HomeMy WebLinkAbout20180207.tiffri).1081
BOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW
PASS -AROUND TITLE: HMEP Grant Contract change order with Heartland Consulting Group
DEPARTMENT: OEM DATE: 9-10-18
PERSON REQUESTING: Roy Rudisill
Brief description of the problem/issue:
This project' is funded by the 2018 HMEP Grant, the grant funding is 60,000.00 with a 15,000.00 match
requirement for a total project cost of 75,000.00. The original contract with Heartland is for 60,000.00, the
matching funds are budgeted in the OEM budget. We thought there would be more travel and personal
reimbursements for our match requirement, however this is not the case. We have an estimated match thus far
of about 1,000.00.
I'm recommending a change to the contract with Hartland to include an additional 10,000.00 which would be a
part of our match requirement. This will make their contract a total of 70,000.00. The remaining 5,000.00 (of
our matching dollars) will be supported from our workshop on Sept 27th and GIS staff time working on a
`mapping project.
The additional 10,000.00 to Heartland will cover costs for additional commodity flow studies, mapping
products they will produce and continued analysis of chemical facilities. These items are listed in their current
scope of work.
What options exist for the Board? (include consequences, impacts, costs, etc. of options):
Agree to change order and be able to meet the total grant funding.
Don't sign the change order, this will limit the total grant funds received but should not change then 15% match
requirement.
Recommendation:
Sign Change order.
Approve
Recommendation
Sean P. Conway
Julie A. Cozad
Mike Freeman
Barbara Kirkmeyer, Pro-Tem
Steve Moreno, Chair
g� 7
Schedule
Work Session
Other/Comments:
ce4e)&60„,a6009
q �/ 7-18
bitooir
CHANGE ORDER NO. 1
PROJECT: B1800043 OEM Hazmat Planninta Grant Contract
Date: August 31; 2018
PROJECT: B1800043 OEM planning position described in the Invitation for Bids, Bid No. B1800043.
Owner: Weld County, Colorado
Contractor Heartland Consulting Group LLC
The following change is hereby made to the Contract Documents:
This project is funded by the 2018 HMEP Grant, the grant funding is 60,000.00 with a 15,000.00
match requirement for a total project cost of 75,000.00. The original contract with Heartland is for
60,000.00, the matching funds are budgeted in the OEM budget. We thought there would be more
travel and personal reimbursements for our match requirement, however this is not the case. We
have an estimated match thus far of about 1,000.00.
I'm recommending a change to the contract with Hartland to include an additional 10,000.00 which
would be a part of our match requirement. This will make their contract a total of 70,000.00.The
remaining 5,000.00 (of our matching dollars) will be supported from our workshop on Sept 27"' and
GIS staff time working on a mapping project.
The additional 10,000.00 to Heartland will cover costs for additional commodity flow studies,
mapping products they will produce and continued analysis of chemical facilities. These items are
listed in their current scope of work.
CHANGE TO CONTRACT PRICE:
Original Contract Price: 60,000.00
Current Contract Price adjusted by previous Change Order: NA
The Contract Price due to this Change Order will be increased by: 10,000.00
The new Contract Price, including this Change Order, will be: 70,000.00
CHANGE TO CONTRACT TIME:
The Contract Time will be increased by NA
calendar days.
The date for completion of all Work will be Sept 315, 2018
RECOMMENDED:
Owner Representative:
Roy Rudisill_
APPROVALS:
r�l X Yrhip-- a Dee:
ca, J 1 1 ,
ti
x'411
SEP 17 2018
Date:
Contractor:
2018
Steve Moreno, Chair Board of Weld County Commissioners
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY & Heartland Consulting Group LLC.
Hazmat Planning Contractor for OEM
THIS AGREEMENT is made and entered into this (Ala y of /l trc. 1j3 , 20by and between the*
County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County
Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as
"County," and Heartland Consulting Group LLC, a limited liability company, who whose address is 1910 N
11th Street- Suite 14 Bismarck, ND 58501_, 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_
each of which forms an integral part of this Agreement. Exhibits _A_ is specifically incorporated herein by this
reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically
Exhibit_A 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.
B1800043". The RFP contains all of the specific requirements of County.
Exhibit _A_ 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__. 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_ 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 Contract Professional's completion of the responsibilities described in
Exhibit A Both of the parties to this Agreement understand and agree that the laws of the State of
Ce t? (,,/1e/eI) Ig- DAO-1-
bxl,pivf -08vit-ct° oeitA .mma
Colorado prohibit County from entering into Agreements which bind County for periods longer than one year.
Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, 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.
CONTRACTOR may terminate this agreement should COUNTY or its representatives fail to cooperate
with CONTRACTOR as need to complete the tasks of this contract. Should such a situation arise that could
result in termination by CONTRAC'T'OR, CONTRACTOR shall immediately notify the Emergency Manager
who will attempt to resolve that matter to avoid such termination. If the matter is not resolved CONTRACTOR
shall then give written notice before the contract is terminated.
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
$,60,000.00 , which is the bid set forth in Exhibit _A_. 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 ► _ . 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 AA_ 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)
Contractor will submit monthly invoices to the Director of the Office of Emergency Management for
services rendered requesting payment with a Net 30 days for payments.
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 u nernployrnent
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., with regard to 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 in
farce 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. 'Many
policy is in excess of a deductible or self -insured retention, County must be notified by the Contract
Professional. Contract Professional shall be responsible forthe 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 coverage's 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, t echnical 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 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 Contt^dct 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 coverage's 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.: Derek Hanson , President/CEO,
Address: 1910 N 11th Street
Address: Bismarck ND 58501
E-mail: dhanson@heartlandconsultants.org
Facsimile:
With copy to:
Name: Steve 1Iei4 ck Mir; e./C
Position: Project Lead
Address: 6302 W 5th Street
Address: Greeley, Co 80634
E-mail: shedrick@heartlandconsultants.org
Facsimile:
County:
Name: Roy Rudisill
Position: Director, Office of Emergency Management
Address: 1150 O Street, PO Box 758
Address: 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 nonexclusive 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. §§24-18-2O1 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 Agreemment
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 an new employee to
pcmform 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 tertninated, 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 penury 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 Exhibit A 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.
jfil
IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of
//L0. ,te) , 201X
020/,07
CONTRACT PROFESSIONAL:
*r+lar►d (ons +, ni. qi CLc
By:
Name:.. Qere fifol1 c�
Title:
Res! d+ CEQ
Date
8- /7
WELD COIJINTY:
ATTEST -
Weld
•
ok
er. to e Boar. WELD COUNTY, COLORADO
Deputy BY �..7I r •...�
Cl i,? to the :oard /,P ��� I / ,,,`% eve Moreno, Chair
BOARD OF COUNTY COMMISSIONERS
MAR 14 2018
1 A.:4, It
Rob Turf
From:
Sent:
To:
Subject
Attachments:
Derek Hanson<dhanson@heartlandconsultants.org>
Thursday, January 11, 2018 2:43 PM
bids
RFP # B1800043 - OEM Planning Position Bid
Weld Cty, CO cover letter 1-11-18.docx; Weld Cty, CO Planning Proj Proposal
1-10-18.docx; Steve Hedrick EM Resume 1-18.docx; vitae DH RR 11-16.docx; Ken
Jarolimek Vitae 2017 (1).doc; Rick H Resume.pdf; Heartland Company References.docx;
Weld Cty form.pdf; W-9 signed.pdt Heartland Brochure Final 9-20-17.pdf
i hereby waive my right to a sealed bid
Weld County Officials;
Please accept the following information as a bid for the Planning Position, REP # B1800043.
Attached you will find:
-Cover Letter
-Proposal
-Bios/Resumes
-References
-Scope of work & Weld County bid form
-W 9 form
-Company brochure
Should you be in need of any further information or require clarification please don't hesitate to contact me at
the company contact info listed below.
