HomeMy WebLinkAbout20153408.tiffDEPARTMENT OF BUILDINGS AND GROUNDS
PHONE: (970) 304-6531
FAX: (970) 304-6532
WEBSITE: www.co.weld.co.us
1105 H STREET
P.O. BOX 758
GREELEY, COLORADO 80632
December 30, 2015
To: Board of County Commissioners
From: Toby Taylor
Subject: Change Order #1 for Property Assurance — 822 7th Street Demolition
During the demolition of the interior of 822 7th Street, the contractor discovered more flooring that
contained asbestos. This change order is for the cost to remove this additional flooring material while
still mobilized. The change order for the scope of work is for $6,383.00
Buildings and Grounds is recommending approval of this change order.
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
/4//ie
66: 6& (-ri)
O2o/5J
6 o6' 7
Englewood, Co 80110
December 29 , 2015
PropertYAssuran ce
RESTORATION • REPAIR
water - fire • mold • biohazard
bed bugs • reconstruction • domeetion
3858 S Kalamath St Office 303-888-6113 Fax 303-233-0353
Change Order Proposal Submitted To: Mr. Toby Taylor
Weld County Dept of Purchasing
1150 O Street
Greeley, Colorado 80631
RE: Bid Proposal For: Change Order for increased quantity of flooring materials
containing asbestos that require abatement. Material was discovered in First Floor
Annex. This additional work will require 4 additional days to complete.
Specifications & Scope of Work and Bid Costs
1. This Proposal is to cover additional costs for the removal and proper disposal of
additional flooring materials discovered.. Materials include additional floor tile and
sheet vinyl flooring materials. 450 SF of sheet vinyl flooring and 15 SF of floor tile
and mastic under the floor tile . State regulations will require work to be completed
within a full containment with full engineering controls. Final air clarances are
included and will be performed by an independent air sampling professional.
Our Original bid was $ 114,307.00
This Change Order $ 6,192.00
Increased bonding fee $ 191.33
PROPOSED NEW CONTRACT AMOUNT WILL BE $120,690.33
All work is guaranteed to be as specified, and the above work to be performed in accordance with the specifications per our contract.for above work
and completed in a substantial workmanlike manCuer. (Please, feel free to call me with any questions or concerns)
JOEL LEDERMAN, PROJECT MGR.
RE: CHANGE ORDER #1 FOR PROPERTY ASSURANCE (822 7TH STREET) DEMOLITION
ATTEST:
Weld
BY:
Deputy CI'rk to he
APP VEDAS F
Controller
B
APPROVED AS TO FORM:
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
ike Freeman, Chair JAN 0 4 2016
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
14.104
Director of General Services
ato/5-31/0
WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES
BETWEEN WELD COUNTY & PROPERTY ASSURANCE COMPANY, LLC
822 '7114 STREET INTERIOR DEMOLITION
THIS AGREEMENT is made and entered into this � day of /1botoi tor, 2015, by and between
the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of
County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to
as "County," and Property Assurance Company, LLC., who whose address is 3858 S Kalamath St.,
Englewood, CO 80110 hereinafter referred to as "Contractor".
WHEREAS, Weld County is in need of demolition of the interior of the building at 822 7th St.
(hereinafter referred to as the "Project"), and
WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake the
project, and
WHEREAS, County requires an independent contract construction professional to perform the
construction services required by County and set forth in Exhibits A and B
WHEREAS, Contractor is willing to perform and has the specific ability to perform the required
Construction Services at or below the cost set forth in Exhibit B
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill,
expertise, and experience necessary to provide the equipment, materials and services as set forth below;
NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the
parties hereto agree as follows:
1. Introduction.
The terms of this Agreement are contained in the terms recited in this document and in Exhibits A
and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically
incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement,
including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's
willingness and ability to meet those requirements.
Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B 1500176".
The RFP contains the specific requirements of County.
Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms
Contractor's obligations under this Agreement.
2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary
for the Project and agrees to diligently provide all services, labor, personnel and materials
necessary to perform and complete the Project described in Exhibit A which is attached hereto and
6YeAlzsit alioth -
ia- 7-024/5
6e-: -r-r) a0/5-3407
At- -86040/7
incorporated herein by reference. Contractor shall coordinate with, the Weld County Director of
Buildings and Grounds or other designated supervisory personnel, (the "Manager"), to perform the
services described on attached E�chibits A and B. Contractor shall faithfully perform the work in
accordance with the standards of professional care, skill, training, diligence and judgment provided
by highly competent Contractors performing construction services of a similar nature to those
described in this Agreement. Contractor shall further be responsible for the timely completion, and
acknowledges that a failure to comply with the standards and requirements of E�chibits A and B
within the time limits prescribed by County may result in County's decision to withhold payment
or to terminate this Agreement. In its sole discretion, the County, by the Director of the
Department of Buildings and Grounds or his or her designee, may extend the time for the
Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall
not increase the compensation to be paid to the Contractor nor change any other term herein.
3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by
County, and shall continue through and until Contractor's completion of the responsibilities
described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the
laws of the State of Colorado prohibit County from entering into Agreements which bind County for
periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of
this Agreement, County shall notify Contractor if it wishes to renew this Contract.
4. Termination. County has the right to terminate this Agreement,with or without cause on thirty (30)
days written notice. Furthermore, this Agreement may be terminated at any time without notice upon
a material breach of the terms of the Agreement. However, nothing herein shall be construed as
giving Contractor the right to provide materials (or services) under this Agreement beyond the time
when such materials (or services)become unsatisfactory to the County.
If this Agreement is terminated by County, Contractor shall be compensated for, and such
compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has
submitted and which have been approved by the County; (2) the reasonable value to County of the
materials which Contractor provided prior to the date of the termination notice, but which had not
yet been approved for payment; and (3) the cost of any work which the County approves in writing
which it determines is needed to accomplish an orderly termination of the work. County shall be
entitled to the use of all material generated pursuant to this Agreement upon termination.
Upon termination, County shall take possession of all materials, equipment, tools and facilities
owned by County which Contractor is using, by whatever method it deems expedient; and,
Contractor shall deliver to County all drawings, drafts or other documents it has completed or
partially completed under this Agreement, together with all other items, materials and documents
which have been paid for by County, and these items, materials and documents shall be the property
of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT-
INCOMPLETE."
Upon termination of this Agreement by County, Contractor shall have no claim of any kind
whatsoever against the County by reason of such termination or by reason of any act incidental
thereto, except for compensation for work satisfactorily performed and/or materials described herein
properly delivered.
5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing
signed by both parties.No additional services or work performed by Contractor shall be the basis for
additional compensation unless and until Contractor has obtained written authorization and
acknowledgement by County for such additional services. 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.
6. Compensation/Contract Amount. Upon Contractor's successful completion of the construction of
the Project, and County's acceptance of the same, County agrees to pay an amount no greater than
$114,307.00, which is the bid set forth in E�ibit B. Contractor acknowledges no payment in excess
of that amount will be made by County unless a"change order" authorizing such additional payment
has been specifically approved by the Director of Weld County Buildings and Grounds, 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 Contractor under the terms of this
Agreement for any amount in excess of the sum of the bid amount set forth in E�ibit B. Contactor
acknowledges that any work it performs beyond that specifically authorized by County is performed
at Contractor'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.
CounTy will not withhold any taxes from monies paid to the Contractor hereunder and Contractor
agrees to be solely responsible for the accurate reporting and payment of any taxes related to
payments made pursuant to the terms of this Agreement.
Notwithstanding anything to the contrary contained in this Agreement, County shall have no
obligations under this Agreement after, nor shall any payments be made to Contractor in respect of
any period after December 31 of any year, without an appropriation therefore by County in
accordance with a budget adopted by the Board of County Commissioners in compliance with
Article 25, title 30 of the Colorado Revised Statutes,the Local Government Budget Law (C.R.S. 29-
1-101 et. seq.) and the TABOR Amendment(Colorado Constitution, Article X, Sec. 20)
7. Independent Contractor. Contractor agrees that it is an independent Contractor and that
Contractor's officers, agents or employees will not become employees of County, nor entitled to any
employee benefits from County as a result of the execution of this Agreement. Contractor shall
perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for
its acts and those of its agents and employees for all acts performed pursuant to this Agreement.
Contractor, its employees and agents are not entitled to unemployment insurance or workers'
compensation benefits through County and County shall not pay for or otherwise provide such
coverage for Contractor or any of its agents or employees. Contractor shall pay when due all
applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant
to this Agreement. Contractor shall not have authorization, express or implied,to bind County to any
agreement, liability or understanding, except as expressly set forth in this Agreement.
8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance
upon the particular reputation and expertise of Contractor. Contractor shall not enter into any
subcontractor agreements for the completion of this Project without County's prior written consent,
which may be withheld in County's sole discretion. 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. Contractor 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 Contractor by the
terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities
which Contractor, by this Agreement, assumes toward County. County shall have the right(but not
the obligation)to enforce the provisions of this Agreement against any subcontractor hired by
Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for
the acts and omissions of its agents, employees and subcontractors.
9. Ownership. All work and information obtained by Contractor under this Agreement or individual
work order shall become or remain (as applicable), the property of County. In addition, all reports,
data, plans, drawings, records and computer files generated by Contractor in relation to this
Agreement and all reports, test results and all other tangible materials obtained and/or produced in
connection with the performance of this Agreement, whether or not such materials are in completed
form, shall at all times be considered the property of the County. Contractor shall not make use of
such material for purposes other than in connection with this Agreement without prior written
approval of County.
10. Confidentiality. Confidential financial information of Contractor should be transmitted separately
from the main bid submittal, clearly denoting in red on the financial information at the top the word,
"CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must
comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot
guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of
County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any
such confidential information to any other person or entity without seeking written permission from
the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential
and proprietary nature of this confidential information and of the restrictions imposed by this
agreement.
11. Warranty. Contractar warrants that construction services performed under this Agreement will be
performed in a manner consistent with the professional construction standards governing such
services and the provisions of this Agreement. Contractor further represents and warrants that all
construction services shall be performed by qualified personnel in a professional and workmanlike
manner, consistent with industry standards, and that all construction services will conform to
applicable specifications.
In addition to the foregoing warranties, Contractor is aware that all work performed on this Project
pursuant to this Agreement is subject to a one year warranty period during which Contractor must
correct any failures or deficiencies caused by contractor's workmanship or performance. 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, Contractor shall submit to
County originals of all test results, reports, etc., generated during completion of this work.
Acceptance by County of reports, incidental material(s), and structures furnished under this
Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of
the construction of the project. In no event shall any action by County hereunder constitute or be
construed to be a waiver by County of any breach of this Agreement or default which may then exist
on the part of Contractor, and County's action or inaction when any such breach or default 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 construction completed under this Agreement shall
not be construed as a waiver of any of the County's rights under this Agreement or under the law
generally.
13. Insurance and Indemnification.
General Requirements: Contractors/Contract Professionals must secure, at or before the time of
execution of any agreement or commencement of any work, the following insurance covering all
operations, goods or services provided pursuant to this request. Contractors/Contract Professionals
shall keep the required insurance coverage in force at all times during the term of the Agreement, or
any extension thereof, and during any warranty period. The required insurance shall be
underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as
"A"VIII or better. Each policy shall contain a valid provision or endorsement stating"Should any of
the above-described policies by canceled or should any coverage be reduced before the expiration date
thereof, the issuing company shall send written notice to the Weld County Director of General
Services by certified mail, return receipt requested. Such written notice shall be sent thirty(30)days
prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall
be sent ten(10)days prior. If any policy is in excess of a deductible or self-insured retention, County
must be notified by the Contractor/Contract Professional. Contractor/Contract Professional shall be
responsible for the payment of any deductible or self-insured retention. County reserves the right to
require Contractor/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 Contractor/Contract Professional. The County
in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor
from liabilities that might arise out of the performance of the work under this Contract by the
Contractor, its agents, representatives, employees, or subcontractors. The Contractor is not relieved
of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to
obtain or maintain insurance in sufficient amounts, duration, or types. Any modification to these
requirements must be made in writing by Weld County.
The Contractor stipulates that it has met the insurance requirements identified herein. The
Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all
construction services provided, the timely delivery of said services, and the coordination of all
services rendered by the Contractor and shall, without additional compensation, promptly remedy
and conect any errors, omissions, or other deficiencies.
Indemnitv: The Contractor shall defend, indemnify and hold harmless County, its officers, agents,
and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type
or character arising out of the work done in fulfillment of the terms of this Contract or on account of
any act, claim or amount arising or recovered under workers' compensation law or arising out of the
failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The
Contractor shall be fully responsible and liable for any and all injuries or damage received or
sustained by any person, persons, or property on account of its performance under this Agreement or
its failure to comply with the provisions of the Agreement, or on account of or in consequence of
neglect of the Contractor in its construction methods or procedures; or in its provisions of the
materials reyuired 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 Contractor 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 Contractor agrees to waive all rights of subrogation against the
County its associated and/or affiliated entities, successors, ar assigns, its elected officials, trustees,
employees, agents, and volunteers for losses arising from the work performed by the Contractor 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 Contractor/Contract Professional shall obtain, and maintain at all times
during the term of any Agreement,insurance in the following kinds and amounts:
Workers' Compensation Insurance as required by state statute, and Employer's Liability
Insurance covering all of the Contractor's 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 Contractor or subcontractor is exempt under
Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the
appropriate sole proprietor waiver form.
