HomeMy WebLinkAbout20191160AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY & STEVE HEDRICK
WELD COUNTY HAZARDOUS MATERIALS TRANSPORTATION AND RESPONSE PLAN
THIS AGREEMENT is made and entered into this day of , 2019, by and between the
County of Weld, a body corporate and politic of the State of Colorado, by d through its Board of County
Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 0631 hereinafter referred to as
"County," and STEVE HEDRICK, [an individual], who whose address is 6302 WEST 5TH Greeley, CO,
hereinafter referred to as "Contract Professional".
WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to
perform services as more particularly set forth below; and
WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform
the services, and is willing to perform the services according to the terms of this Agreement.
WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the
time, skill, expertise, and experience necessary to provide the services as set forth below;
NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the
parties hereto agree as follows:
1. Introduction.
The terms of this Agreement are contained in the terms recited in this document and in 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 Contract Professional acknowledge and agree that this Agreement, including
specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract
Professional's willingness and ability to meet those requirements.
Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Proposal Package No.
B 1900075.". The RFP contains all the specific requirements of County.
Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response
confirms Contract Professional's obligations under this Agreement.
2. Service or Work. Contract Professional 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. Contract Professional shall coordinate with Weld County to perform the services described on
attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the
standards of professional care, skill, training, diligence and judgment provided by highly competent Contract
Professionals performing services of a similar nature to those described in this Agreement. Contract
Professional 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 September 30, 2019 when Contract Professional is to complete the
responsibilities described in Exhibits A & B. Both of the parties to this Agreement understand and agree that
C
C . 06u. (02) host i77�/GP)
the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods
longer than one year. Within the thirty (30) days preceding the September 30, 2019, County shall notify
Contract Professional 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. However, nothing herein shall be construed as giving Contract
Professional the right to provide services under this Agreement beyond the time when such services become
unsatisfactory to the County.
If this Agreement is terminated by County, Contract Professional shall be compensated for, and such
compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and
which have been approved by the County; (2) the reasonable value to County of the services which Contract
Professional provided prior to the date of the termination notice, but which had not yet been approved for
payment; and (3) the cost of any work which the County approves in writing which it determines is needed to
accomplish an orderly termination of the work. County shall be entitled to the use of all material generated
pursuant to this Agreement upon termination.
Upon termination, County shall take possession of all materials, equipment, tools and facilities owned
by County which Contract Professional is using, by whatever method it deems expedient; and, Contract
Professional shall deliver to County all drawings, drafts or other documents it has completed or partially
completed under this Agreement, together with all other items, materials and documents which have been paid
for by County, and these items, materials and documents shall be the property of County. Copies of work
product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE."
Upon termination of this Agreement by County, Contract Professional 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 Contract Professional shall be the basis for
additional compensation unless and until Contract Professional has obtained written authorization and
acknowledgement by County for such additional services. Accordingly, no claim that the County has been
unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be
the basis of any increase in the compensation payable hereunder. In the event that written authorization and
acknowledgment by the County for such additional services is not timely executed and issued in strict
accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be
deemed waived and such failure shall result in non-payment for such additional services or work performed. In
the event the County shall require changes in the scope, character, or complexity of the work to be performed,
and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for
performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and
this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract
Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the
anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement
shall be deemed covered in the compensation and time provisions of this Agreement
6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the
services, and County's acceptance of the same, County agrees to pay an amount no greater than $64,000.00,
which is the bid set forth in Exhibit B. Contract Professional 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 Director of Weld County Emergency Management, or by formal resolution of the
Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other
provision of this Agreement notwithstanding, in no event shall County be liable for payment for services
rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in
excess of the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs
beyond that specifically authorized by County is performed at Contract Professional's risk and without
authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or
penalties of any nature other than the compensation stated herein.
If, at any time during the term or after termination or expiration of this Agreement, County reasonably
determines that any payment made by County to Contract Professional was improper because the service for
which payment was made did not perform as set forth in this Agreement, then upon written notice of such
determination and request for reimbursement from County, Contract Professional shall forthwith return such
payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by
County, if any, shall forthwith be returned to County.
County will not withhold any taxes from monies paid to the Contract Professional hereunder and
Contract Professional 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.
Mileage may be reimbursed if the provisions of Exhibit A permit such payment at the rate set forth in
Exhibit A. Contract Professional shall not be paid any other expenses unless set forth in this Agreement.
Payment to Contract Professional will be made only upon presentation of a proper claim by Contract
Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred.
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 Contract Professional 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 Contract Professional. Contract Professional agrees that it is an independent Contract
Professional and that Contract Professional'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.
Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract
Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed
pursuant to this Agreement. Contract Professional, 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 Contract Professional or any of its agents or employees. Unemployment insurance benefits
will be available to Contract Professional and its employees and agents only if such coverage is made available
by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment
taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract
Professional shall not have authorization, express or implied, to bind County to any agreement, liability or
understanding, except as expressly set forth in this Agreement. Contract Professional 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 as set forth in Exhibit A) provide proof thereof when requested to do so by County.
