTRATION These sites are certified under Certificate No: CERT-0144197 issued on August 26, 2021 File No. Effective Date 1620624 Onsite Electronics Recycling, LLC 2331 Teepee Drive, Stockton, California 95205 USA Electronics dismantling. recycling, refurbishment and data destruction. September 13, 2021 1635075 Onsite Electronics Recycling, LLC dba I.T. Refresh September 13, 2021 100 N. Link Lane, Unit 100, Fort Collins, Colorado 80524 USA Manual dismantling of electronic devices, testing and refurbishment of electronics, data destruction. These certifications are dependent on Onsite Electronics Recycling, LLC dba I.T. Refresh (File No. 1635075) maintaining their scope of registration to E- STEWARDS®:2020 SAI GLOBAL INFORM. INSPIRE. IMPROVE ISO 14001 CERTIFICATE OF REGISTRATION This is to certify that Onsite Electronics Recycling, LLC dba I.T. Refresh 100 N. Link Lane, Unit 100, Fort Collins, Colorado 80524 USA Refer to Attachment to Certificate of Registration dated August 25, 2021 for additional certified sites operates an Environmental Management System which complies with the requirements of ISO 14001:2015 for the following scope of certification Electronics dismantling, recycling, refurbishment and data destruction. Certificate No.: CERT-0124629 File No.: 1635075 Issue Date: August 25, 2021 r Frank Camasta Global Head of Technical Services SAI Global Assurance Original Certification Date: August 15, 2014 Certification Effective Date: September 13, 2021 Certification Expiry Date: September 12, 2024 AHTAB ANSI National Accreditation Board ACCREDITED ISOPEC 17021-I MANAGEMENT SYSTEMS CERTIFICATION BODY Registered by: QMI-SAI Canada Limited (SAI Global), 20 Carlson Court, Suite 200, Toronto, Ontario M9W 7K6 Canada. This registration is subject to the SAI Global Terms and Conditions for Certification. While all due care and skill was exercised in carrying out this assessment, SAI Global accepts responsibility only for proven negligence. This certificate remains the property of SAI Global and must be returned to them upon request. To verify that this certificate is current, please refer to the SAI Global On -Line Certification Register: https://www.saiglobal.com/en-us/assurance/auditing and certification/certification registry/ SAI GLOBAL INFORM. INSPIRE. IMPROVE. ATTACHMENT TO CERTIFICATE OF REGISTRATION These sites are registered under Certificate No: CERT-0124629 issued on August 25, 2021 File No. 1620624 Onsite Electronics Recycling, LLC 2331 Teepee Drive, Stockton, California 95205 USA Electronics dismantling, recycling and data destruction. 1635075 Onsite Electronics Recycling, LLC dba I.T. Refresh 100 N. Link Lane, Unit 100, Fort Collins, Colorado 80524 USA Electronics dismantling, recycling, refurbishment and data destruction. These registrations are dependent on Onsite Electronics Recycling, LLC dba I.T. Refresh (File No. 1635075) maintaining their scope of registration to ISO 14001:2015 Effective Date September 13, 2021 September 13, 2021 SAI GLOBAL INFORM. INSPIRE.. IMPROVE .mil C®' ®!1� CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 7/8/2021 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 m an ADDITIONAL INSURED, the policy(les) 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 & Co Insurance Brokers of CA, Inc 2121 North California Blvd #350 Walnut Creek CA 94596 CONTACT NAME Candice Bntto faCNNo. Extl 925-299-1112 I jac, No 925-281-5742 M EDRAIL ADESS Candice Britto@a)g coin INSURER(S) AFFORDING COVERAGE NAIL # INSURER Pinnacol Assurance Company 41190 INSURED ONSIELE-01 Onsite Electronics Recycling DBA IT Refresh Janice Oldemeyer 1281 E Magnolia St 141,Unit D Fort Collins CO 80524-4794 INSURERS Admiral Insurance Company 24856 INSURER Arch Insurance Company 11150 INSURERD Philadelphia Insurance Company INSURERS INSURER F COVERAGES CERTIFICATE NUMBER 1533403910 REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS lint TYPE OF INSURANCE DDAL UBR SWVD POLICY NUMBER POLICY EFF (MM/DD/YYYYI POLICY EXP (MM/DD/YEA1 LIMITS B X COMMERCIAL GENERAL LIABILITY J CLAIMS MADE EI OCCUR X 5 000 FEIEIL2176206 7/1/2021 7/1/2022 EACH OCCURRENCE $1,000000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100 000 MED EXP (Any one person) $ 5 000 PERSONAL & ADV INJURY $1 000 000 GEN L AGGREGATE LIMIT APPLIES PER X POLICY II JECT DLOC OTHER GENERAL AGGREGATE $ 2 000 000 PRODUCTS COMP/OP AGG $ 2 000 000 C AUTOMOBILE LIABILITY � ANY AUTO OWNED AUTOS ONLY X HIRED AUTOS ONLY SCHEDULED AUTOS X NON OWNED AUTOS ONLY FBCAT0462002 7/1/2021 7/1/2022 COMBINEDSINGLE LIMIT (Ea accident) $1 000 