Minimum Limits:
Coverage A (Workers' Compensation) Statutory
Coverage B (Employers Liability) $ 500,000
$ 500,000
$ 500,000
Commercial General Liability Insurance written on ISO occurrence form CG 00 01 equivalent,
covering premises operations, explosions,collapse and underground hazard,personal advertising injury,
fire damage, independent Contractors, products and completed operations, blanket contractual
liability, personal injury, and liability assumed under an insured contract. The policy shall be
endorsed to include the following additional insured language on the additional insured
endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated
entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers
named as an additional insured with respect to liability and defense of suits arising out of the
activities performed by, or on behalf of the Contractor, including completed operations" and the
minimum limits must be as follows:
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$2,000,000 products and completed operations aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Contractor/Contract Professional shall maintain limits of$1,000,000 for bodily
injuty 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.
Additional�rovisions:
Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must
provide the following:
i. If any aggregate limit is reduced by twenty-five percent (25%) or more by paid or
reserved claims, Contractor shall notify County within ten (10) days and reinstate the
aggregates required;
ii. Unlimited defense costs in excess of policy limits;
iii. Contractual liability covering the indemnification provisions of this Agreement;
iv. A severability of interests provision;
v. W aiver of exclusion for lawsuits by one insured against another;
vi. A provision that coverage is primary; and
vii. A provision that coverage is non-contributory with other coverage or self-insurance
provided by County.
For all general liability, excess/umbrella liability, liquor liability, pollution liability and
professional liability policies, if the policy is a claims-made policy,the retroactive date must be on or
before the contract date or the first date when any goods ar services were provided to County,
whichever is earlier.
Contractors/Contract Professionals shall secure and deliver to the County at or before the time of
execution of this Agreement,and shall keep in force at all times during the term of the Agreement
as the same may be extended as herein provided, a commercial general liability insurance policy,
including public liability and property damage, in form and company acceptable to and approved by
said Administrator, covering all operations hereunder set forth in the related Bid or Reyuest for
Proposal.
Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide
a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk
Administrator in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability,
liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as
an additional insured.
Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive
subrogation rights against County.
Subcontractors: All subcontractors, subcontractors, independent Contractors, sub-vendors, suppliers or
other entities providing goods or services required by this Agreement shall be subject to all of the
requirements herein and shall procure and maintain the same coverage's required of
Contractor/Contract Professional. Contractor/Contract Professional shall include all such
subcontractors, independent Contractors, sub-vendors suppliers or other entities as insureds under its
policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract
Professional agrees to provide proof of insurance for all such subcontractors, independent
Contractors,sub-vendors suppliers or other entities upon request by the County.
14. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or
claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign
or transfer its rights hereunder without such prior approval by County shall, at the option of County,
automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be
granted or denied at the sole and absolute discretion of County.
15. Examination of Records. To the extent required by law, the Contractor agrees that 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, and 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 Department of Buildings and Grounds, 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 reyuiring 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:
.��`�,�,►�nf.t-
Contractor: ��0 �''� ����
Attn.: President, �� 4, � v
Address:3�&' s� �a��M'L�,�n�"� �'►'� ��'`'`' � �o ��
Address: p Ar5�h�� ���
E-mail: �'e�� Tr"��
Facsimile: ��3� �33 r�3-s3
With copy to:
Name: S� �'��"�°`�
Position: `���j e�' �� �' � �c��v�� C� $U i/U
Address: ��ff S. �a�� I �
Address: ����� � �u•�
E-mail: ..��e.C�- �r 1 �
Facsimile: `,,�� 3--233--d3.s'3
County:
Name: Toby Taylor
Position: Director of Weld County Buildings and Grounds
Address: ll 0S H Street, Greeley, CO 80632
Address:
E-mail: ttavlor(cr�,weld og v.com
Facsimile:970-304-6532
18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws,
rules and regulations in effect or hereafter established, including without limitation, laws applicable
to discrimination and unfair employment practices.
19. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other
Contractors or persons to perform services of the same or similar nature.
20. Entire Agreement/Modifications. This Agreement including the E�chibits attached hereto and
incorporated herein, contains the entire agreement between the parties with respect to the subject
matter contained in this Agreement. This instrument supersedes all prior negotiations,
representations, and understandings or agreements with respect to the subject matter contained in
this Agreement. This Agreement may be changed or supplemented only by a written instrument
signed by both parties.
21. Fund Availability. Financial obligations of the County payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted and otherwise made available.
Execution of this Agreement by County does not create an obligation on the part of County to
expend funds not otherwise appropriated in each succeeding year.
22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507.
The signatories to this Agreement agree that to their knowledge, no employee of Weld County has
any personal or beneficial interest whatsoever in the service or property which is the subject matter
of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that
would in any manner or degree interfere with the performance of Contractor's services and
Contractor shall not employ any person having such known interests. During the term of this
Agreement, Contractor 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 Contractor to ensure compliance
with this provision may result, in County's sole discretion, in immediate termination of this
Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a
County Board, committee or hold any such position which either by rule, practice or action
nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor.
23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or
unenfarceable 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 sey., as applicable now or
hereafter amended.
25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the
terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall
be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any
claim or right of action whatsoever by any other person not included in this Agreement. It is the
express intention of the undersigned parties that any entity other than the undersigned parties
receiving services or benefits under this Agreement shall be an incidental beneficiary only.
26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid
until it has been approved by the Board of County Commissioners of Weld County, Colorado or its
designee.
27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto,
shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision
included or incorporated herein by reference which conflicts with said laws, rules and/or regulations
shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the
Weld County District Court shall have exclusive jurisdiction to resolve said dispute.
28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it
does not knowingly employ or contract with an illegal alien who will perform work under this
contract. Contractor will confirm the employment eligibility of all employees who are newly hired
for employment in the United States to perform work under this Agreement, through participation in
the E-Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-
102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work
under this Agreement or enter into a contract with a subcontractor that fails to certify with
Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to
perform work under this Agreement. Contractor shall not use E-Verify Program or State of Colorado
program procedures to undertalce pre-employment screening or job applicants while this Agreement
is being performed. If Contractor obtains actual knowledge that a subcontractor performing work
under the public contract for services knowingly employs or contracts with an illegal alien
Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual
knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate
the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within
three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the
subcontractor provides information to establish that the subcontractor has not knowingly employed
or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the
course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado
Department of Labor and Employment. If Contractor participates in the State of Colorado program,
Contractor shall, within twenty days after hiring a new employee to perform work under the
contract, affirm that Contractor has examined the legal work status of such employee, retained file
copies of the documents, and not altered or falsified the identification documents for such
employees. Contractor shall deliver to County, a written notarized affirmation that it has examined
the legal work status of such employee, and shall comply with all of the other requirements of the
State of Colorado program. If Contractor fails to comply with any requirement of this provision or of
C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated,
Contractor shall be liable for actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if
Contractor receives federal or state funds under the contract, Contractor must confirm that any
individual natural person eighteen (18) years of age or older is lawfully present in the United States
pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the
contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of
perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United
States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S.
§ 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. §
24-76.5-103 prior to the effective date of the contract.
29. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning
this Agreement, the parties agree that each party shall be responsible for the payment of attorney
fees and/or legal costs incurred by or on its own behalf.
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.
31. Public Contracts for Services C.RS. §8-17-101. For public contracts in excess of $500,000
annually, or for public contracts for road or bridge construction in excess of$50,000, Contractor
certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty
percent of the work under this Contract. "Colorado labor" means any person who is a resident of
the state of Colorado at the time of the public works project, who can provide a valid Colorado
driver's license, a valid Colorado state-issued photo identification, or documentation that he or she
has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the
eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado
labor is available to perform the work, and this requirement would create an undue burden that
would substantially prevent the work from proceeding to completion. This section shall not apply
to any project which is funded in whole or in part with federal funds, or where otherwise contrary
to federal law.
Acknowledgment. County and Contractor acknowledge that each has read this Agreement,
understands it and agrees to be bound by its terms. Both parties further agree that this Agreement,
with the attached Exhibits A and B, is the complete and exclusive statement of agreement between
the parties and supersedes all proposals or prior agreements, oral or written, and any other
communications between the parties relating to the subject matter of this Agreement.
INrWITNESS WHEREOF, the parties hereto have signed this Agreement this day of
Alkiet 10.✓f , 2015.
CINTRACTOR:
S/A.P.A.
By: 4 L
N. e:
Title: ✓ M4'
Date I(' Mr/c
WELD CO T �,,/
ATTEST: �,� �. �LD•K. BOARD OF COUNTY COMMISSIONERS
Weld s Clerk to the : s and WELD COUNTY COLORADO
BY:
Deputy Cle ' to the Bo
arbara Kirkmer, Chair/ DEC 0 7 2015
APPROVED AS TO FUND PROVED AS TO SUBSTANCE:
'Rau.
APPROVED
County Attorney
Controller ted 4 fficial or Department Head
Director of General Services
old /.S o3'f°
The undersigned, by his or her signa#ure, hereby acknowledges and represents that:
1. The bid proposed here'rn meets atl of the conditions, specifications and special provisions set forth
in the request for proposal far Request NO. #61500776.
2. The quotations set forth herein are exclusive of any federal excise taxes and a!I 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 brd submitted, all of the documents of the Request for Proposal contained herein
(including, but not limited to the product specifications and scope of services}, the formal
acceptance of the bid by Weld County, and signature of the Chair of the Board of County
Commissioners, together constitutes a con#ract, with the contract date being the date of signature
by the Chair of the Board of County Commissioners.
5. Weld County reserves the right to reject any and all bids, to waive any informafity 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.
F1RM _ � 6�t�' � '(._ �'I-_'� !`��S L�/F���'
BUSINESS
ADDRESS �zj��J .�-�-�%} ��..�-C,�}���� �
CITY, STATE, ZIP CODE �� �- . � �� � �
TELEPHONE NO 5�5�� �r-��'ZFqX 3
� {� �_TAX ID#��'(�-�
PRINTED NAM ND TITLE �.. , � ���N �;V Q �� �" �,lj� �
\ �-, J
SIGNATURE
E-MAIL � d'_ �j��, �-$ , .
JATE_ It'"�°--��1—�� �
"'THE�ItECESSFUt BIDDER'SHALL PROVIDE A W-9 IF NOT ALREADY 4N FtLE**
WELD CQUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS#98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -9.
BID REQUEST#B1500176
Page 11
.��ti...�,, - -�-�--F - � e- _ =� �
_ _ �x�+,ti�� '�
�-t_ _.�.�,._� _
; � `. . -
REQUEST FOR BID _ ,�� -ig�� '��-'
WELD COUNTY, COLORADO
1150 O STREET --
GREELEY, CO 80631
DATE: SEPTEMBER 22, 2015 -���:'. k�� U-�' T �
BID NUMBER: #81500176 '�� � �������-' r�.�
, ��-.
DESCRIPTION: 822 7"'ST INTERIOR DEMOLITION
DEPARTMENT: BUILDINGS &GROUNDS DEPT
MANDATORY PRE-BID CONFERENCE DATE: 10/7l15 @ 1:30 PM
BID OPENING DATE: 10/21/15 @ 10:00 AM
1. NOTtCE TO BIDDERS:
The Board of County Commissioners of Weld County, Colorado, by and through its Director of
Generai Services (collectively referred to herein as, "Weld Count�'),wishes to purchase the
following: 822 7T" STREET INTERIOR DEMOLITION.
A mandato pre-bid conference will be held at 1:30 p.m., on Wed. October 7, 2015,at the building
site, 822 7 Street, Greeley CO 80631. Bidders must participate and record their presence at the pre-
bid conference to be allowed to submit bids. Toby Taylor will handle this project. Please call purchasing if
you have any questions on the location. (970-356-4Q00 x4223 or x4222)
Bids w�l be received at the Office of the Weld County Purchasing Department in the Weld County
Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: (Ocbol�er 21,2Q'15[a�10:00 am
(Weld Countv Purchasina Time Clockl.
PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE
REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN
PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8.
2. INVITATION TO BID:
Weld County requests bids for the above-listed merchandise, equipment, and/or services. Said
merchandise and/or equipment shall be delivered to the Iocation(s) specified herein
Bids sha!! include any and all charges for freight, delivery, containers, packaging, less all taxes and
discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to
pay if awarded the bid.
You can find bid information on the Weld County Purchasing website at
http://www.co.weld.co.us/Departments/Purchasing/index.html located under Current Request for Bids.
Weld County Government is a member of the Rocky Mountain E-Purchasing System. The Rocky
Mountain E-Purchasing System (BidNet�) is an on-line notification system that is being utilized by
multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and
awards on thrs one centralized system.
Bid Delivery to Weld Counri— 3 methods:
1. Email. Emailed bids are preferred. Bids may be emailed to: b i d s@ w e I d g o v. c o m .
Emailed bids must include the following statement on the email: "1 hereby waive my right to
a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more
than one copy of the bid is requested,you must submitlmail hard copies of the bid proposal.