8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in
reliance upon the particular reputation and expertise of Contract Professional. Contract Professional 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.
Contract Professional 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 Contract Professional by the terms of this Agreement, and
to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, 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 Contract Professional and Contract
Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and
omissions of its agents, employees and subcontractors.
9. Ownership. All work and information obtained by Contract Professional under this Agreement or
individual work order shall become or remain (as applicable), the property of County. In addition, all reports,
documents, data, plans, drawings, records and computer files generated by Contract Professional in relation to
this Agreement and all reports, test results and all other tangible materials obtained and/or produced in
connection with the performance of this Agreement, whether or not such materials are in completed form, shall
at all times be considered the property of the County. Contract Professional shall not make use of such material
for purposes other than in connection with this Agreement without prior written approval of County.
10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted
separately from the main bid submittal, clearly denoting in red on the financial information at the top the word,
"CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must
comply with the provisions of C.R.S. 24-72-201, et seq., regarding public records, and cannot guarantee the
confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential
information. Contract Professional 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. Contract
Professional 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. Contract Professional warrants that the services performed under this Agreement will be
performed in a manner consistent with the professional standards governing such services and the provisions of
this Agreement. Contract Professional 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, Contract Professional is aware that all work performed on this Project
pursuant to this Agreement is subject to a one-year warranty period during which Contract Professional 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. Upon completion of the work, Contract Professional shall submit
to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by
County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve
Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action
by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or
default which may then exist on the part of Contract Professional, and County's action or inaction when any
such breach or default shall exist shall not impair or prejudice any right or remedy available to County with
respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants,
provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach.
Acceptance by the County of, or payment for, the 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. 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. Contract Professionals shall keep the required insurance coverage sin
force at all times during the term of the Agreement, or any extension thereof, and during any warranty period.
The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by
A.M. Best Company as "A VIII" or better. Each policy shall contain a valid provision or endorsement stating
"Should any of the above -described policies by canceled or should any coverage be reduced before the expiration
date thereof, the issuing company shall send written notice to the Weld County Director of General Services by
certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation
or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any
policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional.
Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County
reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the
deductible or self -insured retention to guarantee payment of claims.
The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do
not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits
contained herein are sufficient to protect them from liabilities that might arise out of the performance of the
work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors.
The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher
limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations
assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient
amounts, duration, or types. The Contract Professional 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 Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract
Professional 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 Contract
Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or
other deficiencies.
INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers,
agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions
of Contract Professional, 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 Contract Professional to conform to any statutes,
ordinances, regulation, law or court decree. The Contract Professional 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 Contract Professional 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 Contract Professional 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 Contract Professional 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 Contract Professional 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 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 Contract Professional'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 Contract Professional or subcontractor is exempt under
Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor
executes the appropriate sole proprietor waiver form.
Commercial General Liability Insurance shall include bodily injury, property damage, and liability
assumed under the contract.
$1,000,000 each occurrence;
$1,000,000 general aggregate;
Automobile Liability: 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.
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. Contract Professional 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, Contract Professional warrants that any retroactive date under the policy shall
precede the effective date of this Contract; and that either continuous coverage will be maintained or
an extended discovery period will be exercised for a period of two (2) years beginning at the time
work under this Contract is completed.
Minimum Limits:
Per Loss
Aggregate
$ 1,000,000
$ 2,000,000
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 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, Contract Professional's insurer shall name County as an additional
insured.
Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation
rights against County.
Subcontractors: All subcontractors, independent Contract Professionals, 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 Contract
Professional. Contract Professional shall include all such subcontractors, independent Contract
Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all
subcontractors maintain the required coverages. Contract Professional agrees to provide proof of
insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or
other entities upon request by the County.
14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein
or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional 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 Contract Professional 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 any 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, Director of Weld County Office of Emergency Management, or his designee.
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:
Contract Professional:
Attn.: Mr. Steve Hedrick
Address:6302 West 5th Street
Greeley Co. 80634
Address:
E-mail:stevehedrick@comcast.net
Facsimile:
County:
Name: Roy Rudisill
Position: Director, Office of Emergency Management
Address: 1150 O Street
Address: P.O. Box 758 Greeley, Co. 80632
E-mail: rrudisill@weldgov.com
Facsimile:
18. Compliance with Law. Contract Professional 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 non-exclusive and County may engage or use other
Contract Professionals or persons to perform services of the same or similar nature.
20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and
incorporated herein, contains the entire agreement between the parties with respect to the subject matter
contained in this Agreement. This instrument supersedes all prior negotiations, representations, and
understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement
may be changed or supplemented only by a written instrument signed by both parties.
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 aver 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 Contract Professional's services and Contract Professional shall not employ any person
having such known interests. During the term of this Agreement, Contract Professional shall not engage in any
in any business or personal activities or practices or maintain any relationships which actually conflicts with or
in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by
Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in
immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract
Professional's family shall serve on a County Board, committee or hold any such position which either by rule,
practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding
to Contract Professional.