000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ B UMBRELLA LIAB X EXCESS LIAR X OCCUR CLAIMS MADE FEIEXS2176306 7/1/2021 7/1/2022 EACH OCCURRENCE $4000,000 AGGREGATE DED I I RETENTION $ $ A WORKERSCOMPENSATI TI AND EMPLOYERS LIABILITY Y / N ANYPROPRIETOR XRCTLNER/EXECUM' EH(' OFFICER/MEMBEREXCLUDED7 (Mandatory m NH) If yes descnbe under DESCRIPTION OF OPERATIONS below NIA A 4216109 4/1/2021 4/1/2023 X I STATUTE I I EE E L EACH ACCIDENT $ 1 000 000 E L DISEASE - EA EMPLOYEE $ 1,000,000 E L DISEASE POLICY LIMIT $1 000 000 B D Env lmpamnen9Pollution CyberLiabihty FEIEIL2176206 PHSD1642544 7/1/2021 7/1/2021 7/1/2022 7/1/2022 $1000000 $1000000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Proof of Insurance Coverage ACCORDANCE WITH THE POLICY PROVISIONS AUTHORIZED REPRESENTATIVE I / /7D ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW TITLE: Agreement for Services with Onsite Electronics Recycling, LLC DBA IT Refresh - Electronic Waste Recycling Events DEPARTMENT: PUBLIC HEALTH & ENVIRONMENT DATE: September 2, 2022 PERSON REQUESTING: Gene O'Hara, Interim Executive Director Brief description of the problem/issue: Enclosed for the Board's review and approval for placement on the consent agenda is an Agreement for Services between Onsite Electronics Recycling, TALC, DBA IT Refresh (IT Refresh) and the Board of County Commissioners of Weld County for the use and benefit of the Weld County Department of Public Health and Environment (WCDPHE). IT Refresh was the successful bidder for electronic recycling services to be conducted in Weld County as part of a Supplemental Environmental Project (SEP) that was awarded to the WCDPHE. Bid number B2200093 had two submittals and after reviewing the bid documents, IT Refresh was selected because it met the conditions of the bid and was the low bid. Up to $65,500 will be used to conduct at least two collection events where a variety of electronic materials will be accepted for recycling. Additional events may be conducted based on final costs, available budget and timeframe. On July 11, 2022, WCDPHE staff and Purchasing Manager, Christie Peters, met with the Board of County Commissioners to discuss the approval of bid B2200093 and use of the SEP funds for this project. At that time, the Board approved proceeding with this project. This Agreement for Services is the Weld County approved standard agreement and has been executed with no changes, therefore meeting the eligibility requirements for placement on the Board's consent agenda. What options exist for the Board? (include consequences, impacts, costs, etc. of options): Approving this Agreement for Services with IT Refresh will allow the Health Department to bring a fully funded, much needed electronic recycling event or two into Weld County for its citizens. Not approving the contract with IT Refresh would likely result in the need to return SEP funding that has already been received from CDPHE. It would also eliminate the opportunity to provide local electronic recycling events for Weld County residents. Recommendation: I recommend approval of the Agreement for Services with IT Refresh. Approve Schedule Recommendation Work Session Other/Comments: Perry L. Buck Mike Freeman, Pro-Tem Scott K. James, Chair Steve Moreno Lori Saine 117 ❑ New Entity? New Contract Request ywa Entity Information ,- Entity Name. IT REFRESH Entity ID. O00045969 Contract Name. ONSITE ELECTRONICS RECYCLING, LLC DBA IT REFRESH AGREEMENT FOR SERVICES Contract Status CTB REVIEW Contract ID 6329 Contract Lead. KJAKUS-HOTCHKISS Contract Lead Email kjakus- hotchkiss@weldgov corn Parent Contract ID Requires Board Approval YES Department Project # Contract Description. 2022 AGREEMENT FOR SERVICES WITH ONSITE ELECTRONICS RECYCLING, LLC DBA IT REFRESH - ELECTRONIC WASTE RECYCLING EVENTS Contract Description 2 Contract Type. AGREEMENT Amount. 365,500 00 Renewable. NO Automatic Renewal NO Grant NO IGA NO Department HEALTH Department Email CM-Healthiweldgov com Department Head Email CM-Health- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EYO WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a IVISA enter RSA Contract ID Requested BOCC Agenda Date. 09/26/2022 Due Date 09/22/2022 mill a work session with BOCC be required?. NO Does Contract require Purchasing Dept. to be included? NO 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 09/01/2022 Review Date. 07/10/2023 Renewal Date Termination Notice Period Committed Delivery Date ,Contact Information Contact Info Contact Name Purchasing Purchasing Approver I - - Approval, Process Department Head TANYA GEISER DH Approved Date 09/22/2022 Final, Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09/26/2022 Originator --/ ------ KJAKUS-HOTCHKISS Contact Type Contact Email Finance Approver CHERYL PATTELU Expiration Date. 08/31/2023 Contact Phone I Contact Phone 2 1 Purchasing Approved Date Finance Approved Date 09/22/2022 Tyler Ref # AG 092622 Legal Counsel BRUCE BARKER Legal Counsel Approved Date 09/22/2022 !e' a y r A A '4 yI f+ r C 'sp,V It r �V,7 !