BID REQUEST#61500176 Page 1
2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must
include the following statement on the facsimile:"I hereby waive my right to a sealed bid. If
more than one copy of the bid is requested, you must submitlmail hard copies of the bid
proposal.
3. Mail or Hand Deliverv. Mailed (or hand delivered) bids should be sent in a sealed envelope
with the bid title and bid number on it. Please address to: Weld County Purchasing Department,
1150 O Street, Room#107 Greeiey, CO 80631.
Please call Purchasing at 970-336-7225 if you have any questions.
3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION
Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing
Department. Each bid must give the full business address of bidder and be signed by him with his
usual signature. Bids by partnerships must furnish the full names of all partners and must be signed
with the partnership name by one of the members of the partnership or by an authorized
representative, followed by the signature and title of the person signing. Bids by corporations must be
signed with the legal name of the corporation, followed by the name of the state of the incorporation
and by the signature and title of the president, secretary, or other person authorized to bind it in the
matter. The name of each person signing shall also be typed or printed below the signature. A bid by
a person who a�xes to his signature the word "president," "secretary," "agent," or other title without
disclosing his principal, may be held to be the bid of the individual signing. When requested by the
Weld County Director of General Services, satisfactory evidence of the authority of the o�cer signing
on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of
anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the
person signing the bid. All bidders shall agree to comply with all of the conditions, requirements,
specifications, and/or instructions of this bid as stated or implied herein. All designations and prices
shall be fully and clearly set forth. Alf blank spaces in the bid forms shall be suitably filled in. Bidders
are required to use the Proposal Forms which are included in this package and on the basis indicated
in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and srgned by the Bidder.
Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to
ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated
in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept
unopened in a secure place. No responsibility will attach to the Weld County Director of General
Services for the premature opening of a bid not properly addressed and identified. Bids may be
withdrawn upon written request to and approval of the Weld County Director of General Services; said
request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the
part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been
awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained
herein, failure to do so will be at the bidders' risk.
In accordance with Section 14-9(3) of the Weld County Home Ru{e Charter, Weld County will give
preference to resident Weld County bidders in all cases where said bids are competitive in price and
quality. It is also understood that Weld County will give preference to suppliers from the State of
Colorado, in accordance with C.R.S. §30-11-110 (when it is accepting bids for the purchase of any
books, stationery, records, printing, lithographing or other supplies for any officer of Weld County).
Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award
the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County
Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one
vendor.
In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the
Request for Proposal contained herern (including, but not limited to the product specifications and
scope of services), the formal acceptance of the bid by Weld County, and srgnature of the Chair of the
Board of County Commissioners, together constitutes a contract, with the contract date being the date
of signature by the Chair of the Board of County Commissioners.
BID REQUEST#61500176 Page 2
4. SUCCESSFUL BIDDER HIRING PRACTICES-ILLEGAL ALIENS
Successful bidder certifies, warrants, and agrees that it does not knowingly empioy or contract with an
illegal alien who will perform work under this contract. Successful bidder will confirm the employment
eligibility of all employees who are newly hired for employment in the United States to perform work
under this Agreement, through participation in the E-Verify program or the State of Colorado program
established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or
contract with an illegal alien to perform work under this Agreement or enter into a contract with a
subcontractor that fails to certify with Successful bidder that the subcontractor shal( not knowingly
employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shalt
not use E-Verify Program or State of Colorado program procedures to undertake pre-employment
screening or job applicants while this Agreement is being performed. If Successful bidder obtains
actual knowledge that a subcontractor performing work under the public contract for services knowingly
employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County
within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or
contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop
empfoying or contracting with the illegal alien within three (3) days of receiving notice. Successful
bidder shall not terminate the contract if within three days the subcontractor provides information to
establish that the subcontractor has not knowingly employed or contracted with an illegal alien.
Successful bidder shall comply with reasonable requests made in the course of an investigation,
undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment.
If Successful bidder pa�ticipates in the State of Colorado program, Successful bidder shall, within
twenty days after hiring a new employee to perform work under the contract, affirm that Successful
bidder has examined the legal work status of such employee, retained file copies of the documents, and
not altered or falsified the identification documents for such employees. Successful bidder shalt deliver
to County, a written notarized affirmation that it has examined the legal work status of such employee,
and shall comply with all of the other requirements of the State of Colorado program. If Successful
bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County,
may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for
actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. §24-76.5-103(3), if
Successful bidde�receives federal or state funds under the contract, Successful bidder must confirm
that any individual natural person eighteen (18) years of age or older is lawfully present in the United
States pursuant to C.R.S. §24-76.5-103(4), if such individual applies for public benefits provided under
the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under
penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the
United States pursuant to federal law, (b) shall produce one of the forms of identification required by
C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by
C.R.S. §24-76.5-103 prior to the effective date of the contract.
5. GENERAL PROVISIONS
A. Fund Availability: Financial obiigations of Weld County payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted and otherwise made
available. By acceptance of the bid, Weld County does not warrant that funds will be available to
fund the contract beyond the current fiscal year.
B. Confidential Infor►nation: Confidential financial information of the bidder should be transmitted
separately from the main bid submittal, clearly denoting in red on the financial information at the
top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity,
Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public
records, and cannot guarantee the confidentiality of all documents.
C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as
a waiver, express or implied, of any of the immunities, rights, benefits, protections or other
provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or
hereafter amended.
BID REQUEST#B1500176 Page 3
D. Independent Contractor: The successful bidder shall perform its duties hereunder as an
independent contractor and not as an employee. He or she shall be solely responsible for its acts
and those of its agents and employees for all acts performed pursuant to the contract. Neither the
successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee
of Weld County. The successful bidder and its employees and agents are not entitled to
unemployment insurance or workers' compensation benefits through Weld County and Weld
County shall not pay for or otherwise provide such coverage for the successful bidder or any of its
agents or employees. Unemployment insurance benefits will be available to the successful bidder
and its employees and agents only if such coverage is made available by the successful bidder or
a third party. The successful bidder shall pay when due all applicable employment taxes and
income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful
bidder shall not have authorization, express or implied, to bind Weld County to any agreement,
liability or understanding, except as expressly set forth in the contract. The successful bidder shall
have the following responsibilities with regard to workers' compensation and unemployment
compensation insurance matters: (a) provide and keep in force workers' compensation and
unemployment compensation insurance in the amounts required by law, and (b) provide proof
thereof when requested to do so by Weld County.
E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and
state laws, rules and regulations in effect or hereafter established, including without limitation, laws
applicable to discrimination and unfair employment practices.
F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be
applied in the interpretation, execution, and enforcement of the contract. Any provision included or
incorporated here'rn by reference which conflicts with said laws, rules and/or regulations shall be
null and void.
G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the
enforcement of the terms and conditions of the contract, and all rights of action relating to such
enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall
give or allow any claim or right of action whatsoever by any other person not included in the
contract. It is the express intention of the undersigned parties that any entity other than the
undersigned parties receiving services or benefits under the contract shall be an incidental
beneficiary only.
H. Attorney's Fees/Legal Costs: In the event of a dispute befinreen Weld County and the successful
bidder, concerning the contract, the parties agree that Weld County shall not be liable to or
responsible for the payment of attorney fees andlor legal costs incurred by or on behalf of the
successful bidder.
I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business
enterprises will be afforded full opportunity to submit bids in response to all invitations and will not
be discriminated against on the grounds of race, color, national origin, sex, age, or disability in
consideration for an award.
J. Procurement and Performance: The successful bidder agrees to procure the materials,
equipment and/or products necessary for the project and agrees to diligently provide all services,
labor, personnel and materials necessary to perform and complete the project. The successful
bidder shall further be responsible for the timely completion, and acknowledges that a failure to
comply with the standards and requirements outlined in the Bid within the time limits prescribed by
County may result in County's decision to withhold payment or to terminate this Agreement.
K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by
County, and shall continue through and until successful bidder's completion of the responsibilities
described in the Bid.
BID REQUEST#B1500176 Page 4
L. Termination: County has the right to terminate this Agreement, with or without cause on thirty
(30)days written notice. Furthermore, this Agreement may be terminated at any time without
notice upon a material breach of the terms of the Agreement.
M. Extension or Modification: Any amendments or modifications to this agreement shall be in
writing signed by both parties. No additional services or work perFormed by the successful bidder
shall be the basis for additional compensation unless and until the successful bidder has obtained
written authorization and acknowledgement by County for such additional services. Accordingly,
no claim that the County has been unjustly enriched by any additional services, whether or not
there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation
payable hereunder.
N. Subcontractors: The successful bidder acknowledges that County has entered into this
Agreement in reliance upon the particular reputation and expertise of the successful bidder. The
successful bidder shall not enter into any subcontractor agreements for the completion of this
Project without County's prior written consent, which may be withheld in County's sole discretion.
County shall have the right in its reasonable discretion to approve al� personnel assigned to the
subject Project during the performance of this Agreement and no personnel to whom County has
an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder
shall require each subcontractor, as approved by County and to the e�ent of the Services to be
performed by the subcontractor, to be bound to the successful bidder by the terms of this
Agreement, and to assume toward the successful bidder all the obligations and responsibilities
which the successful bidder, by this Agreement, assumes toward County. County shall have the
right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor
hired by the successful bidder and the successful bidder shall cooperate in such process. The
successful bidder shall be responsible for the acts and omissions of its agents, employees and
subcontractors.
O. Warranty: The successful bidder warrants that services performed under this Agreement will be
performed in a manner consistent with the standards governing such services and the provisions
of this Agreement. The successful bidder further represents and warrants that all services shall be
performed by qualified personnel in a professional and workmanlike manner, consistent with
industry standards, and that all services will conform to applicable specifications. In addition to the
foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this
Agreement is subject to a one year warranty period during which Contractor must correct any
failures or deficiencies caused by contractor's workmanship or performance.
The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free
from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and
conform to the minimum specifications herein. The successful bidder shall warrant that he has title
to the goods supplied and that the goods are free and clear of all liens, encumbrances, and
security interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage,
travel time, and service t�ucks used in the servicing (including repairs) of any of the goods to be
purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are
necessary for the first one (1) year period after said goods are first supplied to Weld County.
Bidder shall submit with their bids the following information pertaining to the equipment upon which
the bids are submitted:
1. Detailed equipment specifications to include the warranty.
2. Descriptive literature.
BID REQUEST#61500176 Page 5
P. Non-Assignment: The successful bidder may not assign or transfer this Agreement or any
interest therein or claim thereunder, without the prior written approval of County. Any attempts by
the successful bidder to assign or transfer its rights hereunder without such prior approval by
County shall, at the option of County, automatically terminate this Agreement and all rights of the
successful bidder hereunder. Such consent may be granted or denied at the sole and absolute
discretion of County.
Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or
failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is
due to any cause beyond its reasonable control, including but not limited to Acts of God, fires,
strikes, war, flood, earthquakes or Governmental actions.
R. Non-Exclusive Agreement: This Agreement is nonexclusive and County may engage or use
other contractors or persons to perform services of the same or similar nature.
S. Employee Financial Interest/Conflict of Interest—C.R.S. §§24-18-201 et seq. and §24-50-507.
The signatories to this Agreement agree that to their knowledge, no employee of Weld County has
any personal or beneficial interest whatsoever in the service or property which is the subject matter
of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that
would in any manner or degree interfere with the performance of the successful bidder's services
and the successful bidder shall not employ any person having such known interests. During the
term of this Agreement, the successful bidder shall not engage in any in any business or personal
activities or practices or maintain any relationships which actually conflicts with or in any way
appear to conflict with the full perFormance of its obligations under this Agreement. Failure by the
successful bidder to ensure compliance with this provision may result, in County's sole discretion,
in immediate termination of this Agreement. No employee of the successful bidder nor any
member of the successful bidder's family shall serve on a County Board, committee or hold any
such position which either by rule, practice or action nominates, recommends, supenrises the
successful bidder's operations, or authorizes funding to the successful bidder.
T. Severability: If any term or condition of this Agreement shafl be held to be invalid, illegal, or
unenforceable by a court of competent jurisdiction, this Agreement shall be construed and
enforced without such provision, to the extent that this Agreement is then capable of execution
within the original intent of the parties.
U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-
judicial body or person. Any provision to the contrary in the contract or incorporated herein by
reference shall be null and void.
V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid
until it has been approved by the Board of County Commissioners of Weld County, Coforado or its
designee.
W. Compensation Amount: Upon the successful bidder's successful completion of the service, and
County's acceptance of the same, County agrees to pay an amount no greater than the amount of
the accepted bid. The successful bidder acknowledges no payment in excess of that amount will
be made by County unless a "change order" authorizing such additional payment has been
specifically approved by the County's delegated employee, or by formal resolution of the Weld
County Board of County Commissioners, as required pursuant to the Weld County Code.
X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder
and the successful bidder agrees to be solely responsible for the accurate reporting and payment
of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall
not be entitled to bill at overtime and/or double time rates for work done outside of normal business
hours unless specifically authorized in writing by County.