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, Contract Professional 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. Contract Professional certifies, warrants, and agrees
that it does not knowingly employ or contract with an illegal alien who will perform work under this contract.
Contract Professional 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). Contract
Professional 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 Contract Professional that the subcontractor
shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract
Professional 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 Contract Professional
obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly
employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County
within three (3) days that Contract Professional 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. Contract Professional 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. Contract Professional 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 Contract Professional participates in the
State of Colorado program, Contract Professional shall, within twenty days after hiring a new employee to
perform work under the contract, affirm that Contract Professional 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. Contract Professional 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 Contract Professional 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, Contract
Professional 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 Contract
Professional receives federal or state funds under the contract, Contract Professional 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 Contract
Professional 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.
29.. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional,
concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney
fees and/or legal costs incurred by or on its own behalf.
30. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial
body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be
null and void.
Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement,
understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the
attached Exhibits A and B, 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 day of
2019.
CONTRAST PROFESSIONAL:
A
By: ,cam'`
Name: _Steve Hedrick
Title: P,- ;Jo c
Date 5/31
WELD CO9'T� ,�,/
ATTEST: •�C�lo
Weld • ty Clerio the Bo
BY:
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
Deputy Cl =� to he Board �' ' /J 1 ara Kirkmeyer, Chair
MAY 0 8 2019
O2p/9-//
APPROVED AS TO FUNDING:
Controller
RE: AGREEMENT FOR PROFESSIONAL SERVICES FOR WELD COUNTY HAZARDOUS
MATERIALS TRANSPORTATION AND RESPONSE PLAN - STEVEN HEDRICK
APPROVED AS TO SUBSTANCE:
z34A.,,y
APPROVE r\O
A O
b
County Attorney
AFRITZLER
ACOROr
4... -----CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
5/1/2019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
PFS Insurance Group
131 West Main Street
Sterling, CO 80751
CONTACT
NAME:
jAPHONE ico, Ext): (970) 522-8888 (A/C, No):(970) 521-9934
E-MAILandrewf@mypfsinsurance.com
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A:Risk Placement Services, Inc.
INSURED
Steve Hedrick
6302 W 5th St
Greeley, CO 80634
INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
INSD
SUBR
WVD
POLICY NUMBER
POLICY EFF
IMM/DD/YYYYL
POLICY EXP
IMM/DD/YYYYI
LIMITS
A
COMMERCIAL GENERAL LIABILITY
MPL4140938.19
4/26/2019
4/26/2020
EACH OCCURRENCE
$ 1,000,000
PAMAGE Sr RENTED
PREMISES (Ea occurrence)
50,000
$
I CLAIMS -MADE
OCCUR
MED EXP (Any one person)
$ 5,000
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 3,000,000
GEN'L
AGGREGATE
POLICY
OTHER:
LIMIT APPLIES
jE8T
PER:
LOC
PRODUCTS - COMP/OP AGG
$ 1,000,000
$
AUTOMOBILE
LIABILITY
ANY AUTO
OWNED
AUTOS ONLY
AUTOS ONLY
SCHEDULED
AUTOS
AUUTOS ONLYY
COMBINED SINGLE LIMIT
(Ea accident)
$
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PRROPERTY DAMAGE
PerPEFTYt)
$
$
_
UMBRELLA LIAB
EXCESS LIAB
OCCUR
CLAIMS -MADE
EACH OCCURRENCE
$
AGGREGATE
$
$
DED I RETENTION $
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
Y I N
N / A
I PESTATUTE I I RI EOTH
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYEE
$
E.L. DISEASE - POLICY LIMIT
$
A
Professional Errors
MPL4140938.19
4/26/2019
4/26/2020
1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required)
CANCELLATION
Information Only
I
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
ACORD 25 (2016/03)
@ 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
l'
u yt p
a'
rt� �9
tii� {�
REQUEST FOR BID
WELD COUNTY, COLORADO
1150 O STREET
GREELEY, CO 80631
DATE: MARCH 5, 2019
BID NUMBER: B1900075
DESCRIPTION: HAZMAT TRANPORTATION & RESPONSE PLAN
DEPARTMENT: OFFICE OF EMERGENCY MANAGEMENT
BID OPENING DATE: MARCH 19, 2019
1. NOTICE TO BIDDERS:
The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing
Director (collectively referred to herein as, "Weld County"), wishes to purchase the following:
Development of a Hazardous Materials Transportation and Response Plan.
Bids wilt be received at the Office of the Weld County Purchasing Department in the Weld County Administrative
Building, 1150 O Street Room #107 Greeley CO 80631 until: 10:00AM on MARCH 19, 2019 (Weld County
Purchasing Time Clock).
PAGES 1 -8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST
NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY
BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8.
2. INVITATION TO BID:
Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said
merchandise and/or equipment shall be delivered to the location(s) specified herein
Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and
discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if
awarded the bid.
You can find information concerning this request at two locations: On the Weld County Purchasing
website at http://wvw.ca.weld.co.us/Departments/Purchasing/index.html located under "Current Requests".