� 0 "w „,t s � i J y Z ,Q d �i.`�"���ir°�kSi.cii.�ti'w�^5&:✓a��i'���,�t�.fl-7-1�3���r4�1'�.��F+�₹'��L'��,'�..r�.r.��P`,<�.ss�Y'�4�-7F���w��.��r'C.Ir�l��irn�?',M,ia;a't��f;.a+���°`�i�%��+._�� �_ �l`.f�4�AG/ Weld County Department of Public Health and Environment Memorandum To: Board of County Commissioners From: Ben Frissell Date: July 7, 2022 Re: Electronic Waste Recycling Events— Bid (B2200093) The Department of Public Health and Environment has reviewed the bid proposals for bid request number B2200093, Electronic Waste Recycling Events. Two proposals were received outlining costs associated with up to three collection events. The bids were evaluated based on disposal pricing, which included inclusive pricing for disposal, transportation, supplies and incidental costs, and overall services offered. Based on the bid proposals submitted, the Department is recommending the County select Onsite Electronics Recycling LLC, doing business as I.T. Refresh. Onsite Electronics Recycling presented the lowest bid while meeting all bid specifications. BID EVALUATION: Environmental Health (EH) requested pricing, information for method of treatment or disposal based on specific type of waste being accepted (electronic wastes) and additional services offered. COST: Onsite Electronics Recycling presented the lowest cost bid while still ensuring bid specifications were met. However, based on the pricing of the submitted bids, it appears that only two events may be utilized (which would also be consistent for both bid proposals). However, this is dependent on participation. If the first two events come in under the max allotted vehicles per day, there may be a potential third event if funds allow. By selecting this vendor, the potential for a third event improves due to the lower cost. DISPOSAL METHOD: Onsite Electronics Recycling had standard and compliant disposal and/or recycling methods that met bid specifications and applicable regulations. SERVICES: Onsite Electronics Recycling submitted information indicating they could complete the events and handle the anticipated volume (up to 600 vehicles per event) along with all other requirements outlined in the bid. Therefore, the Department is recommending this bid be awarded to Onsite Electronic Recycling LLC, doing business as I.T. Refresh for two events with the potential of a third event if funds allow in an amount not to exceed $65,500. 1555 N. 17th Avenue Greeley, CO 80631 Phone: (970) 304-6410 weldhealth.org CT? ,` 3 Public Health oaa-11857 �—t L.0©54 Weld County Department of Public Health and Environment If you have any questions, please contact me at extension 2220. Sincerely, �F> Ben Frissell Environmental Health Manager ec: Mark Lawley 1555 N. 17th Avenue Greeley, CO 80631 Phone: (970) 304-6410 weldhealth.org PublicHealth DATE OF BID: JUNE 27, 2022 BID NUMBER: B2200093 REQUEST FOR: ELECTRONICS WASTE RECYCLING EVENTS DEPARTMENT: PUBLIC HEALTH AND ENVIRONMENT PRESENT DATE: JUNE 29, 2022 APPROVAL DATE: JULY 13, 2022 VENDOR ONSITE ELECTRONICS RECYCLING, LLC DBA, IT REFRESH 100 N LINK LANE, UNIT100 FORT COLLINS, CO 80524 TECHNO RESCUE, LLC 3251 LEWISTON ST, STE 10 AURORA, CO 80011 EVENT 1 TOTAL EVENT 2 TOTAL $27,000.00* $27,000.00* $31,284.00 $31,284.00 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpeters(weldgov.com E-mail: reverett(a).weldgov.com Phone: (970) 400-4223 or 4222 Fax: (970) 336-7226 EVENT 3 TOTAL GRAND TOTAL $27,000.00* $81,000.00* $31,284.00 $93,852.00 *These fees will be based on the total number of items used for the event (trucks, personnel), thus the fees will be adjusted up or down depending on quantity. We have based our estimated costs on similar events and believe them to be close to actual costs. The e -waste recycling will be billed at $0.40/Ib. The estimated quantity above is based on our experience in volumes collected at similar events servicing about 600 vehicles. The estimated cost is not to be considered a not to exceed cost. THE DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT WILL REVIEW THE BIDS. ko f 2► 2022-1857 N L0051- Hello