Thank you.
onDerek Hanson, President / CEO
Heartland Consulting Group LLC
1910 N 11th Street - Suite 14 • Bismarck, NO 69501
701-934-5173 • dhansonOhsartlendconeuiants.org
www.hsartlandoonsultants.org
"Emergency Preparedness, Safety & Homeland Security"
1
IVHEARTLAND CONSULTING GROUP, LLC
EMERGENCY PREPAREDNESS & SAFETY
1910 NORTH 11TH STREET
BISMARCK, ND 58501
OFFICE: 701-934.5173
W W W.HEARTLANDCDNSULTS.DRG
January 11, 2018
Weld County
Office of Emergency Management
1150 - O Street
Greeley, CO 80631
To Whom It May Concern;
Please accept this communication as an official bid for the Contracted Planning Position with your Office
of Emergency Management.
Our company has been in the consulting business for more than 14 years, and most of our team
members have 25 to 38 years of experience in Emergency Management/Emergency Services. We have
26 team members located throughout the country, mostly in the upper Midwest.
As you will see from the company brochure we have attached, we specialize in; Planning, Training,
Exercises, Plan Writing, Consulting Services, and Emergency Response Services. We are a very diverse
group with members obtaining backgrounds in; Emergency Management, Fire Service, EMS, Law
Enforcement, Homeland Security, Safety, Border Patrol, Healthcare, Hazardous Materials, Engineering,
Nursing and much more.
We have experience with EPCRA requirements, TIER II, writing plans, facilitating meetings, working with
first responders, Hazardous Materials and flow studies, ICS Instruction, and so much more. Some of our
team members are former county Emergency Managers, and our company currently has contracts with
several rural counties to provide services and perform duties as their County Emergency Manager. This
includes 24/7 on call services, a toll free emergency number, and setting up the county EOC's if needed.
If our company were to be selected for the project award, we have a team member located in Greeley,
Colorado who would assume the role of "Project Manager" to take the lead in the project. His name is
Steve Hendricks, and his resume along with several others is attached so you can better ascertain the
merits of those who would be working on your project.
We thank you in advance for your consideration, and we look forward to the possibility of working with
your county staff.
HEARTLAND
CONSULTING GROUP. LLC
1910 North 11° Street - Suite 14
Bismarck ND 58501
701.934-5173
www.heartlandconaultauts.ors
January 10, 2018
Weld County
Office of Emergency Management
1150 O Street
Greeley, CO 80631
Re: Proposal: Planning Position — RFP # B1800043
Project # 201801
1.00 Services to be orovlded
Heartland Consultants will provide the following services upon award of the project:
• Serve as a Contractor for the County in the role of "Planning Position" to support the Office
of Emergency Management (OEM).
• Meet weekly with the Weld County OEM staff as needed.
• Provide monthly written status reports on the project deliverables to the OEM.
• Conduct a presentation to the County MAC group.
• Provide own equipment; laptop, printer, cell phone, Internet service, vehicle, company
Photo ID, and other equipment items as needed.
• Work with the County OEM for purchasing supplies and travel reimbursements as allocated
in the project budget.
• Complete all grant deliverables prior to September 30, 2018.
• Identify all Pipeline Operators in the County/Region, and provide a list.
• Attend council meetings, committee meetings and other as identified in the agreement.
• Identify all companies transporting Hazardous Materials in the County, develop a list and
include EHS Information.
• Complete a community risk assessment for each community in the county.
• Complete a capability assessment/gap analysis for each Fire District in the County.
• Complete three Commodity Flow Studies in six of Identified communities.
• Attend LEPC meetings, and provide one LEPC Workshop.
• Obtain a baseline status in the 11 counties in the Northeast Region regarding LEPC/EPCRA
requirements and participation.
• Identify Risk Management Plan Facilities and complete an improvement plan document.
• Provide experienced, emergency management qualified staff for project work.
• Provide credentialed Safety professionals, Emergency Management professionals, Engineers,
and others as identified to complete the projects, if needed.
• Provide a "lead" team member from Heartland to work on the project who resides in the
Greeley CO, area.
Page 1 of 2
Weld County will be responsible for the following:
• Provide a resource person, "go to person" to work closely with Heartland staff.
• The county will ensure the cooperation of county officials and emergency
response agencies to this agreement.
• Reimburse Heartland in a timely fashion for work completed (deliverables) as
agreed upon by both parties.
2.0 Servke Fees
Heartland Consulting will provide the services as outlined above for Weld County for an amount not
to exceed $60,000.00 in personnel costs.
Contractor will submit an invoice monthly for deliverables completed according to a payment
schedule which will be agreed upon by both parties if Heartland is selected.
The County will not provide any benefits to any Heartland staff member. This includes, but is not
limited to; liability insurance, workforce Safety & Insurance, malpractice insurance, health insurance,
or retirement plan. Heartland Consulting Group, LLC, will carry all the necessary insurance as
outlined in the scope of the project. (Heartland currently exceeds the insurance requirements)
Projects or grants in addition to those duties listed in this proposal will need to be negotiated
between Weld County and Heartland.
Participation and expenses to attend meetings, conferences, and other events not required in the
scope of this project will be negotiated between Weld County and Heartland (if applicable).
The Owner/President of Heartland Consulting Group, LLC, has legal right to make decisions and sign
documents on behalf of the company. Heartland's Federal ID number is: 81-2653311.
This quote is valid until March 1, 2018.
If you have any questions, please call Derek Hanson at (701) 934-5173.
Thank you for your consideration of this proposal.
k
Derek Hanson, BS, CHCM, CHS-Ill
President/CEO
Heartland Consulting Group, LLC
Attachments; W9, 3 References, Bio's/Resumes, Company Brochure, Weld County Bid Form.
Page 2 of 2
STEVEN J. HEDRICK
6302West S'"Street•Greeley, Colorado, 80634 •360-630-1182 stevehedrick@comcast.net
FUNCTIONAL SUMMARY
Experience with Department of Defense level planning and analysis for
Homeland Defense and Emergency Management studies.
Over 30years of diverse civilian and military management, command &
control, emergency management planning and operations experience in
increasingly responsible positions.
Extensive public speaking and instructing experience. Briefed members of the
Joint Chiefs of Staff and General Officers.
Selected as a Trainer/Evaluator by the National Assessment Team for
Emergency Management response. Supported training and evaluations in four
states.
In-depth knowledge of National Response Framework, National Incident
Management System and Incident Command System procedures, regulations
and operations.
•
Proven effectiveness as a coach and mentor.
Current Top Secret security clearance
EMPLOYMENT
COMMANDER, 81ST CIVIL SUPPORT TEAM
North Dakota National Guard
2015 -PRESENT
Bismarck, ND
Directs the activities of a 22 person All Hazards standing task force with Haz Mat
Technician level, communications, planning and medical capabilities.
Responsible for coordinating with state and local agencies for response and
standby missions.
Develops regional and state-wide disaster response plans.
STRATEGIC ANALYSIS BRANCH CHIEF 2012-2015
National Guard Bureau/Department of Defense Washington, D.C.
Supervised a team of 16 analysts, operations researchers and scientists engaged in
capabilities analysis, modeling&simulation and strategic planning.
Coordinated National Guard participation in the Department of Defense
Quadrennial Defense Review (QDR). This involved training and supervising
more than 30 Subject Matter Experts and synchronizing efforts in 23 high-level
strategic studies.
Developed a streamlined modeling and simulation program to test command and
control procedures for National Guard Consequence Management teams.
Led a study to analyze impacts of National Guard Chemical, Biological,
Radiological and Nuclear response elements adopting National Incident
Management Systems standards and Uniform Resource Typing model.
CHIEF OF PLANS AND TRAINING 2010-2011
Washington National Guard Homeland Response Force Tacoma, Washington
Assisted with the implementation of one of the first National Guard Homeland
Response Forces in the United States.
Ensured NIMS, OSHA and NFPA compliance in all training requirements for a
566 member Consequence Management Task Force.
Leads planning and execution of rescue operations to ensure a coordinated
response to catastrophic crisis events.
Trained EmergencyOperationsCenter personnel to provide command and control
over more than 1,000 rescue workers. Team was validated with no retraining
requirements and is certified to respond.
Wrote emergency operations, strategic, concept, and operational plans for
implementation at local, state and national levels.