And, on the Bidnet Direct website at www.bidnetdirect.corn. Weld County Government is a member of BidNet
Direct BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and
governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this
one centralized system.
Bid Delivery to Weld County — 2 methods:
1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weldgov.com.
Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid".
An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is
requested, you must submit/mail hard copies of the bid proposal.
2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the
bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room
#107 Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any questions.
3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION:
Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department.
Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids
by partnerships must furnish the full names of all partners and must be signed with the partnership name by
one of the members of the partnership or by an authorized representative, followed by the signature and
title of the person signing. Bids by corporations must be signed with the legal name of the corporation,
followed by the name of the state of the incorporation and by the signature and title of the president,
secretary, or other person authorized to bind it in the matter. The name of each person signing shall also
be typed or printed below the signature. A bid by a person who affixes to his signature the word "president,"
"secretary," "agent" or other title without disclosing his principal, may be held to be the bid of the individual
signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the
authority of the officer signing in 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/Purchasing Director 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/Purchasing Director; 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
Bid contained herein (including, but not limited to, product specifications and scope of services), the
successful bidder's response, 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. The County
may require a separate contract, which if required, has been made a part of this RFB.
4. SUCCESSFUL BIDDER HIRING PRACTICES — ILLEGAL ALIENS:
Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal
alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all
employees who are newly hired for employment in the United States to perform work under this Agreement,
through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S.
§8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform
work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful
bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work
under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program
procedures to undertake pre -employment screening or job applicants while this Agreement is being
performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the
public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify
the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a
.E-..=;_wr.. " i►seAxttitcn1'u.li,titztutr"Tui—angi
BID REQUEST #61900075
Page 2
subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a
subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving
notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides
information to establish that the subcontractor has not knowingly employed or contracted with an illegal
alien. Successful bidder shall comply with reasonable requests made in the course of an investigation,
undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If
Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days
after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined
the legal work status of such employee, retained file copies of the documents, and not altered or falsified the
identification documents for such employees. Successful bidder shall deliver to County, a written notarized
affirmation that it has examined the legal work status of such employee, and shall comply with all of the other
requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of
this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so
terminated, Successful bidder shall be liable for actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful
bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual
natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S.
§ 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful
bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a
citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b)
shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall
produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the
contract.
5. GENERAL PROVISIONS:
A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By
acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond
the current fiscal year.
B. 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.
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
s_.. r_._.._.. _...: 'tom a' „' '•--Yc_7t.F=r,.-' i ✓,r r.:`+�'izs:4in•-r.:lc.Ja:: C-33••Lc2_r—'r:=__.�i,i2�'^.J
BID REQUEST #B1900075 Page 3
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.
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
BID REQUEST #B1900075 Page 4
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.
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.
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 ® CRS. §§24n18a201 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
puRsutm.r---0 �- -- Y�L�Y.'S/l..Y4 ��F•�w?iC.��a�� JII•JJ{ 'Arai- LQWG1�v6�.tL�� IY'bJL•-JL�U�-4'b.Wr'•�— f
• )•� �!f-_ _. � .r�v�t-tit+-...�.�^v..-v.-.:-�F.'lvlm.•�--.r'...�v.•v-•.
BID REQUEST #81900075 Page 5
bidder shall not employ any person having such known interests. During the term of this Agreement, the
successful bidder shall not engage in any in any business or personal activities or practices or maintain any
relationships which actually conflicts with or in any way appear to conflict with the full performance of its
obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision
may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the
successful bidder nor any member of the successful bidder's family shall serve on a County Board,
committee or hold any such position which either by rule, practice or action nominates, recommends,
supervises the successful bidder's operations, or authorizes funding to the successful bidder.
T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or
unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without
such provision, to the extent that this Agreement is then capable of execution within the original intent of the
parties.
U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-
judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall
be null and void.
V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid
until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee.
W. Compensation Amount: Upon the successful bidder's successful completion of the service, and
County's acceptance of the same, County agrees to pay an amount no greater than the amount of the
accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by
County unless a "change order" authorizing such additional payment has been specifically approved by the
County's delegated employee, or by formal resolution of the Weld
X. Taxes: County Board of County Commissioners, as required pursuant to the Weld County Code.
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:
Insurance and Indemnification. 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. 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 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/Purchasing Director 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 Contract Professional. Contract Professional shall be responsible for the payment of any
deductible or self -insured retention. County reserves the right to require Contract Professional to provide a
bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of
claims.
The insurance coverages specified in this Agreement are the minimum requirements, and these requirements
do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits
contained herein are sufficient to protect them from liabilities that might arise out of the performance of the
work under this Contract by the Contract Professional, its agents, representatives, employees, or
subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or
BID REQUEST #81900075
Page 6
prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any
liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain
insurance in sufficient amounts, duration, or types. The Contract Professional 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 Contract Professional stipulates that it has met the insurance requirements identified herein. The
Contract Professional 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
Contract Professional and shall, without additional compensation, promptly remedy and correct any errors,
omissions, or other deficiencies.
INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers,
agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or
omissions of Contract Professional, 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 Contract Professional to conform to any
statutes, ordinances, regulation, law or court decree. The Contract Professional 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 Contract Professional 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 Contract Professional 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 Contract Professional 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 Contract
Professional 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 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 Contract Professional'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 Contract Professional or subcontractor is exempt under Colorado Workers' Compensation
Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver
form.
Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed
under the contract
$1,000,000 each occurrence;
$1,000,000 general aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: 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.
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. Contract Professional shall maintain limits for all claims covering
BID REQUEST #B1900075
Page 7
—' Comment [WCG1]: May not be applicable if
there are no vehicles involved.
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, Contract
Professional warrants that any retroactive date under the policy shall precede the effective date of this
Contract; and that either continuous coverage will be maintained or an extended discovery period will be
exercised for a period of two (2) years beginning at the time work under this Contract is completed.
Minimum Limits:
Per Loss
Aggregate
$ 1,000,000
$ 2,000,000
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 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, Contract Professional's insurer shall name County as an additional insured.
Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights
against County.
Subcontractors: All subcontractors, independent Contract Professionals, 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 Contract Professional. Contract
Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors
suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the
required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors,
independent Contract Professionals, 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.
SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING:
oPr®°e t Overview
Weld County is located in the northeast part of Colorado and north of the Denver Metro area and is
3,999 sq. miles, with two interstate highways (1-25 and I-76) and two major railways (UPRR and
BNSF RR). Weld County has 32 municipalities ranging from rural to cities, 26 fire districts and an
estimated population of 294,397. Weld County has a very robust Oil and Gas exploration, drilling
and production industry along with supporting business and other Ag and chemical facilities. Weld
County's Tier II reports for 2017 total over 7,500.
Utilizing the information developed from the Weld County 2017-2018 Hazardous Materials
Emergency Preparedness Grant projects, Weld County is requesting the development of a
BID REQUEST #B1900075 Page 8
Hazardous Materials Transportation and Response Plan for the County. This Plan will be developed
in coordination with Colorado State Patrol Hazmat, Colorado Department of Transportation, Weld
Fire Districts, Local Hazmat Teams and the Office of Emergency Management. This plan will cover
unincorporated Weld County and the Fire Districts within Weld County. This plan will be Weld
County specific and address the risks associated to Weld County and will be an annex to the Weld
County Emergency Response plan.
This plan will include the nine elements of a Community Emergency Response Plan under the
Environmental Protection Agency "Emergency Planning and Community Right -to -Know Act
(EPCRA). The plan will also meet the requirement for the Local Emergency Planning Committee to
have an approved Hazardous Materials Response Plan.
® Identification of facilities and transportation routes of extremely hazardous substances
• Description of emergency response procedures, on and off site
® Designation of a community coordinator and facility emergency coordinator(s) to implement the plan
• Outline of emergency notification procedures
• Description of how to determine the probable affected area and population by releases
® Description of local emergency equipment and facilities and the persons responsible for them
• Outline of evacuation plans
® A training program for emergency responders (including schedules)
• Methods and schedules for exercising emergency response plans
25Plan Inclusions:
Community Profile
Identify the risks of hazardous materials transportation to Weld County communities and how to
mitigate the risks through training, exercises, awareness, and preparedness actions.
Complete a Hazard Assessment profile of incidents that have occurred in the County over the last
three to five years. Identify how to improve response to those incidents through specific actions;
training, exercises, awareness and preparedness actions.
Identify Chemical Facility risks to the communities and address response capability of the facility
and first responders. Identify specific action items for community awareness, training and first
responder training and exercise. Identify how the Facility will coordinate with the Weld County Local
Emergency Planning Committee to meet the above action items and develop a community outreach
program for high risk facilities.
Response Actions
BID REQUEST #B1900075
Page 9
Identify roles and responsibilities for each of the organizations and agencies involved in a
Hazardous Material incident response in Weld County. Identify specific action steps needed by each
organization or agency.
Identify the process for coordination of Hazmat Teams for multi -Agency response to High Risk
Facilities and Transportation Incidents (Rail and Hwy). The Plan will also provide a process for
reimbursement of Hazardous Material Incidents and the steps for the Fire Districts to take to receive
reimbursements. This section will also cover the Designated Emergency Response Authority
responsibility's for Weld County as identified in Colorado State Statute and County Resolutions.
This plan should also complement the Emergency Support Function (ESF # 10) of the Weld County
Emergency Operations Plan.
3. The Planning Process:
The Weld County Hazardous Materials Transportation and Response Plan (HMTRP) will be written
using an editable software program (preferable Microsoft Word) that will allow Weld County to make
updates to the plan as needed. The "Plan" and all research documents will be the property of Weld
County at the end of the project. The contractor will utilize the planning elements of the EPCRA
Community Emergency Response Plan, FEMA CPG 101 and the Awareness and Preparedness for
Emergencies at Local Level (APELL) or a combination of all.