____ -- __ _ _—
BID REQUEST#B1500176 Page 6
6. INSURANCE REQUIREMENTS
General Reauirements: Successful bidders must secure, at or before the time of execution of any
agreement or commencement of any work, the following insurance covering all operations,goods or
services provided pursuant to this request.Successful bidders shall keep the required insurance
coverage in force at all times during the term of the Agreement,or any extension thereof, and during any
warranty period. The required insurance shall be underwritten by an insurer licensed to do business in
Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid
provision or endorsement stating"Should any of the above-described policies by canceled or should any
coverage be reduced before the expiration date thereof,the issuing company shall send written notice to
the Weld County Director of General Services by certi�ed mail, return receipt requested. Such written
notice shall be sent thirty(30)days priorto such cancellation or reduction unless due to non-payment of
premiums forwhich notice shall be sent ten(10)days prior. If any policy is in excess of a deductible or
self-insured retention, County must be notified by the Successful bidder. Successful bidder shall be
responsible forthe payment of any deductibte or self-insured retention. County reserves the right to
require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or
self-insured retention to guarantee payment of claims.
The insurance coverage's specified in this Agreement are the minimum requirements, and these
requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants
that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities
that might arise out of the performance of the work under this Contract by the Successful bidder, its
agents, representatives, employees, or subcontractors. The successful bidder shall assess its own
risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The
successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract
by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The
successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that
it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to
these requirements must be made in writing by Weld County.
The successful bidder stipulates that it has met the insurance requirements identified herein. The
successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of
all materials and services provided, the timely delivery of said services, and the coordination of all
services rendered by the successful bidder and shall, without additional compensation, promptly
remedy and correct any errors, omissions, or other deficiencies.
INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers,
agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any
type or character arising 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 successful bidder to conform to any statutes, ordinances, regulation, law or court decree.
The successful bidder shall be fully responsible and liable for any and all injuries or damage received or
sustained by any person, persons, or property on account of its performance under this Agreement or
its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect
of The successful bidder in its methods or procedures; or in its provisions of the materials required
herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or
other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. ft
is agreed that the successful bidder will be responsible for primary loss investigation, defense and
judgment costs where this contract of indemnity applies. In consideration of the award of this contract,
the successful bidder agrees to waive all rights of subrogation against the County its associated and/or
affiliated entities, successors, or assigns, its etected o�cials, trustees, employees, agents, and
volunteers for losses arising from the work performed by the successful bidder for the County. A failure
to comply with this provision shall result in County's right to immediately terminate this Agreement.
BID REQUEST#B1500176 ;' Page 7
Tvpes of Insurance: The successful bidder shail obtain,and maintain at all times during the term of any
Agreement, insurance in the following kinds and amounts:
Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance
covering all of the successful bidder's employees acting within the course and scope of their
employment. Policy shall contain a waiver of subrogation against the County. This requirement shall
not apply when a successful bidder or subcontractor is exempt under Colorado Workers'
Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole
proprietor waiver form.
Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an
insured contract, and defense costs,with the minimum limits must be as follows:
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$2,000,000 products and completed operations aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Successful bidder shall maintain limits of$1,000,000 for bodily injury per person,
$1,000,00Q 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.
Successful bidders shall secure and deliver to the County at or before the time of execution of this
Agreement, and shall keep in force at all times during the term of the Agreement as the same may
be extended as herein provided, a commercial general liability insurance policy, including public
liability and property damage, in form and company acceptable to and approved by said Administrator,
covering all operations hereunder set forth in the Request for Bid.
Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate
of insurance, a policy, or other proof of insurance as required by the County's Risk
Administrator in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor
liability, and inland marine, Successful bidder's insurer shalt name County as an additional
insured.
Waiver of Subroqation: For all coverages, Successful bidder's insurer shall waive subrogation
rights against County.
Subcontractors: All subcontractors, subcontractors, independent contractors, sub-vendors, suppliers
or other entities providing goods or services required by this Agreement shall be subject to all of the
requirements herein and shall procure and maintain the same coverage's required of Successful
bidder. Successful bidder shall include all such subcontractors, independent contractors, sub-
vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors
maintain the required coverages. Successful bidder agrees to provide proof of insurance for all
such subcontractors, independent contractors, sub-vendors suppliers or other entities upon
request by the County.
The terms of this Agreement are contained in the terms recited in this Request for Bid and in the
Response to the Bid each of which forms an integral part of this Agreement. Those documents are
specifically incorporated herein by this reference.
BID REQUEST#61500176 Page 8
SPECIFICATIONS AND PROPOSED PRICING:
This bid is for the demolition services of space to accommodate a remodel at the building located 822 7tn
Street, Greeley, CO. Contractor shall be complete by December 15, 2015.
This is a turn-key project for interior demolition services (e.g. remove all sheet rock, ceiling grid, flooring
material, etc.) in the Annex building and the 1�`floor remodel area of the main building. The building has had
asbestos sampling performed. The attached report contains the information regarding asbestos containing
materials and appropriate mitigation requirements.
1. The building is at 822 7th Street, Greeley, CO. The areas where the demolition wif! occur are in the
Annex building and the 1gt floor of the main building where a remodel is forthcoming.
2. Project will include removal of all sheetrock from interior walls. Exception: interior of elevator shaft shall
not be removed and sheetrock behind wall mounted electrical panels shall remain.
3. Project will include removal of all flooring material and mastic.
4. Wall studs will remain.
5. Project will include removal of all ceiling grid and acoustical ceiling tile. �ights are to remain suspended
by wire.
6. Electrical changes are not anticipated. Therefore, electrical panels with sheetrock behind them shall
nat be removed.
7. Project will include removal of all restroom fixtures. Holes and water lines to be capped.
8. Project will include removal of store front offices at the 1 g'floor office area.
9. Project wilf include removal of all casework.
10.All demolition actions shall be completed by December 15, 2015 so the remodel can remain on
schedule.
11. Regarding the amount of asbestos materials (including materials with asbestos content of<1% or
>1%), estimated in both the Tower and the Annex Asbestos Inspection Reports respective�y, it is
recommended that the demolition contractor/asbestos abatement contractor verify the amounts of
such materials in the preparation of their bids. Contractors may confirm the amounts during the bid
walk-through. Price shall be all-inclusive.
12.All asbestos containing materials and other materials are to be removed from site and disposed of in
accordance with applicable directives.
13. Demolition is anticipated to be done during normal business hours. However, if the demolition noise of
the 1s`floor portion impacts adjacent businesses, then those operations will need to be done afterhours.
14. Permits must be included in price. Exception: Fees for permits through Weld County will be waived.
15. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory
requirements.
16. It is anticipated bid will be awarded on November 9, 2015.
17. Bids over$50,000 will require payment and pertormance bonds. These fees shall be included in bid
total.
18. Winning Bidder will be expected to enter into a contract (sample attached).
PRICING:
TOTAL $
START DATE
FINISH DATE
BID REQUEST#61500176 Page 9
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. #61500176.
2. The quotations set forth herein are exclusive of any federal excise taxes and all othe�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 the product specifications and scope of services), the formal
acceptance of the bid by Weld County, and signature of the Chair of the Board of County
Commissioners, together constitutes a contract, with the contract date being the date of signature
by the Chair of the Board of County Commissioners.
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
BUSINESS
ADDRESS
CITY, STATE, ZIP CODE
TELEPHONE NO FAX TAX ID#
PRINTED NAME AND TITLE
SIGNATURE
E-MAIL
DATE
**THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE'"*
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS#98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -8.
BID REQUEST#61500176 Page 10
Below are the answers to questions that occurred during the Q&A period for the 822 7th Street Interior
Demolition Services bid (B1500176).
1. In regards to the project referenced in the subject line, it appears that floor tile and mastic
adhesive required for asbestos abatement very well could exceed 160 square feet, the
permitting threshold. Therefore, final air clearance testing would be required per Regulation
8. During the mandatory job walk, it was indicated that final air clearance testing was not
required. Please advise on bidding procedure.
Answer: There were a series of questions regarding the air testing. The final answer
was that the vendors need to comply with all federal, state and local directives for the
appropriate handling, mitigation, and testing required for removal.
i
i•',.`��1I ^.`
�/!� ' �I "�'Y�.;�
;-/I_l
MANONEY ENVIRONMEMAL CONSULTTNCENC.
IGO7 IOrh a 1��M+E
GREELEt;COLORADO dBNI
9]0.JJ7-I6lJ,Fu 9�6,iS6A5N
Mr. Toby Taylor, Building Maintenance Coordinator
Weld County Building Dept.
P.O. Box 758
Greeley, Co. 80632 August 27,2015
RE: Asbestos Inspection—Annex Building, 822 7`�' Street,Greeley, Weld County, Co; MEC
2015.118
Mr. Taylor,
The following memo summarizes the asbestos inspection results for the vacant subject Annex
Building 822 7�'Street, Greeley, Co. Also, at this time an asbestos inspection of the vacant
portions of the adjacent first floor tower building (at the same address)was performed. The 1 St
floor tower report is provided in a separate memo report. A total of 69 building material
samples were collected in the annex building.
Scope of Work
The objective ofthis asbestos sampling was to determine the presence ofasbestos containing
building materials(ASBM) in the subject structure.
The asbestos inspection was requested based on the age ofthe building,constructed in circa 1974
according to the Weld County Assessor records. It is understood that the asbestos inspection
was performed as part of a planned remodeling of these areas.
The inspection focused on the accessible portions of the interior areas that may be disturbed
during the remodeling activities. Since the building was recently acquired by the client,the
client had only limited information regarding the original building plans, as-builts or remodeling
projects. MEC Inc. reviewed the building permit files for the subject address at the City of
Greeley building permit office for such information.
The 18,800 square feet annex building concrete has a concrete foundation and frame structure.
The interior wall areas typically have a metal interior stud frame. The building has a flat roof
and a `hot chilled water' HVAC system.
Background
The Weld County Assessor records(#096105315022) indicate that the building was constructed
in 1974. According to the Greeley Building Permit records,the following remodeling projects
were performed:
2/14/2001: l�Floor Plan
6/18/2002 2"d floor—interior office remodel with floor plan
12/8/2006 remodel/existing site plan, Anne�c, Police Substation floor plan;
MEC Inc 2015.137 1
1/30/2014 suite 200,remodel.
It is noted that the city records included permit information for other project, but the exact
location was not directly specified.
The finished area of the annex building consists of the following:
Walls: sheetrock with a smooth surface texture in the office areas and a non-textured finished in
bathroom, utility rooms, and other service rooms/ctosets.
Ceiling: the finished ceiling included sheetrock materials similar to the wall finishes in areas
such as the rest rooms, but the majority ofthe area had two distinct ceiling panel patterns by
appearance: large hole and a worm/hole pattern.
Flooring: the floors are either carpeted or 12x12 inch floor tiles. Floor tiles were either a light
gray or light brown patterns. The floor tiles were observed in bathrooms, eyuipment rooms,
janitor closets, break/kitchen areas.
No suspect materials were observed in the area above the suspended ceiling panels aside from
the foam insulated pipe wrap and fiberglass insulation.
General Information -Asbestos-Containing Material(ACM)
Asbestos is a generic term for a group of naturally-occurring minerals that separate into fibers.
1'he rrtost widely used in industry are chrysotile and amosite. Other types include crocidolite,
tremolite, anthophillite, and actinolite. According to the U. S.Environmental Protection Agency
(EPA), friable asbestos is asbestos-containing material that can be crumbled, pulverized, or
reduced to powder by hand pressure. As friable asbestos-containing material ages, it can lose its
cohesive structure and release fibers into the air.
Asbestos containing materials are defined by the EPA as materials with greater than(>) 1
percent (%)of asbestos. Materials with detected asbestos but at concentrations less than(<) 1
percent are considered as `trace' materials. Trace materials are not considered as asbestos
containing but appropriate precautions in handling or disturbing these materials are necessary as
required by OSHA.
Whether friable or non-friable,the primary goal in minimizing risk ofasbestos-related illnesses
is the identification and subsequent management of all ACMs present in a building. The
identification ofpotential asbestos containing materials, in public and commercial buildings, is
necessary to limits the releases ofasbestos fibers during demolition, remodeling, or renovations.
The entire building was considered a homogeneous area based on the 1992 remodeling project.
The following functional spaces: included the office areas, bath, and boiler rooms.
1�C Inc 2015.137 2
Asbestos Containing Materials Operations and Maintenance Plan
MEC Inc. was provided a copy of an Asbestos Containing Materzals Operations and
Maintenance Plan, (O&M) dated June I1, 2012,prepared by AEI Consultants, Walrrut Creek,
CA. Asbestos sampling was not performed as part of the O&M plan, and MEC Inc. was not
provided any prior asbestos sampling documentation for the subject building/area. Since an
asbestos inspection was not performed the O&M listed the following Suspect Asbestos
Containing Materials(SACMs). SACMs are materials that may contain asbestos but were not
sampled for confirmation. Such materials are considered as asbestos containing materials until
the respective materials asbestos content is determined by laboratory analysis.
Suspect Asbestos Containin�Materials, SACMs
Acoustic ceiling tiles; Spray-on acoustic ceiling;
Roof Mastic; Vinyl floor tile and mastic;
Carpet mastic; Cove base and mastic;
Drywall; Plaster;
Drywall Joint Compound; Thermal System Insulation;
All of the above materials were sampled in either the annex building or tower 1�` floor building
sampling except for roof mastic. In addition MEC Inc. sampled other potentially suspect
materials encountered during the site inspection such as the vinyl simulated paint texture wall
covering.