HEADQUARTERS LAND DOMAIN CHIEF 2008-2010
Headquarters NORAD/USNORTHCOM Colorado Springs, Colorado
Led planning and execution of land operations to ensure a coordinated response to
planned and crisis events.
Worked with the Department of Homeland Security, TSA, FEMA, FBI, and the
State Department to ensure the effective use of resources during national
emergencies.
Responsible for evaluating and disseminating information to ensure effective use
of National Guard and active duty forces.
Develop briefings for senior officers and officials on Civil Support shortfalls,
capabilities and operations.
In depth knowledge of the legal, operational and political issues associated with
emergency operations and policies.
Staff Officer for the Homeland Defense and Civil Support (HD/CS) Capabilities
Based Assessment, a comprehensive study of DOD HD/CS needs, capabilities
and shortfalls.
DIRECTOR OF OPERATIONS AND FACILITIES 2004-2006
Port of Anacortes Anacortes, Washington
Supervised operations, security and maintenance of an active commercial port
including airport, marine terminal and marina.
Developed land use plans, zoning, capital improvement plans and maintenance
plans.
As the Facility Security Officer, responsible for coordinating U.S. Coast Guard,
Homeland Security agencies, local police and private security to implement
security plan during movement of international cargo and passengers.
SENIOR DIRECTOR/AIR BATTLE MANAGER 2004-2008
Western Air Defense Sector, Washington Air National Guard Tacoma, Washington
Deployed to Continental U.S. NORAD Region supporting operation NOBLE
EAGLE.
Weapons Section OIC, responsible for determining training, scheduling and
personnel needs for operational mission.
Developed exercise and training scenarios to prepare crew for expanded operations
over entire CONUS region.
SENIOR DIRECTOR/AIR BATTLE MANAGER
Northeast Air Defense Sector, New York Air National Guard
2001-2004
Rome, New York
Responsible for direct supervision of a 12 -person section including Officers and
NCOs.
Coordinate with U.S. Customs, Secret Service, TSA, FAA and U.S. Army to
ensure proper resources are committed and de -conflicted while protecting U.S.
Capital region from air attack.
Frontline Air Battle Manager for homeland defense. Controlled first fighter
aircraft responding to the attack on the WorldTradeCenter. Effectively managed
multiple Combat Air Patrols. Ability to react appropriately in a dynamic, stressful
environment resulted in the smooth flow of fighter and tanker aircraft from
takeoff to landing.
AIRPORT MANAGER
Town of Erie
1998-2001
Erie, Colorado
Responsible for the safe and efficient operation and management of a
metropolitan, general aviation, reliever airport with over 200 based aircraft and
approximately 72,000 operations per year.
Developed a five-year capital improvement program for the current facility and a
20 -year strategic expansion plan.
AIRPORT OPERATIONS MANAGER 1994-1998
FortCollins-LovelandMunicipalAirport Loveland, Colorado
Supervised Operations at a FAR Part 139 certified commercial service airport
with 200 based aircraft and over 120,000 operations per year. Experience
initiating and terminating commercial air service.
Airport Security Coordinator. Tested, maintained and inspected security
equipment. Prepared screening area and secured airport terminal prior screening.
Planned and implemented full-scale and tabletop security and disaster drills. FAA
Civil Aviation Security agent commented, "One of the best seen to date."
EDUCATION
BACHELOR OF SCIENCE, AVIATION MANAGEMENT
MetropolitanStateCollege of Denver Denver, Colorado
OTHER EDUCATION
• IS -100, 200, 300, 400, 700, 800 Courses
ICS Planning Section Chiefs Course.
FEMA Professional Development Series
Haz Mat Technician/Confined Space Rescue
New York certified Fire Fighter I.
• Air Command and Staff College.
USAF Air Battle Manager Course.
Duluth Technical College Aircraft Rescue and Fire Fighter Course
CAREER VITAE & RESUME
Derek Hanson
524 Weatherby Way
Bismarck, ND 58503
Areas of Expertise:
Safety Management
Emergency Preparedness
Hazard Control Management
Security Management
Incident Command System
Education & Certifications:
Cell: 701-934-1117
Home: 701-258-9147
dhanson@heartiandconsultants.org
Hazardous Materials Response
Emergency Medical Services
Worker Injury Management
Environment of Care Management
EPCRA/Tier [I/LEPC projects
Bachelor of Science Degree - Major: Health Administration
Certified Hazard Control Manager (CHCM)
Certified Healthcare Safety Professional (CHSP)
Paralegal - Civil Litigation Specialty
Emergency Medical Technician (EMT)
Hazwoper Operations Level Certified — 24 hour. (OSHA 1910.120)
Hazwoper Technician Level Certified — 40 hour. (OSHA 1910,120)
First Aid/CPR/AED Instructor, National Safety Council
CPR Instructor -Trainer, American Heart Association
Certified General Industry Safety & Health, US Dept. of Labor/ OSHA
Certified Medical Industry Safety, US Dept. of Labor/OSHA
Certified Healthcare Security Officer (CHSO), IAHSS
FEMA Programs (ICS/NIMS 100, 200, 300, 400, 700, 800)
Incident Command Instructor (ND DES): 100, 200, 300, 400, 700, 800
Certified in Homeland Security, Level 3 (CHS-III), Natl Board of Forensic Examiners
Leadership Development Training Courses
NIMS ICS All -Hazards Logistics Section Chief, U.S. Dept. of HS, EMI Emmitsburg MD.
Hazwoper Refresher Instructor — 8 hour. (OSHA 1910.120)
Train Tanker Response Course — 16 hours, Canadian Pacific Railroad.
Canadian National safety DM&E rail safety
Security awareness for railroad contractors UPRR safety
BNSF Contractor Credentialed
BNSF Safety Credentialed
BNSF eRailsafe, CP eRailsafe, CN eRailsafe.
Licensed Auctioneer, Mason City IA, Reisch Auction College
North Dakota Certified EMS Instructor
Certified Prehospital Trauma Life Support (PHTLS) Instructor -Coordinator
North Dakota Extrication Instructor -Trainer
North Dakota Emergency Medical Dispatch Instructor
Emergency Vehicle Operations Course (EVOC) Instructor -Trainer
Certified — Fire Fighter I
Outdoor Emergency Care Instructor, National Ski Patrol
Certified North Dakota EMS Flight Crew Member
Emergency Response to Terrorism program, US Department of Justice
Incident Command for EMS, US Federal Emergency Management Agency
Emergency Management Leadership Program, National Fire Academy
Certified Instructor, ND Hospital Hazmat & Decon program
Mass Fatalities Program, ND Dept of Emergency Services
HICS Instructor, Yale University Program, Version IV
X26 National laser Certification - Taser International, Scottsdale AZ
Integrated Emergency Management Frog, EMI - Emmitsburg, MD.
*Other programs and certifications too numerous to list.