The Office of Emergency Management will be the Project Manager for this project and will help to
coordinate meetings with stakeholders, provide current documentation on prior work such as hazard
assessments, risk assessments, gap analysis, commodity flow study reports and Chemical Facility
information. The Director of the Office of Emergency Management will approve Draft Documents
and have final approval of all written products.
The contractor will be expected to coordinate and update the Director of the Office of Emergency
Management on a weekly basis and will provide monthly status reports on project deliverables. The
contractor will also provide a presentation to the Weld County Multi -Agency Coordination (MAC)
Group on the Completed Plan.
Contractor will be required to provide their own equipment and shall only be allowed to access
county property while escorted by County Staff. The contractor will operate as an independent
contractor and shall not be entitled to unemployment or other benefits afforded to Weld County
Employees. This project is grant -funded, with the maximum amount set at $72,000.00 for plan
development costs.
The selection process for a contractor will be based on qualifications and experience with EPCRA,
Tier Il reporting, hazard and risk assessments, Risk Management Plans, Hazmat and
Transportation Safety as it relates to Pipelines and Hazardous Material Safety, familiarity with Weld
County and the Northeast Region of Colorado and total cost of the project. Proposals should
contain three references, relevant training, education, experience and qualifications of project lead
and supporting staff, including examples of written Hazmat Plans or similar work/projects.
Once a contractor is selected, the contractor shall provide a task completion schedule and indicate
the percentage of payment as tasks are completed that shall be made with a 5% retention until
completion.
BID REQUEST #B1900075 Page 10
* The successful vendor is required to sign a separate contract (a sample contract is included as a separate
attachment.)
The undersigned, by his or her signature, hereby acknowledges and represents that:
1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in
the request for proposal for Request No. #81900075.
2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local
taxes.
3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying
proposal sheets.
4. The signed bid submitted, all of the documents of the Request for Proposal contained herein
(including, but not limited to, product specifications and scope of services), and the formal acceptance of the
bid by Weld County, together constitutes a contract, with the contract date being the date of formal
acceptance of the bid by Weld County.
5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to
accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld
County. The bid(s) may be awarded to more than one vendor,
FIRM BY
(Please print)
BUSINESS
ADDRESS
DATE
CITY, STATE, ZIP CODE
TELEPHONE NO FAX TAX ID #
SIGNATURE E-MAIL
**ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID**
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 ® 8.
BID REQUEST #81900075
Page 11
Renewal Personal Umbrella Policy
Declarations
Your policy effective date is March 6, 2019
Total Premium for the Premium Period (Your bill will be mailed separately)
Excess Liability $352.28 Summary
Allstate®
�Tofial $352.28
Your bill will be mailed separately. Before making a payment, please refer to your
latest bill, which includes payment options and installment fee information. If you do
not pay in full, you will be charged an installment teas).
Your policy premium has been developed using the following in formation:
• 3 Vehicles • Supporting Allstate Home and/or Auto
Policy(ies)
• 3 Operators in the household
Discount (included in your total premium)
Multiple Policy Discount -
Auto and Property 33%
Policy Coverages and Limits of Liability
Coverages
Limits of Liability
Excess Liability - Bodily Injury and Property Da
Annual Aggregate Limit
mage $1,000,000 each occurrence
$2,000,000 during the
current policy period
Excess Liability - Personal Injury
Annual Aggregate Limit
$500,000 each occurrence
$1,000,000 during the
current policy period
Additional Dwelling Rented To Others
Not purchased*
* This coverage can provide you with valuable protection. To help you stay current
with your insurance needs, contact your agent to discuss available coverage
options and other products and services that can help protect you.
You're in good hands.
Page 1 of 3
Information as of January 18, 2019
Named Insured(s)
Mary A and Steven J Jansen -Hedrick
Mailing address
6302 W 5th St
Greeley CO 80634-4409
Policy number
f 807 262 9911
Your policy provided by
Allstate Indemnity Company
Policy period
Begins on March 6, 2019 at 12:01 A.M.
standard time, with no fixed date of
expiration
Premium period
Beginning March 6, 2019 through March
6, 2020 at 12:01 A.M. standard time
Your Allstate agency is
Huff Ins Agency Inc
6363 W 120th Av/240
Broomfield CO 80020-2406
(303) 465-1300
ScottHuff@allstate.com
Some or all of the information on your
Policy Declarations is used in the rating
of your policy or it could affect your
eligibility for certain coverages. Please
notify us immediately if you believe
that any information on your Policy
Declarations is incorrect. We will make
corrections once you have notified LEs,
and any resulting rate adjustments, will
be made only for the current policy
period or for future policy periods.
Please also notify us immediately if you
believe any coverages are not listed or
are inaccurately listed.
CQ088RBD
Renewal Personal Umbrella Policy Declarations
Policy number: 1807 262 991
Policy effective date: March 6, 2019
Required Underlying Insurance Limits
Page 2 of 3
You must maintain the Required Underlying Insurance, at or above the limits as shown below at all times for each liability
exposure any insured person has. Please refer to the "Required Underlying Insurance" provision of the policy.