The O&M indicated the following with regarding to disturbing these materials: "No krrol,�rr
suspect ACM shall be disturbed or involved in any work, in arry way,prior to laboratory analysis
for asbestos content. "
Based on the results of this asbestos inspection asbestos was found in floor tiles and mastic;and
the wall finish white/joint compound materials.
Asbestos Sampling Results
MEC Inc. collected a total of sixty-nine(69)representative samples,which were analyzed at
Reservoir Labs, Denver, Colorado. The distribution summary of the sampling is summarized in
the table below.
Total# Wall Board Floor tile/ Ceiling TSI Baseboard Carpet
Samples Assembly mastic panels Fiberglass/ Molding /mastic
(WBA) mud elbow
1 st Floor 42 24 4 4 5 2 1
#Sample 6 3 0 0 0 0
+Asbestos
2nd Floor Z7 15 4 1 4 1 0
#Sample 9 3 0 0 0 0
+Asbestos
Asbestos ContainingFloor Tiles and Mastic
Asbestos was detected in floor tiles and black mastic, in the stair wells, mechanica(room, and
janitor closets in the 1 st and 2"a floors. The asbestos concentration were typically 2-3 % in the
MEC Inc 2015.137 3
floor tiles and 9-11 °/a in the black mastic. Newer floor tiles in the interior office areas such as
electricaUcommunication rooms did not contain asbestos. It is estimated that there is
approximately 800 square feet of asbestos containing floor tile and mastic materials in the
building.
Asbestos Containing Wall Board Assembly Materials
A total of thirty-nine(39) samples were collected from the wall board assembly materials
(WBAMs)on the 1�`and second floors. The walls were finished with a smooth texture; a splatter
texture;or vinyl wall coverings.
Asbestos containing compound materials were detected in 15 samples WBAMs, on both the first
and second floors. Based on laboratory description and/or field sampling observations the
asbestos was detected in the white compound materials commonly used to seal drywall joints or
cover nail holes. MEC Inc. collected samples of corner joint areas of the walls and the central
portions of the walls. The objective of such sampling was to determine if the drywall materials
or the finishing compounds used between drywall sheets or nail holes contain asbestos.
The WBAMs sampling detected asbestos in compound materials in fifteen(15) samples
associated with corner joints. These samples were subsequently analyzed via point count
analysis, ifthe bulk sample results were reported as `trace' (i.e. < 1%asbestos). Also, MEC Inc.
instructed the lab to calculate the `composite' asbestos concentration on all ofthe asbestos
WBAMs. The resultant `composite' asbestos concentration was<1% for all of the samples.
Therefore, based on the EPA regulations it MEC Inc. opinion that these WBAMs sampled are
not considered to be asbestos containing materials. However,the presence of asbestos in the
materials make the materials a potential hazard with respect to OSHA Worker Safety
Regulations. It is estimated that approximately 8000 square feet of these WBAMs of concern are
present.
Distribution of Materials Containing Asbestos
Wall Board Materials
First Floor, Annex Buildtng
Wallboard Assembly materials that were determined to contain asbestos on the first floor were
located around the janitor closet and east side exit hallway;the interior wall near the stairwell;
the west side entrance foyer, and the electric closet in the front ofthe building.
Floor tile and/or black mastic were found in the south stairwell landings and in the janitor closet.
The mechanical room area included areas with floor tile,without floor tile but exposed black
mastic,and black mastic areas coated with paint.
Based on a review ofthe City of Greeley Building permit plans, it appears that much of the
current floor finish likely was completed in the last 10 years.
The Asbestos Sampling Location Schematic illustrates the distribution ofthe asbestos containing
materials.
1V�C Inc 2015.137 4
Second Floor, Annex Building
Based on the sampling results it appears that the majority of all finish area on the 2"d floor are
constructed with WBAMs that contain asbestos. Wallboard Assembly materials that were
determined to contain asbestos on the first floor were located around the janitor closet and east
side exit hallway;the interior wall near the stairwell;the west side entrance foyer, and the
electric closet in the front of the building.
Floor tile and/or black mastic were found in the sound stairwell landing and in the mechanical
room. The mechanical room area inctuded areas with floor tile, without floor tile but exposed
black mastic, and black mastic areas coated with paint.
The Asbestos Sampling Location Schematic illustrates the distribution of the asbestos containing
materials.
Estimated Amounts of Materials
Floor WBAMs Floor Tile&or Mastic
OSHA Hazard
<1%
1 T Floor 2000 220 s ft
2°d Floot' 7363 575 s ft
Recommendation
Based on the results of this asbestos inspection, MEC Inc. recommends per the state regulations
that the identified asbestos materials should be removed in an appropriate manner. The asbestos
containing floor tile and mastic are considered to be asbestos containing material and therefore
the disturbance and removal ofthese materials are regulated by both the EPA and OSHA. It is
estimated that there is approximately 800 square feet of asbestos containing floor tile and mastic
materials in the Annex building. MEC Inc. did not confirm how much of these areas will be
disturbed in the remodeling activity.
The wall board assembly materials that contain asbestos, in the white compound at
concentrations of less than 1%, are essentially regulated by OSHA. The presence of asbestos in
the identified WBAMs white compound is not regulated by the EPA and is not considered an
asbestos waste. It is regulated by OSHA as a potential exposure concern for worker safety. It is
recommended that qualified personnel remove or disturb these materials, if necessary.
Please note,that additional sampling may be necessary to further quantify the distribution and
confirm the types of materials that contain asbestos.
It is estimated that approximately 9863 square feet of these WBAMs of concern are present.
However,the amount that will be disturbed during the remodeling activity was not confirmed.
It is recommended that MEC Inc. review and compare such plans with the sampling locations, to
determine if additional sampling is necessary. It is estimated that approximately 5000 square feet
MEC Inc 2015.137 5
of these WBAMs of concern are present. However, the amount that will be disturbed during the
remodeling activity was not confirmed.
As noted above, if suspect asbestos containing are encountered during the demo/remod, which
were not sampled during this inspection, it is suggested that these materials be sampled. Such
materials may include fire rated doors, elevator doors, mechanical equipment, and roofing
materials.
It is recommended that at a minimum the existing O&M Plan be updated or a new O&M Plan
prepared by the property owners and management.
MEC Inc. appreciates the opportunity to provide you with these environmental consulting
services. If you have any further questions, please contact me.
Thank yo
0.4
John Mahoney
Asbestos Inspector Certification Number: 10524
MEC Inc 2015.137
6
APPENDIX A
SITE SAMPLING SCHEMATIC
And FIGURES
MEC Inc 2015A37
7
i i �
� I i ;
; !.� � t � i
!.--�I j � i o � d � �
!L% �� � u C �u
u
'� i� � N u � d u I
� 1 I I y � !e � 3 Oc ` � 'L
�I � ! � a O Y � � �
I M �a� $ a o � � n
m m
I� i �p , ; � c � � � �, F,
b � � '�
O� i U a �, � d � � E �
I !
N ' : � i
i
� j� �'� - - � - - -
� � C �s:i� �� �a �°a , °°� °°� � �°°'o - � =a r Y °°� �°a °°�
i
W �L 00'i'^ �' h3' « � � � � N " � » � ' � N
N �a �i p a Ib � �� o �! � � € � a i � �. �° � � 3 9 o i � � � � a � a � � �$ ;� I = _� � �
a 10! „ E E ,t,
; u G o a o o s o o� a � � d v v d' d
� I �.O I A A'I 13 l0 A A I A A N� A m N A 1m0 Nm
� +' g �,I s � � `� `� g � E E E E E E E
�;..,
'� �; � �. � o 0 0 o a o e
O �; a;� � 8 � � � � �' � � � $ � � � � � � � � � � g
'o� `�`
w �; �� ;
J � ?
�1
Q 3 f' Q I �
� �I� i �
x �i�� ! �
Z v v o : �
� Q �j'—� i, ' � �
W � �
.. �� o � �
ai; i j a� � � . � _ ' ae a�
a � v� � � :. E = � � - �
N 'Q ,��' �� �� �' Y v a � � y I � u
Z �� N'� o 0 o c c o ol o 0 0 0 = o w o O O o c � c o c
— pp ti Q z z z z z z z! z z z z ;° a z � d1° E z z z z z ` E z z z
U ^I Y
N I�� i
� �, I ��z' i z i � !i i z LL z z a u. z z i
� � ' '
g° c , � ! , � � u g9
; �- «
i � �g o I c c � o c c $ u j > ≥ E o
! �j �� 3 3 E E n o i m n u a .�+ Yn � Ta aE � E
� I Q. '�a• m m a � u � � ''� c � � � � n 3 � � u � g
°' 3 3 > ≥ . ;� � E � v � m ;, y x = „
W in I C I t'�O .. �'m' u t°1i E i a�-, « � � ~ t� � „ '�p '«e c n W � � E �
J �` N i�I s q O �` � O � o�E $ O 9 p�? A a E S X E ,� C q O O Y C N H 9 I� � C
Q •f0 'O��, �� � �1 � t � � � a '`I` �' m n u�'�i °d .'� � x � � m� Y � � i� � a€ � � � x 3 Q� $
�— � Q'V 'F 3 �°, 3 S m �B 1° � 3 „ x°�a o 'f � � a 3 3 a � E � 3 �Y �3 3 3 � 3 3 �
I � Q �p' � I Y Y M q � � O
� �i+ ` �J jp j A N N � '6 = Y '� L C
:3 3 3 �
; l0 8 $ E � g gC LL = � ; ' ; � ; � ; � 3 3 � 8` � � t ta+ � � t
I � 6 6 � 6 6 6 �6 « S C � g p O W p W L r � N N N Y oJ Y Jp �Jp
N � N . . N N N
! I fl- O �o„ O � V � O O O O —O � i'i Z ' �^ � LL LL LL � � � = �
i � c c c t c c c j c « c c c c n�ni c � c N t t �, c d c L� c L� 'i `� '� "�
I (� N ���N � O � W �10 1 R �N �q �N N p R O 10 O � 0 � � � �F q �G C C C C
I�'� vf f df V u � f � � �f f f � � u g u � vug v� � o f of oN N N N g
f+ � C
C O I g�
3 �It �
F
�o j
� O'� ' �
�
a t�U/) V) f��/1 VVf 1V/1 1U/1 N I 1v/) Vvf 1�/1 iV/f N tU/1 VUf 1v/f V�1 N N Vvl N N Vv1 Vvi N t�U/)
� �I o �v� � � �. � � � �, � � � � 2 �c � � � � � � � � � � � �
I 'n �
O I� �
�; �'� f.°� I o .-� N rn v �n �o n ro rn o .. N m a �n
� z a I a e-I N M 'Q Vf l0 P� �p C1 e-1 �-1 �-1 �-1 r1 ei 'i ey ei N N N N N N N
m m m m m m m�� [� m m m m m m m m m m m m m m m m
°1 �� N � d � a d d �d a a a `� a d � d "d, d "d, d a a a a a a d
U �I� �n a a a a a a a� a a a a a a a a a a a a a a a ¢ a a
� i
I I �
o I ' I I —
y I
� � d � �
i � �
V
L �� a a�: a N E���� � �
n i a 'a : m 3 $� ,�`o. �
,o, o p� c �
; 00� tl0 �� ' p; `
� � � e I p 8 W � I � � « .. t�.