Professional Affiliations:
Past Chair - Local Emergency Planning Committee (LEPC), Bismarck/Burleigh
Member, ND DES IMAT (Incident Management Assistance Team)
Past Chair, ND HRSA/ASPR Emergency Preparedness grant Committee
Vice Chair, ND Hospital Safety Professionals Association
Board Member, Angel Air Care Helicopter Service, Bismarck, ND
Past Chair, SW Region Hospital Surge Committee
Past President, North Dakota EMS Association
Past PHTLS Coordinator for State of North Dakota
Past Member, North Dakota Firefighters Association
Past National Faculty, American Heart Association, Dallas TX
Past Chair, North Dakota EMS Conference Committee
Past Chair, North Dakota EMS Association Legislative Committee
Past Member, North Dakota EMT Practical Testing Team
Past Board of Governor, National Association of EMT's
Member, North Dakota Trauma Committee
Member, North Dakota ALS Society
Member, North Dakota I/C Society
Past Member, National Ski Patrol
North Dakota Auctioneers Association
Past Executive Council Member, International PHTLS Division
Board member, National AHA Program Administration
Past Region III - PHTLS Coordinator (17 western states)
Adjunct Faculty, UND, Hospital Preparedness/Decon courses (contract with U of MN)
Past member, Equipment Advisory Committee - ND DES / Homeland Security
Board Member - Infragard/FBI Board, ND Chapter
Member - BPOE, Bismarck Elks
Surveyor, NDHA Emergency Preparedness Hospital Site Visit Team
Member - ND Infragard/FBI Chapter
Registered Contractor, BNSF & CP Rail a -Rail Safe System
Member, ND Association of Emergency Managers
Member, MonDak Safety Network (Oil & Gas group) — Watford City, ND
Other Volunteer Organizations:
American Red Cross, more than 500 volunteer hours donated
Past Volunteer - Drayton Ambulance Service
Past Volunteer - Mandan Rural Fire Department
Past member, Bismarck Rural Fire & Rescue Department
Donated numerous hours to charity auction sales
Donated time as Housing Coordinator, Bismarck Bobcat NAHL Hockey Team
Past Patrol Director, Huff Hills Ski Patrol
Assisted with youth church activities for Children
Past Registered Lobbyist for North Dakota EMS Association
Past member, North Dakota CISD Team
Volunteer Flood Response Group Leader - Red River Valley
Volunteer, Special Olympic Programs
Past President, Blue Lake Association- Mercer, ND
Awards Received (partial list):
Appreciation Award from ND EMS Association, serving with State Health Dept, 1991
Award of Emergency Cardiac Care of Excellence, American Heart Association, 1994
PHTLS Achievement Award, Tampa Florida, October 1995
Merit Award, Kansas Emergency Medical Services Association, Hutchinson KS, 1996
Vice -President, ND EMS Assoc., Appreciation award for serving 1993-1997
ND EMS Instructor of the Year award, 1997
ND EMS Association, Founders Award, 1999
American Heart Association - 20 years of service & Natl. Faculty Term, 2002
ND EMS Association - Appreciation for serving as President 1997-2002
Appreciation Award, Natl American Heart Assoc., serving on PROAD Comm., Dallas TX - 2003
Fire Fighter of the Year Award, Bismarck Rural Fire Dept, 2004
Monarch Award, for leadership during flooding activities, St. Alexius Medical Center - May 2009
WorkForce Safety & Insurance Achievement, SMP Program, Bismarck, ND, January 2010
PHTLS Appreciation Award for years of service, Las Vegas, NV, October 2011
OMNI Intermedia Award, Television Commercial/PSA - 2012
Bronze TELLY Award, Television Commercial/PSA - 2013
Aurora Award, Television Commercial/PSA - 2014
Current Position:
I am currently doing consulting work under the company name of Heartland Consulting Group,
located in Bismarck., ND. The company provides; training, exercises, planning, consultation,
response and recovery services to the upper Midwest region. The group manages grants, works with
Homeland Security projects, provides safety& security programs, and more. Experience on projects
involving EPCRA & Environmental issues. Clients include governmental agencies, private
companies, and healthcare facilities.
For the past four years I held the position as Manager of the Safety, Emergency Preparedness &
Response division of Wenck Associates, Inc, Mandan, North Dakota. As a Manager, my role
included overseeing the programs for Safety projects, Emergency Preparedness, grant writing and
grant management, conduct exercises, instructing courses such as; Hazardous materials, Safety, Bank
5 Radio, Decon, Incident Command, fire extinguisher, exercises, plan writing, health & safety,
Hazardous Materials Flow Studies, and more.
My staff and myself are leaders in writing Emergency Preparedness & Operation plans, Emergency
Response Plans, Tier II planning, conducting Safety Training, performing Safety & Security
Assessments, teaching First Aid/CPR/AED, mitigation planning, Active Shooter programs, Health &
Safety, and are the finest support staff in the region. I have been working closely with numerous
companies in the oil and gas fields in western North Dakota, and building relationships, marketing,
and presenting proposals. Marketing our programs was a large part of my responsibilities.
I have 37 years of Safety, Emergency Management, Security, EMS, Fire Service, ICS, Healthcare,
Environmental & Hazmat response experience. Being only in my early 50's, an explanation is usually
necessary - I started my career when I was 15 years old and participated in an EMT course, and joined
a volunteer ambulance service.
Our company has several contracts with Class 1 railroads to support them with emergency response
for train derailments. This would include, serving as incident command post support staff, and more.
I currently serve on the North Dakota Incident Management Assistance Team (IMAT). This team
responds to assist local cities, counties and occasionally private industry during times of disaster
events.
Prior to working with Wenck Response and Wenck Associates, my immediate past job was serving as
the Director of Safety, Security & Emergency Management at St. Alexius Medical Center, in
Bismarck, North Dakota. In this position I coordinated all safety education, monitored employee
injuries & exposures, conducted life safety rounds, worked closely with regulatory agencies, and The
Joint Commission, served as the Work Force Safety & Insurance (WSI) rep, worked with Hazardous
material programs, worked with the US Secret Service for VIP visits to the area, compiled worker
injury data, investigated employee injuries and accidents, and more. Within my portfolio I also
served as the Manager for the Security department and managed armed Security officers, providing
security coverage around the clock to patients and visitors, and for more than 3000 employees and
ancillary support staff.
My job at the medical center required I coordinate security training including the Taser program,
Non-violent Pt Crisis Intervention program, surveillance by cameras, chain of custody with the
Morgue and more. In my role as the Emergency Management Director I assumed the duties of the
Incident Commander during emergencies, coordinated training, wrote grants from FEMA/Homeland
Security, the CDC, from private grant agencies, taught Hazmat courses, and coordinated disaster
exercises. I have been teaching the Incident Command System for more than 20 years. I was also
designated as the hospitals Bioterrorism Coordinator. I managed 26 F l'E's and PTE's in three
departments. I served in this position for 11.5 years.
On occasion, I contracted or consulted with private companies such as Bartlett and Jones Publishing
Company, ND Game & Fish Department, North Dakota Hospital Association, Mosby Publishing
Company, and others.
Further Career Path Information:
During my 21 year tenure at St. Alexius, I also served as the EMS Coordinator and provided the EMS
Education both initial and refresher programs, attended numerous state fire schools, as well as taught
Auto Extrication classes. I was one of eleven members who served on the Executive Council of the
International PHTLS (prehospital trauma life support) organization, which was present in 32 countries
throughout the world at that time. While working with this group I had the opportunity to travel
throughout the US including Alaska, and to three other countries which included a two week trip to
Argentina.
The EMS programs at St. Alexius, under my direction, grew to be the largest and busiest EMS
education department in the state, managing 28 different EMS programs with 15 staff members
working with me. Along with the EMS duties, I also served as the Disaster Coordinator at the
Medical Center. I served in this capacity at St. Alexius for 9.5 years.
I also served as a fire fighter for 12 years as a member of the Bismarck Rural Fire & Rescue
Department, and retired from that department in May of 2010. While on the BRFD, I served as a fire
fighter and Extrication Rescue Technician. I also conducted annual training to credential the fire
fighters in EMS certifications.
In my prior position with the North Dakota Department of Health, Division of Emergency Health
Services, I served as the state Testing Team Representative, conducted ambulance inspections,
managed state EMS programs, and wrote numerous grants and curriculum. I implemented the first of
its kind, state-wide Auto Extrication program funded by NHTSA/ND DOT $850,000 grant. I
implemented the first Air Medical Crew Program in the state. I served in this position for the State
Health Department for 4.5 years.
I also had the opportunity to respond with the Mandan Rural volunteer fire department when we first
moved to Mandan and served as a fire fighter there before moving to Bismarck and joining the -
Bismarck Rural Fire Department.
I moved to Bismarck from a position serving as the EMS Director for the Williston Fire & Ambulance
Service, in Williston, North Dakota. In this position I conducted the day to day business and
operations of the ambulance service within the fire department. I also coordinated all EMS education.
I responded to fire, Hazmat and EMS calls. I served as an Engineer on the fire department, conducted
fire inspections, and a Fire Medic with the ambulance service bringing many new EMS programs to
the department and instructing a number of them. This time period was during the second "oil boom"
in the Williston area. I held this position for 5.5 years.