Coverage Required Underlying Limit
Personal Liability - Bodily Injury and Property
Damage Liability
1. Homeowners, Condominium, Renters,
Mobilehome, Manufactured Home or other
Personal Liability Policy
2. Incidental Office, Private School or Studio
One, Two, Three or Four Family Residential Rental
Property - Bodily Injury and Property Damage
Liability
Automobiles and Motor Homes
Combined Single Limit
$300,000 per occurrence
$300,000 per occurrence
Bodily Injury $250,000 each person
$500,000 each occurrence
Property Damage $100,000 each occurrence
or
Combined Single Limit
$500,000 per occurrence
Motorcycles, Motor Scooters, Mopeds
and Recreational Vehicles
Bodily Injury $100,000 each person
including Passenger Liability when available $300,000 each occurrence
Property Damage $100,000 each occurrence
or
Combined Single Limit
$300,000 per occurrence
Guest Passenger Liability $100,000 each person
(when available as a separate limit) $300,000 each occurrence
or
Combined Single Limit
$300,000 per occurrence
Personal Watercraft such as jet skis and wet bikes
Bodily Injury $100,000 each person
$300,000 each occurrence
Property Damage $100,000 each occurrence
or
Combined Single Limit
$100,000 per occurrence
Bodily Injury $100,000 each person
$300,000 each occurrence
Property Damage $100,000 each occurrence
or
Combined Single Limit
$100,000 per occurrence
Bodily Injury $250,000 each person
$500,000 each occurrence
Property Damage $100,000 each occurrence
or
Combined Single Limit
$250,000 per occurrence
(continued)
Watercraft Liability
Craft under 26 feet and up to 50 horsepower
(U.S. horsepower)
Watercraft Liability
Craft 26 feet and over or greater than 50
horsepower (U.S. horsepower)
CO0RRRRD
C
C
C
C
c
C
C
C
c
c
LC
C0'
cr
C
C
c
sc
N as C
C
O O C
O O
o) O c
NC
O Cr` C
Op a, C
C
0
Renewal Personal Umbrella Policy Declarations
Policy number:
Policy effective date:
Coverage
807 262 991,
March 6, 2019
Page 3 of 3
Allstate®
You're in good hands.
Required Underlying Limit
Employers' Liability - if Workers' Compensation or
similar coverage for Domestic Workers is required
or purchased voluntarily
Your policy documents
$300,000 each occurrence
$300,000 each employee
$500,000 policy aggregate
Your Personal Umbrella policy consists of the Policy Declarations and the following documents. Please keep them together.
• Personal Umbrella Policy -- AS400
• Amendment of Policy Provisions - AS371
hi Colorado Personal Umbrella Policy Amendatory Endorsement
- AS395-1
Important payment and coverage information
Here is some additional, helpful information related to your coverage and paying your bill:
Please note: This is not a request for payment. Your bill will be mailed separately.
Allstate Indemnity Company's Secretary and President have signed this policy with legal authority at Northbrook, Illinois.
P4A4rertese
Julie Parsons
President
Susan L. Lees
Secretary
CQ088RBD
r
r for c sinsAlistat
of f insurance Car
Allstate�
You're hi good hands.
For your convenience, two insurance cards have been included for each vehicle. State law requires that one
of these cards be kept in each vehicle. Please place them in your vehicles by the effective date.
Allstate.
You're in good hands.
Please use the printed Insurance Cards below.
CoSor do n Prof of Auto
Insurance Card
Allstate Fire and Casualty Insurance Company
Steve & Mary Jansen -Hedrick
6302 W Sth St
Greeley CO 80634 4409
POLICY NUMBER
920145 067
EFFECTIVE DATE
02/14/19
EXPIRATION DATE
08/14/19
Ahstate.
You're in good hinds.
YEAR / MAKE / MODEL
2009 Suzuki Sx4
VEHICLE ID NUMBER
JS2YM413C9510314
Colorado n Proof of Auto
Insurance Card
Allstate Fire and Casualty Insurance Company
Steve & Mary Jansei-Hedrick
6302 W 5th St
Greeley C :, 80634-4-409
POLICY NUMBER
920145 067
EFFECTIVE DATE
02/14/19
EXPIRATION DATE
08/14/19
C
fr
I
You're in good hands
YEAR / MAKE / MODEL
2005 Toyota Corolla
VEHICLE ID NUMBER
1NXBR30E25Z549867
You're in good hands,
Please use the printed Insurance Cards below.
Colorado ® Proof of Auto
Insurance Card
Allstate Fire and Casualty Insurance Company
Steve & Mary Jansen 41eda ick
6302 VII 5th St
Gre ey CO 80634 4409
POLICY NUMBER
920145 067
EFFECTIVE DATE
02/14/19
EXPIRATION DATE
08/14/19
C
You're in good hands.