C N � � C ut '. C W N'; n
I I � I �
� � � r
m� i m� m� m v � m a m o m v m a m v m v m o v m v m m a m q
a � � a d � _ ,�' - d v - u - o u o u a c � 3
� � = a a a S a ?a � ?� °1
� � v x S I � �I � � � � � a � a �' x x x � Y � Y � r � � ~ � ~ � x � y � M
� 'o v � v o i � v � v v a v o v
m m I m ! m m m ml m m m m m m m
A � R N N W N i q q W q
� � ; E E E E EI E E � E E E E
c $ ' � ' � c c o; c c $ S o a
� � � �I � �� �� � ° � $o ° g� g � � � � �� � x� � � � � � � �
V' I U' U' l7 l! l7 l7� U' l7 V' ' J I
�
I � �
� � I
� i i
I �
� I
a � �
I i 6 ''n � o � �� m uK+ X
',", � � � � o � � � o � . Eo . Eo
� �p � I c ° P! � « � r I c Y! c �Y
E E � 2 � o o E o ° o R �
Y Y � ;; n v a ;; a � �� n �
p O m a C G:, � G O O O O O I 0 O O z C E E L Fa � C� O c � p L O O O
z z' c a z z z z z z z z z, z z Z 3 � S 3 °u 3 u z z� z 3 z 3 � z z z
t
� I j (
2 Z 2 2 Z 2 2 2 2 Z Z � u. LL
> p IC . c
� u � �� C � i
m N N �N t �p q � j
� ' , .� m 6 j
�� C _ � C C G I C C C C C G
C a n n �n •« 'Q' r n I $ �s � ;.Q o 'o ;Q ;Q �o
c �� N �a N ���� `o c c � a � Q 3 S e c c �c c c c c c
s � E ��" � � � � 9 � I E d d � s � !E g � § � 3
a d Y Y � y I d x � a� �° � $ v v a d d d a d d
3 3 � a � � �'c 3 �.`�+ 3 � 3 �'c i 'E 'E 'E 3 3 3 3 3 �3 3 3 3 3 3 3
g ' i
� � m ` E ;,
0 0 � � $� 8 !8 8 � 8 8 8 8 � g � � 8 8 ! " 8 y
� L C K C S 6' G U _ ` V V I y C OC � Q y L W
p N Y L 6� I Y � {': �u1 y �uj �y � Y � T > ? Si
N � dt W W V Y A r � w 10 N N I E Y Y� q � Y O
S a � � I� Q d �1 N a! a ' A 10 N O 5 3 '2 'j � Y �
aD ao I� f° � W � u. iLL a — 9 � ; 3. 3 �� �° `w m I ogc 9 _ 8 � N
LL iLL �i � u. i'i �� C C C �' « I me m i' Ti �4 � C Y
9 9 9 V pC yC O � ��p'' � � rn � V � Yn � C Tr 4
tV N N N g g I M N N N Y N N Y � Y I N � ti N N W W W !J _I 2 W e�-i � � y W
I I
I
V V V V V �..� V �..� V V V V V V V V V V� V V I V V V V V
N N VI N I 1/f 1N N V! Vf H I N N N VI VI I/1 VI VI �/f N VI Vf N � N
� � � � H HI H, � � � � � �j � � � � � � � �� � � � � � � �
i i
w n oo m o .+ N M a �n �o n oo I m o .-� ry m o �n �� r. ro rn o .� N m
N N N N m rn� m m m m m m m� m v a a v v v v� c� ct v vi in �n ui
m m m m m m I m m m m m m m� m m m m m m m m, t0 m m m m m m
Vf. 1A VI VI V/ VI V1 VI V1 N
a a a i a � g a d d� d c � � a � � � d a a d d d d
a a a a � al a a a a a a a a a a a a a a a' a a a ¢ a a a
! I �
I
� (
� 3
�
3 j c � o c
o � .°�' .°�' �v° �3
=' � > > > > ?
i g !�
O o
{J. ( R I � � � t
I �
� O
'O 00'$ 00 V =GO 9 oD O I� Ltl0 9.EO� 00� 00� L00 a =00 V =00 L LOD� Ltl0�O L00 C 00� a
- � .e �a = °�' - � � = a a a - a i a ?a x g =.$' _.� =a =a �
�3 Y � � � � � '�" � � �: � � � � � � � ; � « « ; � � « .�. ; « � « �
0 o v a c : � 'v 'v v 'v � � � v 9 �3 v � v 9 `0 `e �
�
W W Y Y V�i N 4 3� N N W W N L W W
00 00 tlC b0 00'� BO OD m m o0 00 OY �1 a0 00 00 N
N R N A N l N R N N 10 10 N 'D
E E E E E E E � E E E � E E E E �o
N N N A N N N W N N R N
O O O o a o O O o a a o a o O O 0
� � � � �' � � x � � � � � � � � r
a
I �
� �
`o ,�
I � O
'� a
c '—°
o a,
V L
� C O
� I d
� 2.° 2t a�Ei .�
s c y
� � �e � ye �
` $� o '.'' n$ n '8 n� NnoS ogNo ' `� � ar1 w m
Eo �' £ c Eo Eo Eo �,�, � v o .. u4o ,�i, o Eo y v
c r c � c 8 c « c °«! � c � °s3 � c � 8 � « c « � a
:� o q, o M ,�o O 0 8 E ° E �0 8 d ? a v "'
Y a y, °a Y $ � $ M a � Pi ;; n a � a a >
� C G L € O L E O O O Z C € L £ p t � E G t "p p E L � �= C
z z z 3 $ z 3 v z Z z 3 � 3 3 3 a a 3 � $ �. 3 n � a g 3 3 � �
>
�' `o
v C
� mp
LL �' L ,p
H �
�n —
N �
L
I C � � C
O jp —
c c c I c c � c c c c c c E o
b :Q 2 � £ ° � � 4 0 .Q ° o ° o w
g, �, dg ° �� ° � � I.� s � ° `°° � � � c
� m m �3 m I� M � m l� m r3 � � � � � c
3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 F g
� �i o
� I � m L � O � Y q � W
a o � � « p u w c �, �w, 2
A 'S V Y C C L « � N
`� � g Y V � \+�. u 3 � � " Yn N � O
� � V 4.Y Y � ' U � O d
y � c � ¢ I o Yn b E � E � N u u ; c c d
� � u
� w� � q C �y L ,y`J1 k L O � � V V C � 'O V � � 9 O 10
w B � �u' 3 E _ � 5 '� ≤ N N N O N ; � N � N C N � N
YI N
wL+ W
� 0 �
y O
i0 �
U U CJ U U� C! CJ {.J GJ GJ CJ U 61 CJ V 6J E
N tI1 t/f Vf �� N VI Y1 N UI Vf Yf �/f � N N y
� � � � �i � � � � � � � � g � � o �
_ E
— — � �
� Y
,. >
� N O
v �n �o n oo� m o .�, r+ m a �n �o n oo m
�n uii v� �n �n �n � �o � �o �c �c �n �o w �c ti ti
m m m m m m m m m m m m
� ¢ � � d i a � a d a a � � a a a z° z°
a a a a a a a a a ¢ k a a a a ¢ . .
_ o
� •� • �
�. ". •
ro .
x � �
. +� , .. '� ,y.
r� �
_ ` �' '
' � «'
'� ; _
f �-_ -}
^ 1
� Q �)
W � i Q L
� O
� H
� �'_'", 1(/ � ..��,,
�� ; � � ;; , d
,°, �� ��'�� a� � ,j ` O
d� ` �,_�--•.3 '-J
£� o ' �
i �
� � : � . �'�; "� z
f ;. � � ~ �, C��
i .y� :..i r•t �c
i� � .� s�; C
': �., Ez �s Q
j•.° ,� �
i� , m� � � �
:"'.
_.; � O Q
i.! �'N � s � W Z W �
J
�w-r � �.`1 (� Q � O
- ix�
� . ��,. u Q � F♦—/� U
i:• N X y T � � v' �
°u � XO � W
Ca , ;— � W � W
.-. � f' Z
'< 4' Jr: LLQ � ONOC7
� _
� �
• x
�
� � N
—' O �
�S N� Q y �tl1
� :1 �� . ..ir�"• �Q m � N N Qy�j
- �° t I � N 'C N S y l0 y
.� ~ .� _ �C � � �s��
� �C L fq N"' O
� � 'O ' � m��� y��
• �' ' , ' , � � �y «� lOF N N^
x��3 J a lLi �a ' � 9 9t t�'Q N N
� N '�j o-�'W
� � C �
�r` X fO �j lC0 O O�N W tC0
�```•�-', ^^ -� �� � �. �W�
. � � � �Q O
tp a m m n
' ' �1. ', Y� .L�. � ���
M�j �
W m Z $
� � ��p y p
W �N
� � C �� O�•�j
al �
�g' � � `�W � E�
U� � TT.�
co '4 �3� 0
' L � �
dm � $
j� �i �� � �
�� � L �¢Q
� 9a 0� �va �
E �
aaa���
, Q?E—
' �'mm33�
� �33z°z �
� °a�g� a�
i GEE �E-
� -3+0� `� � '�n
ag� g �, �
�����o
�Q¢<aZ
M
� O��
o !
M}
$
2
0
¢
O
O
-J
O
Z
a
2
O
e =
O
CO▪ O a
WZ w/
$CO g \0
< gee°
& mLu 0/W
tvbL�w
S2z
=
u_J®
cvcoU
o
APPENDIX B
LABORATORY ANALYSIS
MEC Inc 2015.137
8
Reservoirs Environmentai,Inc. EtfeaKive January 1,2015
Reservoirs Environmentel QA Manuel T1OAQC1Lab\Reservoirs Environmental OA Manu�.Eoc
RE- ��'� Reservoirs Environmental /nc.
T '
August 27, 2015 Subcontract Number: NA
Laboratory Report: RES 330130-2
ProJect#/P.O.�t 2015.137
Project Description: 822 7th St-Amex Bldg
Mahoney Environmental
1601 10th Avenue
Greeley CO 80631
Dear Customer,
Reservoirs Environmental, Inc. is an analytical laboratory accredited for the analysis of Industrial Hygiene and
Environmental matrices by the National Voluntary Laboratory Accredita6on Program (NVLAP}, Lab Code 101896-0
for Transmission Electron Microscopy (TEM) and Polarized Light Microscopy (PLM) analysrs and the American
Industrial Hygiene Association (AIHA), Lab ID 101533 - Accreditation Certificate #480 for Phase Contrast
Microscopy (PCM) analysis. This laboratory is currently proficient in both Proficiency Testing and PAT pragrams
respectively.
Resenroirs Environmental, Inc. has analyzed the following samples for asbestos content as per your request. The
analysis has been completed in general accordance with the appropriate methodology as stated in the attached
analysis table.The results have been submitted to your o�ce.
RES 330130-2 is the job number assigned to this study. This report is considered highly confidential
and the sole property of the customer. Reservoirs Environmental, Inc. will not discuss any part of fhis study with
personnel other than those of the client. The results described in this report only apply to the samples analyzed.
This report must not be used to claim endorsement of products or analytical results by NVLAP or any agency of the
U.S. Government. This report shall not be reproduced except in full, without written approval from Reservoirs
Environmental, Inc. Samples will be disposed of after sixty days unless longer storage is requested. If you have any
questions about this report, please feel free to call 303-964-1986.
Sincerely,
V�wL�� 'y��u�
Jeanne Spencer
President
P:303-984-1988 5801 Logan Street,Suite 100 Denver,CA SD218 1-8B6-RESI-ENV
F:303-477.1275 www.reileb.com
Page 1 of 1
N J
�ld � � Q C � O O � � O O Q7 O � O � Ga W�
2'� f0 Z � N r— �— �— � M c�_o
w
W� �•o � a ��
'a W� o
�
� 7Q U �
a�:?
�€ ��o 0 0 � �o o � � � � � N o O O � �
da E Zmow'' I- � �
� � V � A� O
H
� c �� �LL �
o �Q o
� zH� U
� 2�� Ta °.3 � C G O C G � � � C G G O
*' � R :,. 22ZZZZZ Z2ZZZ
C
to
g d E
�.. > �
° 0 W
V ••.........
O
�
� �
� e
�
.o�
�a o c.i o � oo
" CD 0D N 0O N 0O �A � N �
CU
Z
Q `°
N
W � �
� � �Z o
� m c o 8 5
9 � o m
� C� •�.a c � � N °
Z N L N C. � - a
W Q, � �
W -� � d N � y .y-.
�
N
(/� J � = rA o
C
� � > '-� m � 3 > > � o
O >. m a � a = � $, � a �
� m 3 E Q E 2' a E �
�
� d o O
W 0 O � � $ E � v � � v a�
N o '� a . o �.. � � . �'. c ..
W 1_ U w? w° o o �° o m � . o �o c�g �
� y kq � u? « « �? g? �i� � na; d m �
� 'o tttttr � t � �c :c :c
g � �o a � � � � � � � � � 5 � � �'
p c m � �¢�wce ¢ m U o w u. c9 ¢ m c.� o w �
V Q axi 'r° � �
(jJ � > E o M O �n (p `3
� � C Q N O> N ` �A iA �
Q �'q W � vf� r: r� n
r' �.ti v� e� — c� $ � r� v
Z M C r � ~N � � �tlJ 7 � r Q
V tq t � N Of Q = pl .C Z .a
A � � �.,
W � � N ONo Q W N Q J� W W �
a
.�
v� m
y o
J w
N
Z � a
� a a o v -v c
d
� J n '� ≥ T �
�a m � E uvi y 1° $
�� � Z0 � � �
� � h w N
�� d z m �a�i a � a �, ��
W W tii o a d � 'o m d �, n ,� � �
�� u� � � •• o,� m m �
m u� `m_ d a� :.' � Ew? d6 � ¢ ¢ � �3�
�� H �' UUU O � H � C) N2 Q Q � ai�
�
�� d o � � � oo � o � oo `r' a�'o � oow� ��
"� m z � d .- .- � � � � � .- �n�
�1° E o '� a ��
� jL `�
�� W'��j Q `��
>� �Q V �
� ��o 0 0 �ca � a � � `� � � rn � rn � � �
� yo � Z � oC�. 1- F- Hf-
ag °� � (� a:$ o
� � UFj QLL �
O �Q O
� o�� U
� z�� �, :: � coc o0 0000 000c
a � � A �. zzz zz zzzz zzzz
� �
� > �
d � W
U ._.__......