Prior to working in Williston, I served as the EMS Director for the Pembina County Ambulance
Service, & as the County EMS Training Officer in Cavalier, North Dakota. I was responsible for the
daily operation and business of this county service along with staff coordination, payroll, and training
issues. I also worked within the Pembina County Memorial Hospital assisting on the floors and
working in the emergency room. I worked in these capacities for 3 years before moving to Williston.
In the beginning, my EMS career began by joining the volunteer ambulance service in my hometown
of Drayton, N D. I started my EMS career while 15 years old and still in high school. I drove twice
each week, forty miles to take an EMT class. After being on the service for about two years, I was
promoted to the Training Officer position, and served as the youngest training officer in the state at
that time. This first three years was the starting point for an enjoyable Emergency Services career. I
also worked at Lutheran Sunset Nursing Home as an orderly during summer vacations & weekends
while attending high school. I served in these roles for 3 years.
PRESENTER / SPEAKER ENGAGEMENTS (partial list):
Buenos Aires, Argentina - South America
Missoula, Montana
Baltimore, Maryland
McMinnville, Oregon
Saskatoon, Saskatchewan - Canada
Hutchinson, Kansas
Willimina, Oregon
Melbourne, Florida
Richmond, Virginia
Soldotna, Alaska
San Antonio, Texas
Blanco, Texas
Central Valley, California
Aberdeen, South Dakota
Rapid City, South Dakota
Jamestown, North Dakota
Fergus Falls, Minnesota
Lemmon, South Dakota
Bismarck, North Dakota
Minot, North Dakota
Fargo, North Dakota
Grand Forks, North Dakota
Dickinson, North Dakota
Rock Springs, Wyoming
Williston, North Dakota
Casper, Wyoming
*Many others too numerous to list.
Vita a kellnineth J nabuek
Ken joined the staff of the North Dakota Department of Emergency Services (NODES) in May,
1988 (Division of Emergency Management). During his 25 year tenure at NDDES he held various
positions mainly in the training and emergency management exercise fields.
His initial training responsibilities were to teach the FEMA Professional Development Courses. Alter the
terrorist attack on September 11, 2001 it was realized at all levels of government there was no uniform
system of responding to national disasters. Thus the development of the National Incident Management
System (NIMS) which included the Incident Management System (ICS).
Ken was influential in the implementation of NIMS and training first responders in ICS in North Dakota.
As a certified ICS instructor he has taught numerous ICS courses and conducted numerous ICS
Workshops. He coordinated with the North Dakota Association of Counties and the North Dakota
League of Cities team in teaching ICS to first responders throughout North Dakota.
He also held operational positions. He was active in the response and recovery of 16 Presidential
Declared Disaster events. He represented the state in working issues with federal disaster recovery
personnel including Congressional inquiries, community relations, pubic relations, individual assistance,
hazard mitigation, and public assistance. Assigned to the Planning Section, he headed up Contingency
Planning. As the Contingency Planners, the team had the responsibility to look ahead and make
recommendations to the State Command Staff on what may occur during the disaster so they could
make informed response decisions.
Ken retired from the NODES in 2012 and joined the staff at Wenck Associates where he prepared
Multi -Hazard Mitigation Plans for County Governments, conducted ICS 100-200-300-400 Courses,
served as an Emergency Management Exercise Facilitator, and developed Local Emergency
Operations Plans for County Governments.
In 2016 he joined Heartland Consulting Group (LLC) where he prepares Multi -Hazard Mitigation
Plans for County Governments, conducts ICS 100-200-300-400 Courses, serves as an
Emergency Management Exercise Facilitator, and develops Local Emergency Operations Plans
for County Governments.
Emplovm►en*
2016 -Present *eftior Emeruencv Preparedness Consultant. Hieartl nc(
Consultina Group, LLC (Part Time(
Contributions made to Heartland Consulting Group
• Prepare Multi -Hazard Mitigation Plans for County Governments.
• Conduct ICS 100-200-300-400 Courses as a ND Department of Emergency Services and
FEMA Instructor.
• Serve as an Emergency Management Exercise Facilitator.
• Develop Local Emergency Operations Plans for County Governments.
2012-2016, Emergency Preparedness Consultant, Wenck Associates (Pert
Ruiz
Contributions made to Heartland Consulting Group
1988 - 2012 North Dakota Department of Emergency Services. Bismarck,
North Dakota
Training and Enrols. Officer
Contributions made to the North Dakota Division of Emergency Management
• Served on a national team, which developed the Emergency Management Exercise Reporting
System (EMERS) in 1992.
• Instrumental in developing emergency management programs on the North Dakota Indian
Reservations.
• Instrumental in the development of the Emergency Management Degree Program at North Dakota
State University.
• Coordinated the development of an annual work plan format for local governments.
• Coordinated the development of the local emergency operations plan revised format for local
governments.
• Instrumental in the development of the Multi -Hazards Planning Program for Schools in North Dakota.
• Coordinated the development of North Dakota Citizen Corps Councils and the establishment of North
Dakota's first Community Emergency Response Teams.
• Developed and or coordinated with other agencies numerous statewide awareness campaigns
covering topics including severe weather, hazardous materials, homeland security, flood, and home
flood problems.
• Served as the Individual Assistance Officer from 1997 — 2000. During the 1997 Winter Storm
Disaster and 1997 Flood Disaster I coordinated emergency management activities with organizations
and agencies including the Federal Emergency Management Agency, Small Business
Administration, Minnesota Emergency Management, South Dakota Emergency maagement, the
Volunteer Organizations Active in a Disaster (VOAD) agencies, ND League of Cities, North Dakota's
53 Counties and four Indian Nations. I managed the 1997 Individual and Family Grant (IFG)
Program distributing over $13,000,000 to disaster affected individuals and families through a
temporary staff of almost 40 people. I also managed the IFG Program in flood disasters of lesser
magnitude in 1998, 1999, and 2000.
• Implemented and updated training record tracking systems.
• I have developed and given numerous presentations on Emergency Management and Homeland
Security to organizations which include the North Dakota Safety Seminar, American Red Cross,
North Dakota School Administrators, North Dakota School Boards Association, North Dakota County
Auditors Association, North Dakota League of Cities Convention, North Dakota Association of
Counties, North Dakota Fire Fighters Association, and others.
• I was a partner in implementing and developing and training the two North Dakota Type III Incident
Management Assistance Teams (IMAT).
1986 —1988 Office Machines and Furniture, Bismarck, ND
Outside Sales
1978 —1986 Knights of Columbus, Herbert A. Kappel Agency
Field Agent
1969 —1978 Grafton Public Schools
Classroom Teacher, Eighth Grade Social Studies
1970 —1979 North Dakota National Guard
Company Commander, 957 Engineer Company (FB), Grafton, ND
Company Commander, Headquarters and Headquarters Detachment, Bismarck, ND
Instructor, North Dakota Military Academy, Camp Grafton, Devils Lake, ND
Education
1969, Bachelor of Science Degree in Education with a major in Social Studies and a minor in
Psychology.
Earned 18 Semester Hours of Graduate Course Credit in Education through the University of North
Dakota.
Accreditations
Lifetime First Grade Professional Teaching Certificate
Professional Memberships
North Dakota Emergency Management Association
Past Professional Membershias:
President, Grafton Education Association
President, North Dakota Fraternal Insurance Counselors
Secretary, Missouri Slope Life Underwriters
Volunteer Experience
Knights of Columbus (Grand Knight, Grafton Council)
North Dakota Jaycees (State Secretary)
American Legion
Lake Isabel Improvement Association (President)
Bismarck Elks
Dorothy Moses PTO (President)
Wachter Middle School Parent Advisory Board
Cub Master, Cub Scout Pack 117
Church of Ascension, Parish Council President
Awards
Outstanding Public Service Award, Federal Emergency Management Agency
North Dakota National Guard Emergency Service Ribbon (civilian)
North Dakota Emergency Management Association Award (appreciation)
Partnership Recognition Award, North Dakota Department of Commerce, Rural Development Council.
Numerous Flood Recovery Recognition Awards.
Letters of accommodation dated March 29, 1996, April 1, 1996,
RICHARD J. HUMMEL
EMPLOYMENT HISTORY
Emergency Manager
Bottineau County 2004 — June 2017
Bottineax, North Dakota
• Coordinate resources and efforts in the event of an emergency, disaster, or other incident in Bottineau Co.