YEAR / MAKE / MODEL
2009 Suzuki Sx4
VEHICLE ID NUMBER
JS2YB413895103184
lorado m Proof of Auto
Insurance Car
Allstate Fire and Casualty Insurance Company
Steve & Mary Jansen -Hedrick
6302 tt 5th St
Greeley C 806344409
POLICY NUMBER
920145 067
EFFECTIVE DATE
02/14/19
EXPIRATION DATE
08/14/19
You're hi good hands.
YEAR / MAKE / MODEL
2005 Toyota Corolla
VEHICLE ID NUMBER
1NXBR30E252549867
l'ado Proof of Auto
orate Ord
Allstate Fire and Casualty Insurance Company
Steve & Mary Jansen -Hedrick
6302 W 5th St
Greeley CO t0634c4409
POLICY NUMBER
920145 067
EFFECTIVE DATE
02/14/19
EXPIRATION DATE
08/14/19
Allstate,
You're in vomit hands,
YEAR / MAKE / WODEL
2014 Nissan Frontier
VEHICLE ID NUMBER
`i 6AD EW7E14742075
Colorado gm Pro f of Auto
Insurance Card
Allstate Fire and Casualty Insurance Company
Steve & Mary Jansen -Hedrick
6302 % Sth St
Greeley CO 806344409
POLICY NUMBER
920145 067
EFFECTIVE DATE
02/14/19
EXPIRATION DATE
08/14/19
Allstate..
You're in good hands,
YEAR / MAKE / MODEL
2014 Nissan Frostier
VEHICLE ID NUMBER
1N6ANEV7EN74207S
,
4
Page l of 2
EMERGENCY MANAGEMENT
Office of Emergency Management (OEM)
Director: Roy Rudisill
1150 "O" Street
PO Box 758
Greeley, CO 80632-0758
Phone 970-304-6540
Fax 970-336-7242
www.co.weld.co.us
Memo
To: Weld County Commissioners
From: Roy Rudisill
Date: April 3, 2019
Subject: BID B190075 Hazardous Materials Transportation and Response Plan.
The Office of Emergency Management (OEM) has reviewed the BIDs for the Contractor to
develop the Hazardous Materials Transportation and Response Plan. OEM recommends the BID
from Steve Hedrick based on his ability to meet the scope of work within the grant timeline and
low bid.
Roy Rudisill
Weld OEM
aoIq-LI1U0
tto�g
BID Review #6190075 4/1/2019
Bronco Environmental
HazMat Plan
Development
Tier II
H&R
Weld County
Costs of
Plan
EPCRA
reporting
Assessment
familiarity
NE Region
project
Development
Working
experience
with EPCRA
and planning,
experience
with other
federal
planning
programs
Experience
with SARA
Title III, Tier II
chemical
invintories and
TRI Reporting.
no specific
mention of
H&R
Assessments
but has several
years of
associated
work with
federal
planning
programs.
Sub contractor
has worked
with in the NE
Region and is
familiar with
Weld County
and the
response
agencies.
Subcontract
has regional
expieriance as
an employee
with PFA
71, 315.00,
7,315.00
higher than
low bid.
Company has
several years of
planning and
development
of plans for
federal
programs
Steve Hendrick
Experience
with EPCRA
and Weld
County Tier II
facilities.
Development
of other plans
and Federal
requierments.
Working
knowlage of
Tier II
reporting and
Weld County
Facilities.
Worked
directly with
Weld OEM
and high risk
facilities to
help with
preplanning.
Several years
of experience
with hazard
and risk
assessments.
Commplete a
project with
Weld County
in 2018 for all
EHS facilities.
Worked as a
contractor for
Weld OEM in
2018 and
developed
products for
hazardous
matierals
planning, risk
assessments
and developed
a workshop for
the LEPC.
Regional
experience
with LEPC's
based on work
form 2018
project with
Weld County.
Low BID
64,000
Working
knowlege of
Hazmat Plans,
10 years of
direct planning
experience
with ANG and
Civil Support
Team and
Stratigic
Planning.
WELD COUNTY PURCHASING
1150 O Street Room #107, Greeley CO 80631
E-mail: rturfa,weldgov.com
E-mail: reverett a weldgov.com
E-mail: cmperters(weldgov.com
Phone: (970) 400-4216,4222 or 4223
Fax: (970) 304-6434
DATE OF BID: MARCH 5, 2019
REQUEST FOR: HAZARDOUS MATERIALS TRANSPORTATION & RESPONSE PLAN
DEPARTMENT: OFFICE OF EMERGENCY MANAGMENT
BID NO: #B1900075
PRESENT DATE: MARCH 25, 2019
APPROVAL DATE: APRIL 8, 2019
START FINISH
VENDOR TOTAL DATE DATE
STEVEN HEDRICK
6302 W 5TH ST
GREELEY, CO 80634
$64,000.00
BRONCO ENVIRONMENTAL, LTD $71,315.00 APRIL 2019 DECEMBER 2019
2735 GENEVA PL
LONGMONT, CO 80503
THE OFFICE OF EMERGENCY MANAGEMENT WILL REVIEW THE BIDS.
2019-1160
OM00t$
Hello