O
N
.�Q L°
ai �
Q =
�
�m o
�a " N b � N � r- N tn � � � N C�O
U
Z
Q
H �
�Z Q o
� � �
Z o � m
� �yp c �p o 8 'G
O �a C V .� d
7
� v y'` a � y $'
Wa W >.� � g
� � a a�'i o -� w N
t/� J � u? a' r'n �
� � � Y 3 � � � � �
≥ ° v - - v n = � a= � �
� m m o � 3 c � o $ � � $ � a
W 0 0 � a c+ a c � � n_c a � .� c �
W H V $ � �a, Q? � $ o m �a m a; o m o
� tn c � � :? ; d d a? c? a? a; a; :? �? �o
0 � �O L > L L L t t L L L L L
� � � a � � � 03 � � � � � � � � °;
o c 00 � �Q r w� ¢ m U a m Q m c� o ¢ m c� o �
c� Q d � � � ��,
W N •C � N � N I� CO � O (p
� M W a,�+ 1n�: 1� d � 1� I� ^ �
r' T^ V� N N .C 1� 1�' h' 1� -p
Z (M C � at+ �N � � W 3 � � � � p
O
� W � � N � a � � J � W W W W T
W K � aeoQWerQ �
a ��
N rn
N a
J �
Z O �
Q a c c
� � o v a�
�s 'J � 'a � T E
`a p�p � E uvi � c c4
�� � � Z � � Q �
J
� �
�
2` a z a�i a�i o, v o. ��, ��
�e W o a a � -o o `�° �, °' � m m m m � ��
� '� � � � � '� r m d d E E c n c n c n u� a ��
� G� tn a� c� m :; .. E A 3 4 Q Q 4 � ��
�� F- �' UUU � �' h�- O C� U� 2 Q Q Q Q � aii
�� >
N� C j+y-� \ O O OD (O OD � O O O O O O Z�
�,N O p C v O �- T � � 00 O � O O 6f W
�. '�a? Z.o c •- � � m m
�a y o �y Q ��
�� W� � ��
� �Q V �
� N�
w€ �o E z y o�e o � o 0 0 � a � o � o 0
� °f� � �:o 0
� N u. a
H
c c�'+� ¢ E
�¢ o
� ��E U
� z�~ � � E � Z Z N N N Z O Z Z Z Z Z Z
g � J �
O CO �+
W
V _........
�
� m d d �
d � �+ �. w
� � � � � e
� d
�
a � � � � �
��
�� �
M � O O O � M M c'� M f") a�0
U
Z
�
J � �o
� N
N �
CW m � V
6 �
Z o � 8
O � o ; m
� m c � 0 8 '5
� v �'a � •a � N a
Z a W t vvi a � � �
W -' � a o � � �
�
� � � 3 v o v v c�'i �+
� J Y C 3 3 3 j j � �
; >- � �f° 'o 'a a = v n �— a �
� z m °� 'o o' c� �• � c� � �• .=
v �o u�
W O � �a a a n
(/� o a�i � E E c c � �. .� o. � c w
W F' C� � w,° c�i c�i� .o �a � �° .o ;° o �o �
� O � m ,u? c?�� d � a; � �i � a; � °o
� O � L t L�' L L L L t L L L �
a d � a �'� 's � E � � � 3 � � � s' °;
�
U O m b T � J Q}W� Q C� U 0 U] LL Q C� U � W tL .�
LLJ N �'! [' o e'� O +°�-'
� C N p1 N N l0
Q M W w 1!f � n d � � �
I"' O T t� f/1 N 0 ` N � � � �
Z �+�j C � a�i �N � � �41 � � � 3
V N ,c � N rna = o� � Z �
� � � NONoa' we�aa -�' � w w �
a
.�
v_� o,
� �
�
J .�
�, Q a c �
° Y � a y d
a�
f J `m a,≥ N E
�a � � � � � �
�� � .n Z0 � ¢ $
� � �
�� a = a�i a�'i o, ii fl. N
N �
ww` � � � � � � m � � � �o �`�y
r� W o aaN � o � ., a� m m � �R
J � ;.:
�s m l!J N N N � � E «? � � 3 Q, �C � �
� ��
�� Fa-� � U U U O � h 0 V (� Z Q a H ai�
��
N c 3w'. � o O o ao o n o { o O O O �Z�
�� � z� c � o O o rn rn rn 4u o <n c� o w�
��
�a J � � a � � � ��
y O ��
U+ C
�� ,W-,¢ o
aym �
w L �j�o O O j �o O O O O O �- O � O O O O O
W �o � Z � OO N" � a- 0D V' t0
L' ❑ vF- �� O
� d d n �li a
c �2'i a E
o �Q o
� Q�� U
`� � O C N G N G N G G � � � C
z F-r- R ��
�t c � E �, zzz z zozzzz zz
� � > �.
a O �
W
U ...........
�
� d d �
i� L° ° ° n
� d
c � �
a � � � �
�r
_ � o
cna .- r� c� c� r� r� � � c�.� r�i v �n rn
U
Z
Q �
H
W ,Q, �
Z o �
� 9 0 � � g s
ti �n 'o � � 3 8,
> Q W �,'v p� �a � rn a
W � � aa`�i � � � � � �
c� g � � .
N .≤ O' y y �
a c `' c � � �
� � � Y � � o' _ 3 'O _ 3 � �
� � m � 3 ? 'o a� a— v �
� Z � 'o � r 'o � �. d � �. o a
� � o E a � � � � c a '� .� c d � a
W F' � c� m L c� .� .o � :a a? o � � $ g
� N fg � °•; � 3 a; m � � u? r? a? � a � �
� � �O L j� � L L L L L L L t C L
°' a � 003 � � � � � � � � � °'
Oc m � �¢>-w� ¢ m U o w � c9 ¢ m c� o Q m v
U Q d � � � '�
LLJ N > E � M O M �A
� p C a N O� N ` CO � (O �
H' O A� � N O i N � n � � �
Z M C r r �tl! tD � VJ 7 � � r�- �
O
U y t � N �Q = � � Z �
W a' rd N allo Q W N Q J � W W W �
a
.�
v_� 1°
V� o '
J L
w
Q �. C .. � •
� Y \ o � � c
m
�� J m .o- .� � E
`v � � � c� m o
�� � a z � � ¢ �
��
� �
�� 0�. z a�i a�i a v a '� ��
Ww a � � E � E d � � o •- m
"� � � •• aa � o � � ea� � � � ¢ �q
�� � W ,a a .a� � � E �' °' E � ¢ ¢ Q,c � ��
z� F- � UUU � � Hp C� t/1Z Q Q Q � aii
�x
: N� C j+N+ � � C0 O a0 O O i� O O 2 E
4; O p C � (O � O) O) O � O) O a0 W�
L� l0 � Z� C � !n m
Aj� £ � O K L
' O ��
¢ a
�� w.�c� E
�� �Q o �
yV U
We $'��o 0 0 �'w� � o O O O O O O O
�� N o E Z N 0 N" M � N
m � V � �� p
� � �� a" �
� � �Q o
Z�� V
�
m
� Z�~ ++ � e�ao Z N 2 o N Z Z o M Z Z �
a = m E o c o
.i+ > «
o O q
W
U .........
N
� m :: a� :3 a� ;::
d « a� «. a� «. »
� d
� � �' E �' E �' E
a � U V V U U V
.n r
�a ' o ao c�
� N � M � � V' t0 O�
U
Z
Q `°
F- g
�Z � o
� � �
Z o 8
.- ; �
� v o � 8 s
� m N
C1 Q- C V � 8'
� a W T'� -� W N a
W J G � N .� � w �
N a � � �' ` y N5�{,
� J Q � �.� a_ d b.
O � � Y � C N t0 -O � �
} m �, o �, a � �, .� � � � �
� 0° � -� a � = � � = �� a
w 0 � � � �° a w w n�..'. m a�
� � :c � E � �
y � V � �.
W y •= 33 � 3 � w .
� O e d 3 °" � � Q' a; a? -� o
a y 'a d � o � L � � L L � ai
g � m J � � O v
Q � m � J Q}w� Q Q o0 Q oD U Q t� U ip
V � y � = � '�
W �; > E o eo o � ao rn :3
�( t+� W +S �R� n; w � t^O c^D � �
F" O �'1� K� N � N B f` !� f� 1� -p
Z M � eM- � N � � I�If j � r � � �
U W � � N �a = � �N Z 2� � � � �,
W Q' g N allo Q W N Q J � W W W W �
a
.�
y `°
tA `o
� �
J �
Z O �
� Q a c �
� Y � o � v y
�a � � � � i` E
�� m E � d c $
� .n Z � � Q �
� � � �
�� a = a�i a�i Q v fl, �N �
ww d � Q � j � 41 � N <0 � � fQ �try
�� j � .. aa � o � � � a� `o� m m m Q ��
�� Q W .d d .� � y E � �' A � Q Q Q Q � ��
�a F- � UUU02F�- 0 Vf/� Z Q Q Q Q IW- ai�
�a C j w � O p O O O w�
C O O O f�
�,. �C � � z O � r 'a
t�a
. m� �- � O �'�
O � p,
�Q W C � ��
O
� O
$� �Q V '
m � N N
. W 2 jf� O O O j C o O O � � e0�
�. �� N oe E Z N O N••• F-
H � � F �� O
� c °c;� Q� �
�, o �Q O
� ?�� U
� Z�F= A � o C � �� � � Oo
� _ � �6'.�,. Z 1- O 2 F- o Z o
a � � E v v
a � �
W
� .........
� r .+
� 41 � d 3 r�
� � o U O C1 0
� � � o � o 0
� V a U a t�
�m o
(n n. `.' M I� aD � �
U
?
QN
~ C O
W �o o, �
Z o � �
O �
� o f° � g �
� o �� .=
a 3
� v •y•� �� � y
W � � a m � � � �
N
N � � � � � 7 c
J °� 3 �o u`�i a
� � p Y y � � � �
� � � t v n — � 3�
� m m 3 0 � m �
w � $ � »�
c
W p o � � � � � d
WI_ U a c°� w o '° o
� ln e� � a; d a; � N o
� � � a � � � � � ,�
O C � eD �Q}W� Q m C.> � W �
V Q d � � �
tIJ N > E o a'f O °''
�
m
� � C Q N Q� N ` �.. �
Q M W r 1lf � 1� 6� t�
Z M C M NL a+ p � ++ £ � C
ly r' a�. M tG � N � a- p
U N = r N �a = � l�0 Z � T
W � � N oawNa' � ° W �
a ��
v_� m
� o
� �
J �
Z Q �
�
� Y a o v v a�i
�� � � � � —'' E
� m � E � � Q �'
aa � Z
�� � � �J U N N �yl in
�� a Z N N Q. � a, �•, ��
u5 w � � � � � � Itl � (�O � Y
o a a r - m �
�� m � a�i a�i a�i d � E d � E � ¢ � ��
Q w -- •- •- m a� �o 0
�� I- d' UUU � 2h�- � U � Z Q MW- aii
�8 �� .-. >
�� m o � � � o o � � w�
�� E•o Z� o ��
� � ��
� w� E
� o
� 3a V
N r
W ��O O O y''N"\ � � tn �A
c d o E Z N O N" F� F- CO N
W p�H a� o
� ydu Qu. a
m c ��i
d � L°Q o
o� Q�� U
� Z F F = 3 !`�0 3� F_ �`! F-' �! Z Z �
� M � O O C
r �w
o C� W
V ...........
� .+ «
� d � m � �
d o U o U O
� � � _ � _ �
a � c=i a° � a° c°�
_� o
v�a -- cv r� v rn
V
Z
J
Fa- �
�Z 4 0
� � �
Z o �
� ; �
� m c o 8 0
� �
�
��Q � ; �,
� a W �T'V � �n a
LLZj � � a o w �
� �
� � � Y 3 � �
�
� m m � � 1° d �
w; � w
0
0
W Z � �- � m v a�
� � o � � c �.
W I_ U �Q o � �,a �
a' O � u? w � �; °o
� E �° a � � � � �
O c m � b -+Q>-w� ¢ m U � �c
U Q d � ` �
W p �C Q N OM'f N � .�.
� � l0
� �
'" t0 d M � +N' C � � E a C
V
Z M C � y � 7 y � 7
W O A 7 � 3 � �
� �nr � N c,ax �, � z �
W � � N � a' wNa' � ° w �
a
.�
v� �,
� a
J �
0
z O v
a Q a o � �
� Y • °�
g J N .Q .? � �
�� � � � � @ �
m c� E �n a� c
�� � Z � � Q �
�� a 3 a�i a�i °' °' y
z . . a � a >, ��
`S ° d c�o f° v
Q .. E � E �
o a a g
�� � �j y � � a�i t E � m E � ¢ � �R
�� F�a- � C� UU � � FO VVIZ Q � di�
o a � �w � O O O O O O CO �7 f� O Z�
�`� '� � L N � O � O N O t� O) e- O> c0 W
,�f E�' Z � p ��
o LL p.
�d W� � ��
� �a p _ , �
�p N� U �a`�
W S N o E Z y � y� O � O � � M � � � N �+��`'i� Q
w y� d d � G `
L' p v F. ,p� O c� � d
z ccmiL'i Q� E ��.Vlo c�o
°� � �°¢ o ��" c �
� p� N U �~S \
ZI-F- �0 «°7 '� GO � D � � GoNGN � o 7 n�
c� � � w � ZZ2ZHOZo Z 20 ..\` ;-� N
� �r�d+ > � V \ C
c7 :_.O W �`j Q
� ......... 1'.