• Grant writing to obtain funds for planning, training, and emergency preparedness needs.
• Manage grant funds and other allocated department resources.
• Develop and evaluate disaster, emergency, and active shooter scenario -based training within Bottineau Co.
• Communicate and cooperate with ambulance services, fire departments, law enforcement, and other city
and county officials within Bonineau County.
• Certified instruction of National Incident Management System (NIMS) and Incident Command System
(ICS) Courses 100, 200, 300, 400, and 800 for Bottineau County agencies.
Spatial rah itiaa: 2015 - North Dakota Emergency Maia a rvtAn wdaatnAahist watAwrrrd
Municipal Judge
City of Bottineau 2007 — July 1, 2017
Bottineau, North Dakota
• Preside over and determine judgments for municipal court cases within the jurisdiction.
Consultant
Self Employed 2006 — Present
• Provide certified instruction of National Incident Management System and Incident Command
System Courses 100, 200, 300, 400, and 800 to communities outside of Bottineau County.
• Provide evaluation of disaster, emergency, and active threat full scale exercises for Wenck Associates.
• Assess, evaluate, and assist in the development of school emergency plans for the North Dakota Safety
Council including disaster, emergency, and active threat full scale exercises and active shooter scenario
training for school administrators and staff.
State Trooper
North Dakota Highway Patrol 1980 - 2005
Botthr aa, North Dakota
• Performed all necessary duties required of a state trooper to include, but not limited to, enforcing criminal
and traffic law, assisting motorists, accident investigation, preparing reports, and providing court testimony.
• Worked with city, county, state, and federal law enforcement agencies and local fire and ambulance
services.
• Specialized duties included: emergency vehicle operations instructor (EVOC) for NDHP troopers and the
ND Law Enforcement Basic class, member of the department tactical team, which is caunendy known as
the emergency response team.
Special : 2005 - North Dakota Highway Patrol MeritoriaKr Sem eAward
1985 - North Dakota Peace Officers Association 1_0 Saving Award
3909 GREENSBORO DRIVE BISMARCK, NORTH DAKOTA 58503
701201.0715 • hummelrm@gmait.com
Sheriff's Deputy
McLean County 1973 -1980
Garrison, North Dakota
• Provided law enforcement services and assistance to the residents of McLean County.
• Promoted to rank of sergeant during employment Lean.
Maintenance Technician North Dakota Department of Transportation 1971-1973
Garrison. North Dakota
• Maintenance of equipment, vehicles, and roads for the state of North Dakota.
Military Police Officer United States Marine Corps 1967 — 1970
• Served in Vietnam from June 1968 to October 1970.
• Rank of sergeant at the time of honorable discharge
EDUCATION
North Dakota Emergency Management Continuing Education
• Many Hours
North Dakota Law Enforcement Peace Officers Standards and Training
• 3,166 hours
Minot State University/Bismarck Junior College/North Dakota State University
• Completed 90 semester hours toward Associates Degree in Criminal Justice
CURRENT MEMBERSHIPS AND ASSOCIATIONS
2004 - Present
1973 - 2010
1975 -1980
North Dakota Emergency Managers Association
• President 2007-2008
North Dakota Peace Officers Association, Lifetime member
Member AMVETS, VFW, and American Legion.
• Current VFW Committer, Post #8688
Knights of Columbus
• Past Membership Director and past District Deputy
3909 GREENSBORO DANE BISMARCK, NORTH DAKOTA 58503
701.201.0715 • hummelrxn@gmail.com
Heartland Company References
Jim Albrecht, Emergency Manager
Kidder County
Steele, North Dakota
701-220-7532
Mary Senger, Emergency Manager
Burleigh County
Bismarck, North Dakota
701-222-6727
Wayne Beckman, Sheriff
Steele County
Finley, North Dakota
701-789-0990
SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING:
Weld County is seeking a contracted planning position to support the Office of Emergency Management,
the Weld County Local Emergency Planning Committee (LEPC) and the Northeast (NE) All- Hazards
Region. The contractor will help with community preparedness for risks associated with hazardous
materials transportation, support LEPCs in the NE Region of Colorado and support the collection and
routing of commodity flow information in Weld County and the NE Region.
This position is a grant -funded position and is estimated to take 1,040 hours to complete all deliverables.
The grant runs through Sept 30, 2018 and all deliverables need to be completed by the grant end date.
Contractors should have a good understanding of the SARA Title III Program, hazmat transportation risks
and assessments, Colorado Hazmat Transportation Routes and regulation, EPA Tier II Reporting and
requirements of the EPA's Emergency Planning and Community Right to Know Act (EPCRA).
Deliverables under this grant include:
1. Pipeline Operator Coordination: Identify all Pipeline Operators in Weld County and the
Northeast Region, and provide a complete and updated list of local, emergency and
Environmental Health and Safety (EHS) contacts for the companies. Provide Pipeline Operators
the appropriate LEPC information and meeting dates. Attend the Weld County Damage
Prevention Council meetings with OEM Staff to coordinate and share information related to
pipeline safety.
2. Hazardous Materials Transportation: IdentifyAi companies that transport and deliver
hazardous materials in Weld County and its communities. Once the transport companies are
identified, obtain contact information and list each Extremely Hazardous Substance (EHS) that
are delivered to businesses. Work with transportation companies and businesses to identify
delivery routes.
3. Community Risk Assessments: Complete a community risk assessment for each community in
Weld County based on the 2017 Tier ii Date obtained by the Weld County LEPC from the State of
Colorado. When the Risk assessments are complete, work with Weld County Emergency
Management staff to meet with community officials and present the assessments.
4. Capability Assessment and Gap Analysis: Complete a capability assessment and gap analysis
for each Fire District in Weld County based on the Weld County 2017 Tier II data.
5. Commodity Flow Studies (CFS): Complete three Commodity Flow Studies (conduct studies at
three different times during the 2018 year) In each of the following towns; Auk, Ft Lupton,
Platteville, Kersey, Hudson, and Windsor. The Commodity Flow Studies will be completed using
the CFS application used by Weld County Office of Emergency Management.
6. Weld County Local Emergency Planning Committee (LEPC) Support: Support the Weld
County LEPC by attending the quarterly meetings and developing one LEPC workshop. At the
meetings, provide status reports on the deliverables for the grant and information on assessments
and identified gaps. Coordinated with the State of Colorado Emergency Planning Committee
(CEPC) and the Weld County Office of Emergency Management on the development of an LEPC
workshop. Workshop should be completed by August 31, 2018.
7. Northeast Region LEPC Support: Contact each of the 11 counties in the Northeast Ali -Hazards
Region and establish a baseline status of their LEPC. Identify whether or not they are meeting the
EPA EPCRA requirements, and identify the status of their Hazmat Plan. If requested, meet with
BID REQUEST #B1800043 Page 9
the LEPC Chair for each county and identify how to help increase their membership, better meet
requirements, or other support needed, related to hazardous materials transportation.
8. Weld County Risk Management Plan (RMP) Facilities: Identify all Risk Management Plan
Facilities (RMP) in Weld County, coordinate meetings with each of the facilities, first responders,
and emergency management. Help to identify gaps in planning for the RMP facilities with first
responders, and work with Weld County Emergency Management to complete an Improvement
plan document based on risks identified at each meeting.
The contractor will be expected to coordinate and update the OEM director on a weekly basis, and will attend
weekly update meetings with Weld County OEM staff, 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 completed community Hazmat Risk Assessments.
Contractor will be required to provide their own equipment, and shall only be allowed to access county
property while escorted by OEM 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 position is
grant -funded, with the maximum amount set at $60,000.00. Funding is available for supplies and travel
reimbursements. All expenses must have prior approval by the Emergency Management Director.
The selection process for a contractor will be based on qualifications and experience with EPCRA, Tier II
reporting, hazard and risk assessments, Risk Management Plans, Hazmat and Transportation Safety as it
relates to Pipelines and Hazardous Material Safety, and familiarity with Weld County and the Northeast
Region of Colorado. Proposals should contain three references, relevant training, education, experience and
qualifications, including examples of related work and/or 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 #81800043 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. #BI800043.
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 Alb rAtici t s (414v'to � BY t)p_re.)C Part S/
J (Please print)
BUSINESS
ADDRESS I q 1 b fJ, /1fS .s d- -- 5;14_ /y DATE '7"4t,.usuIli .g/S''
CITY, STATE, ZIP CODE RisMayc. ), AID 5150f
f
TELEPHONE NO 70 7e —sr73 FAX AI/—43oy TAX ID# $(-ra(05$3(t
SIGNATURE E-MAILd /I Ira an €d.,-04.01 6.4.4t 1.3 -„i„ g
**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 #9843551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1— 8,
Derek Hanson, President/CEO
Smervency Predominate, Safety
and Homeland Security
1910 North 11th Street - Suite 14
Bismarck, ND 58501
Office Phone: 701.934-5173
Email: dhansoneheartlandconsultants.arg
unpredictable.
based Emergency
ies
it needs
a and Consulting'Group, K
1910 N. 11th Street Suite 14
-Bismarck, D 58561
HEARTLAND
CONSULTING GROUP. LLC
x�.
Emergency Preparedness,.
Homeland Security,
and Safety
en
ICS & NIMS Programs
Active Shooter Training
Hazwoper Training
Mass Casualty/Mass Fatality/Triage Courses
Plan Writing & Researching
Recovery Planning
Mitigation Planning
Business Continuity Planning
.Hazardous Materials Response Plans
Terrorism Prevention P€ gams~
Emergency Operations Planning
Safety & Security Programs
Healthcare Planning
Exercises
Customized for your local area &
ed‘'by experienced facilitators
Rehearsals
ises
zercises
Full Scale Exercises
Practice Sessions/Scenarios
SimCity Exercises
die Exercise
iting
of experience and diversestaft`'
the perfect Consultant for you
ency Management Consulting Services
Grant Writing & Grant -Management
Healthcare Emergency Preparedness Programs'a
Hazard Vulnerability Assessments (HVA's)
Regulatory Compliance (Joint Commission, NM,
EP/ OSHA, etc.)
Environment of Care Programs
Hazardous Materials Flow Studies
For a complete list of all our services,
visit our website at www.heartlandconsultants.org
Weld County HMEP SOW RFP October 17, 2017
Weld County is seeking a contracted planning position to support the Office of
Emergency Management, the Weld County Local Emergency Planning Committee
(LEPC) and the Northeast (NE) All- Hazards Region. The contractor will help with
community preparedness for risks associated with hazardous materials
transportation, support LEPCs in the NE Region of Colorado and support the
collection and routing of commodity flow information in Weld County and the NE
Region.
This position is a grant -funded position and is estimated to take 1,040 hours to
complete all deliverables. The grant runs through Sept 30, 2018 and all deliverables
need to be completed by the grant end date. Contractors should have a good
understanding of the SARA Title III Program, hazmat transportation risks and
assessments, Colorado Hazmat Transportation Routes and regulation, EPA Tier II
Reporting and requirements of the EPA's Emergency Planning and Community
Right to Know Act (EPCRA).
Deliverables under this grant include:
1. Pipeline Operator Coordination: Identify all Pipeline Operators in Weld
County and the Northeast Region, and provide a complete and updated list of
local, emergency and Environmental Health and Safety (EHS) contacts for
the companies. Provide Pipeline Operators the appropriate LEPC information
and meeting dates. Attend the Weld County Damage Prevention Council
meetings with OEM Staff to coordinate and share information related to
pipeline safety.
2. Hazardous Materials Transportation: Identify...al companies that transport
and deliver hazardous materials in Weld County and its communities. Once
the transport companies are identified, obtain contact information and list
each Extremely Hazardous Substance (EHS) that are delivered to
businesses. Work with transportation companies and businesses to identify
delivery routes.
3. Community Risk Assessments: Complete a community risk assessment for
each community in Weld County based on the 2017 Tier II Date obtained by
the Weld County LEPC from the State of Colorado. When the Risk
assessments are complete, work with Weld County Emergency Management
staff to meet with community officials and present the assessments.
4. Capability Assessment and Gap Analysis: Complete a capability
assessment and gap analysis for each Fire District in Weld County based on
the Weld County 2017 Tier II data.
5. Commodity Flow Studies (CFS): Complete three Commodity Flow Studies
(conduct studies at three different times during the 2018 year) in each of the
following towns; Ault, Ft Lupton, Platteville, Kersey, Hudson, and Windsor.
Weld County HMEP SOW RFP October 17, 2017
The Commodity Flow Studies will be completed using the CFS application
used by Weld County Office of Emergency Management.
6. Weld County Local Emergency Planning Committee (LEPC) Support:
Support the Weld County LEPC by attending the quarterly meetings and
developing one LEPC workshop. At the meetings, provide status reports on
the deliverables for the grant and information on assessments and identified
gaps. Coordinated with the State of Colorado Emergency Planning
Committee (CEPC) and the Weld County Office of Emergency Management
on the development of an LEPC workshop. Workshop should be completed
by August 31, 2018.
7. Northeast Region LEPC Support: Contact each of the 11 counties in the
Northeast All -Hazards Region and establish a baseline status of their LEPC.
Identify whether or not they are meeting the EPA EPCRA requirements, and
identify the status of their Hazmat Plan. If requested, meet with the LEPC
Chair for each county and identify how to help increase their membership,
better meet requirements, or other support needed, related to hazardous
materials transportation.
8. Weld County Risk Management Plan (RMP) Facilities: Identify all Risk
Management Plan Facilities (RMP) in Weld County, coordinate meetings with
each of the facilities, first responders, and emergency management. Help to
identify gaps in planning for the RMP facilities with first responders, and work
with Weld County Emergency Management to complete an improvement plan
document based on risks identified at each meeting.
The contractor will be expected to coordinate and update the OEM director on a weekly
basis, and will attend weekly update meetings with Weld County OEM staff, 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 completed
community Hazmat Risk Assessments.
Contractor will be required to provide their own equipment, and shall only be allowed to
access county property while escorted by OEM 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 position is grant -funded, with the maximum
amount set at $60,000.00 for personnel costs. Funding is available for supplies and
travel reimbursements, mileage will be reimbursed at .525 per mile . All expenses
must have prior approval by the Emergency Management Director.
The selection process for a contractor will be based on qualifications and experience
with EPCRA, Tier II reporting, hazard and risk assessments, Risk Management Plans,
Hazmat and Transportation Safety as it relates to Pipelines and Hazardous Material
Weld County HMEP SOW RFP October 17, 2017
Safety, and familiarity with Weld County and the Northeast Region of Colorado.
Proposals should contain three references, relevant training, education, experience and
qualifications, including examples of related work and/or 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.
Coo,
CO %
COLORADO
Department of
Transportation COVER SHEET
CDOT LOCAL AGENCY FLOOD PROJECT
REQUEST FOR REIMBURSEMENT, CERTIFICATION
SECTION I - Contract Data
Local Agency:
Weld County
Address:
1150 0 Street
Greeley, CO 80631
Project Number:
ER C030-067
Employer (FEIN) ID Number:
Subaccount No.:
20480
Reimbursement Request #:
8a
Date:
2/12/2018
Local Agency Invoice Number:
53/58A
Billing Period From :
4/1/20171 To:1 8/31/2017
Task Order Information based on Exhibit C:
Total Task Order Amount:
$ 631,197.00
RIGHT OF WAY:
UTILITIES:
DESIGN:
$ 631,197.00
ENVIRONMENTAL:
MISCELLANEOUS:
CONSTRUCTION:
Total:
$ 631,197.00
Task Order Share/Distribution:
Task order work should be entered into one of
In very few cases, the dollar amount will be split
Emergency Repairs before 3/30/2014
the three categories below based
between more than one category.
Emergency Repairs after
on the type of work and the timeframe in which it occurred.
3/30/2014 Permanent Repairs (Anytime)
Amount:
Amount:
Amount:
$ 631,197.00
Federal Share (@ 100%):
$ -
Federal Share (@ 82.79%):
$
Federal Share (@ 82.79%):
$ 522,568.00
Local Agency Share (@ 8.605%):
$ -
Local Agency Share (@ 8.605%):
$ 54,314.50
State Share (@ 8.605%):
$ -
State Share (@ 8.605%):
$ 54,314.50
SECTION II - Incurred Costs This Period
Total to Date
Amount Remaining
RIGHT OF WAY:
$ -
UTILITIES:
$ -
DESIGN:
$ 54,125.52
$ 699,233.82
$ (68,036.82)
ENVIRONMENTAL:
$ -
MISCELLANEOUS:
$
CONSTRUCTION:
$ -
Total Cost: $ 54,125.52 $ 699,233.82 1 1 $ (68,036.82)1
SECTION III - Billing This Period Total to Date
Total Cost: $ 54,125.52 $ 699,233.82
Minus Local Agency Match (@ 0% or 8.605%): $ 4,657.50
1 5 60,169.07 I
Amount Payable to Local Agency: $ 49,468.02 $ 639,064.75
I certify that this Reimbursement Request are the true and actual costs, is within the scope of work authorized in the executed Task Order, is in compliance with
the FHWA Emergency Relief Manual (May 31, 2013 Update), and the current executed Local Agency IGA.
Signature of Local Official:
� ., /
Print Name and Title:
Roy Rudisill, Director Weld ounty OEM
Local Agency Finance Contact (name and
number)
Barbar Connolly (970)256-4000 x4445
CDOT USE ONLY
SAP PO It: Amount Approved by CDOT for Payment (See
m----- - - - attached Request for Reimbursement Comment
SAP 0/L Agreement #:
Spreadsheet COOT Form RFR 2):
CMS #:',
Invoice Parked by (date):
t
SAP Doc Number:
Page 1 of 1
COOT Form RFR 1 8/14
Weld County HMEP SOW RFP October 17, 2017
Weld County is seeking a contracted planning position to support the Office of
Emergency Management, the Weld County Local Emergency Planning Committee
(LEPC) and the Northeast (NE) All- Hazards Region. The contractor will help with
community preparedness for risks associated with hazardous materials
transportation, support LEPCs in the NE Region of Colorado and support the
collection and routing of commodity flow information in Weld County and the NE
Region.
This position is a grant -funded position and is estimated to take 1,040 hours to
complete all deliverables. The grant runs through Sept 30, 2018 and all deliverables
need to be completed by the grant end date. Contractors should have a good
understanding of the SARA Title III Program, hazmat transportation risks and
assessments, Colorado Hazmat Transportation Routes and regulation, EPA Tier II
Reporting and requirements of the EPA's Emergency Planning and Community
Right to Know Act (EPCRA).
Deliverables under this grant include:
1. Pipeline Operator Coordination: Identify all Pipeline Operators in Weld
County and the Northeast Region, and provide a complete and updated list of
local, emergency and Environmental Health and Safety (EHS) contacts for
the companies. Provide Pipeline Operators the appropriate LEPC Information
and meeting dates. Attend the Weld County Damage Prevention Council
meetings with OEM Staff to coordinate and share information related to
pipeline safety.
2. Hazardous Materials Transportation: Identify. companies that transport
and deliver hazardous materials in Weld County and its communities. Once
the transport companies are identified, obtain contact information and list
each Extremely Hazardous Substance (EHS) that are delivered to
businesses. Work with transportation companies and businesses to identify
delivery routes.
3. Community Risk Assessments: Complete a community risk assessment for
each community in Weld County based on the 2017 Tier II Date obtained by
the Weld County LEPC from the State of Colorado. When the Risk
assessments are complete, work with Weld County Emergency Management
staff to meet with community officials and present the assessments.
4. Capability Assessment and Gap Analysis: Complete a capability
assessment and gap analysis for each Fire District in Weld County based on
the Weld County 2017 Tier II data.
5. Commodity Flow Studies (CFS): Complete three Commodity Flow Studies
(conduct studies at three different times during the 2018 year) in each of the
following towns; Ault, Ft Lupton, Platteville, Kersey, Hudson, and Windsor.
Weld County HMEP SOW RFP October 17, 2017
The Commodity Flow Studies will be completed using the CFS application
used by Weld County Office of Emergency Management.
6. Weld County Local Emergency Planning Committee (LEPC) Support:
Support the Weld County LEPC by attending the quarterly meetings and
developing one LEPC workshop. At the meetings, provide status reports on
the deliverables for the grant and information on assessments and identified
gaps. Coordinated with the State of Colorado Emergency Planning
Committee (CEPC) and the Weld County Office of Emergency Management
on the development of an LEPC workshop. Workshop should be completed
by August 31, 2018.
7. Northeast Region LEPC Support: Contact each of the 11 counties in the
Northeast All -Hazards Region and establish a baseline status of their LEPC.
Identify whether or not they are meeting the EPA EPCRA requirements, and
identify the status of their Hazmat Plan. If requested, meet with the LEPC
Chair for each county and identify how to help increase their membership,
better meet requirements, or other support needed, related to hazardous
materials transportation.
8. Weld County Risk Management Plan (RMP) Facilities: Identify all Risk
Management Plan Facilities (RMP) in Weld County, coordinate meetings with
each of the facilities, first responders, and emergency management. Help to
identify gaps in planning for the RMP facilities with first responders, and work
with Weld County Emergency Management to complete an improvement plan
document based on risks identified at each meeting.
The contractor will be expected to coordinate and update the OEM director on a weekly
basis, and will attend weekly update meetings with Weld County OEM sty
provide monthly status reports on project deliverables. The contractor will also ...a
presentation to the Weld County Multi -Agency Coordination (MAC) Group on completed
community Hazmat Risk Assessments.
Contractor will be required to provide their own equipment, and shall only be allowed to
access county property while escorted by OEM Staff. The contractor will op
independent contractor, and shall not be entitled to unemployment or other
afforded to Weld County Employees. This position is grant -funded, with the maxi
amount set at $60,000.00 for personnel costs. Funding is available for supplies and
travel reimbursements, mileage will be reimbursed at .525 per mile . All expenses
Must have prior approval by the Emergencv Manaoement_Director.
The selection process for a contractor will be based on qualifications and experience
with EPCRA, Tier II reporting, hazard and risk assessments, Risk Management Plans,
Hazmat and Transportation Safety as it relates to Pipelines and Hazardous `LL al
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: January 29, 2018
Subject: BID #B1800043
The office of Emergency Management has reviewed the BIDs provided for the contract planning
position related to the Hazardous Materials Emergency Planning Grant. OEM recommends the
BID from Heartland Consulting Group LLC. Based on the experience and ability to meet the
scope of work within the grant timeline.
Roy Rudisill
Weld OEM
18
66-t0OlS
BID Review #61800043
1/16/2018
EPCRA
Tier II reporting
H&R Assessment
Weld County familiarity
NE Region
Base Tactical
X
X
?
X
?
Hartland Consulting
X
X
X
X
Reviewed by Roy Rudisill
DATE OF BID: JANUARY 12, 2018
REQUEST FOR: OEM PLANNING CONTRACTOR
DEPARTMENT: OEM
BID NO: #61800043
PRESENT DATE: JANUARY 17, 2018
APPROVAL DATE: JANUARY 31, 2018
VENDOR
BASE TACTICAL DISSATER RECOVERY, INC
3860 CARR STREET
WHEATRIDGE, CO 80033
HEARTLAND CONSULTING GROUP, LLC
1910 NORTH 11TH STREET - SUITE 14
BISMARK, NORTH DAKOTA
OEM WILL REVIEW THE PROPOSALS.
WELD COUNTY PURCHASING
1150 O Street Room #107, Greeley CO 80631
E-mail: rturf(cr�weldgov.com
E-mail: reverett(aweldoov.com
E-mail: mwalters a(�weldoov.com
Phone: (970) 400-4216,4222 or 4223
Fax: (970) 304-6434
START FINISH
DATE DATE
ASAP SEPTEMBER 30, 2018
ASAP SEPTEMBER 30, 2018
2018-0207
EM Oo
01/t,
Hello