� �.
�
Nar � « d ar ,.m_. ,
d O U O o o O �
� � � _ � � � E '�
�
� U a° U tLi C� U ,�'� „
�
� r �+ `° ��".
� � o �, � �'���
rn a �- ,n �n �n � u� � �n �n �n ao ���� �
CU '�C a
�u
Z .3�'c
J � � e
� !\ �
Z Q g
W ffi
� � �
Z o m
� '" � � 8 5
m '
v � o, °0
O �p.� V rn
� V N'C � � �
W J �' d N � y �
a � C' N �
oyc g o �' � _ �' $
� > Y � _ � � �
O � m 3 E o. f° � � `° a �
� °° � � � � a � �
.� �
Z ° _ � � -� �, � �
W � o S'c a � c E a � c =
W F- C� a? ;u c a c � $ �° °r o
0 e P: ;� :? � ° ?3 u? a� a; d o
� � � � °- � 5 'S t�- H � � � � � c'
� � m t0 J Q}W� Q m U O W LL Q m U Q �
V Q d � � � y
� � C a N � N ��., � �
Q � W �"' 1p� P d � ti
I'� O A 1� N� N 0 ` N � � � C
Z �j C � � f�A t�0 � � � � •�- p
H a Z � � �
� Q' � N oND Q W � Q 'J � W W tc�
a ��
v) o�
� o
J w
z O d
v
WY a ° m a�i °�
�� � � V ' T �
�a m � z' o � Q �
�� N tn �d
� a. Z N N a C a �, ��
w w � � � E 7 � d i � � c�0 t6 ^'�9
�� J ' .. a a � � ° � .. o, °� `� m Q ��
� a W � '� � 1° Y � `° C� v� Z ¢ Q w ��
�� F- � UUU � � H � F- �u:
, . � I �� � � �� � U �
� W E� � �, C`� J .� z
O > > ir 5
Z ° � �,
Z
J {tJ �� � �� � �
��
j� a $ � � e
r, :.� � —
c � '� >
� � � � � ; �
M
m a � S� ■ 5 t � � Q
� y � u 25 � ' F= f � z
LL � �
w � � � �� � � " - � -
� � � � a � 4 N a � ��,�-. \r��' `. \ - �., l -�<-� � � t E E
0 �f x 3 5 � ~���. \�`�:�. �S
� � � � � �� ��c'"-,;�.� 'b a�.�"� �{�\� �,,�1 = � I
� '. � � S` �' O � �':�`�'� �r1C}��__:� t7 � b 1
� ._ = : 4 � O � N � u s SlaU��W�N - � ....� ._.,. —... —_ --. __. � o -
J � V
, Z �-----'- �C. y �j O ,C�, ,n, � g �'Jxu1BW �C��l vc, � ��. `,� � .,-,. .; � � £
l
� � � N a N N
C � C� `n & Q ea.y r f l�ewn�o�aidwc; � N � � =
\ O � v � 'n
� �� � g � N
�S310N L13N10 NO S1dIlIN1 S.Ldl.�1Y'i5 ]
►= � � `,� k
,.� � .:Hle�iy:utmC ���Il�yi;i;aCl �l. `On()�f+0e.lalGt:$ PIuW � pa YJ 'r�Z7`
U �
�� � � R:�e.::uci�nu7.o lV1 �a0�rro�p�oi�i0 r �S ,�' pU},U
lr� �
�`� F�"� �l� C� 3 �.
fi\L � �te��ywenp.o r. .eqaw:Eo� O g�
C� ��� �E;,' tA �,r�:r�an.anp �o .�. O �!� `��
r, 1 • \ � h Y A K C 91Ra 'il;'.S�U��a:e��:3v.eq y�o��{eiqqn�ll� p ,n' � u'
�: � � � � � � � ��q �
�� � .,o::ir�y:�cru .o su.mp;e�,e.�a.x��a�3 � �s� � W w
�p � `� � ` IS�"s��8n�a0'lo �1�?�7Cn;Jwu�i 5•v�:r.e g n�;e;x� p y � � v � g
' \ �
W �Li€��SiU.Fm��'e±,wuow;ea.'y�:i�m1�IdM��ey:sc�atk�.�l;zJ �s �'") = g g
C� � � ►' �o ,�� a a
°' R ,-��,� � S91'►LL3W-��Nv�t0 � �
0� 'W' � � 5�
�� �y �. � �.n d �ae ur::S,ie�.�ra c:u,f bus»�M d't�l Y vaJa { E£ �
,� A .: . � ._........�r._.___.._.__-._.._�.`�'�+i � i1V131l1 . �z LE � r
�� � _ EY � �
h`�'�%�e4 '17:oA ' 1SIlq C y
� � d r ?
C� S Vli�C �0:7.:7C 7::'�1 fl�d ._.... �5$ � A � ��
W� N odaidnunFuYO51 �x�n�or.+W u,en6-�Lag :sfnn � S � U c� N
�� a F ti�^r3 x����'nv:��r� -OSI 'L0v� �II Mno� �W3Htl W31 a� e}
2 � � 'a . � �� � �
� � � � a'+Mai�Yl� 't�c4i�p,��[ Ps�ny��:c,� L�Jdel l�a1S � Mld -.� a an a�
r� <LL � �� .. =° �
O� _ � �N � � �r�l V-'� S�,� _
��r - � '^ ,� • "_ S u
L� o o _°; � ,� � � �� � � �
^' F a � � a C a
W� V EO j s � R a � z n ►� r i=
� ;, c = E a-
�1 Z � i � ~ ` a� o o�3 `� �� � !Y
�y - --— ,;, ' E 8 '"$ z � � E£
r` � 'a > '^ g � ` Y $ � -`+�e a� �,
� � � " E `° � �a A " ' � .. � �
� L a p c� a. E c $ ia o �
� ♦ ^ � m N � Q y x 3 � � � 4 � �y
4 1 I ? u E c� I ui p i � � � �u j a `� N., �1
J i^ y � F ws I n I � o a I� � N E r�
u� � . • p c M o N 9 Y O m i.�N � ��...� x
Q; � {�'� � fL • �p ry ! n m v Q A 9' 5 y . ^ LL 1�L
� � a I q I3 � zs p --�: s
, Y Z� '" �M� ta� � E 3 � n m
� f � ^ S T N r c Q� N O V � Y ,� �� V{ � �
�, 3 � � s � � � � � �- �nq �5 � � v
�` � m � � � al � ym moOv=ioo B�S ! a� a
E
�/� � ro p 4 9 �>,,.e,
V ' O�1 � = N 2 0 i�v � �n � 2 s e �� , �J�_ .
� � a `
�' � � � � Y � � � � � �_ 9 8
I ' f\ � � a -
�1� � ro � � g o � � E � �' ��� \✓��t,��r�`'pv�� � �a
(`., J � ' q I � b m e a e C � ���� _i � `1 ��i �' ` „ �
� �a g Q� �
� I .��. `�� , a � 4 W Q du � � r aw"4 � � � � ' ��C���`� v `( '� �� � � � II
I G:' �i v� : � 3 �~ O o . � ° r ' E ` `�� \����,� g, � � � Z" � fi
@ c ���y.,� �+ � � � � o � � � Q � � � � � � � �1y,�� I C 1 � � � � � ` o m
� f= � > . - $ wc' � q < d ,`�, t[ - �' o o` � C R m �`• � \ \��' �C� � °� c o �u��5
7 7 � � � � L' y � Y u E C+U � q ,Y ��.? p p '� r- N M 7 N 10 1� CD O� Cf..� ' E11 N �i e a
p0 rnu •c n a < a U � � � O � uia � � � v, U �
r 2 Q' J� od
� �._..� �� � � �- ���V-'� - �, �
z° � q �
� W � �
� _ � :
°„ �
�° a � c '� *' E m �
� u u ,. o � y'° ~�c
� m a' i `LL m g � ��l a ��+\., �t'���•��--_
�
x � u Y g �� � � �'��� ��
� �
� � p � °� c`�"„� ��\���
� �„ ,��o
o Q o a n � uaweluop r —. -_ __
J �� �� n u a N oPG�%Uuy'! n . . . . .
r..
> a` � �, ; W f __ '��_.�z;��l��'�q q
rn � a Qa,a r fl> .
� c = awnlol�eWu+eS
�
�5310H ti3H102i0 SltlI11N1$�2l3ld�ftlS �
.,...�.N�e��O Ie , 9��ny x�ae,�e;oaS G@ow - . . . . . .
ie;uau��w��v3,o YVl JA(I/4a:Yd kay�p � . - . .
�.a�ir.y�ium.0�o��. qM�i4ol� . . . . �
V) ucr.a�iyx;vnp ro�n W Y A�o O
� �'���53 U!�++o�o7gld�'��^tl Nl�fl RIQon!W p
J �
.z ,-.:�iF-;�i��:cn•.p.o.;. +uuoyip�ioNue qor3 v
k
I Q uaie"ap��.cenp
-� _ . ..��.ea:naC�vC� ;na�^.eS e�»:t�l':v�SiO
F.��. . , - ax.�:.�eS :�ne�a�e�.J�:o�atl svo6otµeiy
y
j H13N1•S�INY'JZ10
Q �
W �Q�,�,c:ewiY�o�J�'�iAS1 �dlal �BMIJ� . G
� ._- _- _`f5)atA�et+d• gltl13M . . . � � � . �. O
_.... .__......._. __ . _.
ii�
ai�a�evoa ip��i • lsnc �
�
vt�SO 'OOCrt bU�>[ � N�d �
O
sdo�aospuPOSI xn or�•4Y ;.ucco�iu:�$ N
I �:tt;nU �i. C51 �ZOh1 �111eaal 1Rf3HV W31 . . , v
p.:ro�t��n,d �UocaiC,ic� �tra"s,ua;S � WIJ��,'V �,` y , �
`� '��
� �
S
�w:`
'-�a�u
72 O i
`as i
�; N� �
�1 �
M1 �
�� m
� ;
a�. � -
�
� �
n
�� �
E
.�� �,, ,,� "° �
�_ o
�, _ � �
� ' E
! � ' � N
�� t_ . , �� !
a
ll`1= '.�-�\t.V i
LU � �, `�
�� � v �� � �'��'►�.��n�� ��.
�� � ,' � � ����,� ���
Qi�� n�' `' �� � �1� � ��
�� l_ ''•�� Q ��/1
�� � � 1 \ � �� ��� � ,
� $ y � ��t���
.z E � .\
� Ci U) U � N I Nf�V t7� W I� 00 O� O r N A �I vf�t0 h W O� O � N M Q��tf I tp n�0D�' Of p�
� �- e- r � r �- '- �^ r Ci N N N N N N N N N M M M M [7 M M M.M M � 7
APPENDIX C
HISTORICAL BUILDING PLAN SCHEMATICS
MEC Inc 2015.137
9
:;.�-..
. � � �-"� >��`�"a�,�.��"���� ₹ } - i
� ' ��� x�� ��- -4 t
�5 � x ��.�,�g t
t
a � �� p ��� ��� � c
� .�„� �4-� �„t`�."�'� .�p.
'' - {k �� i. _
. �c��e � ���Y'�� "'
�
�:w z ^� :� ��a,�
z ,� �+.:- y ,.,S ._
.::,av�....
:� b;�_ � _ -, -::a 'r ��
�``� � : ��: : � � � ° -
.���
� �. � ��".���6:`����+�'''°����
a'� M�.��>.-w.�:w��i,.;.�.�.
�y,,.,��-,n..st.�s ;� -
���- ��.�x�
. . ... . . . � .
� . .. . . ... . . . . . � � � ..,. , � _.
�a. 4,� � - .r , wh
�' M l e g �.a a ,.�S` & _-u:h "`^- G'�- �aP:-�, r F, ?3: .�
1 j , ,;E
— � �
�
a
�
��4�� � � � � . �� .
��
. ,�.*�� �:. ��..� . . . ' .. ..
.. ' �""�—'"'^a'^,,.�. .. . : . .
�� � ��
�,� ��.�..�........:_..:�
� ��
��...___..-.._..
�
. � �..
� �
s .�
i
. . n. . . �,+.
� . .. � . . � � . .. . � � . . . .
�(^ .'-�-�,.�..dr . .
. . _� �s '� �jjt� .
..¢, �} �i 1 t�:iC���� }# T3� i .
- ~, !n i # "��T-
Y �.�n.
��.� �
�������. -� ;,.,_.=._�.___.� �K--��a� `� �:.--�----��«�---�`�'
„� � .s_� ._
_._...e...:�'�—.-�';i�.� -------�y��.: - • �5 s �
� � �� '!. ^ � ;� �
�. .. � � . -E°: # S
�
, . B . :� �.v._��...�'' s {j�::_5" ...
4
�• " ' � (
..a - � _
�� �,�a -�-=-i�.- , ;- s ,k3
,��' �� �� 4 �� � ��._:( f ' � .
X
_� �'�.-�L�"r-��-9� ' ' .. .
S P�r—�� �� i✓! t t..�.—. ��� � !
... � m y! ; �. _ .
" � � y . .
`� y� F R N � s �
� �� t� '_�i..._� �i� � t* � yY� F�. Fi� .
"_"*+! r� y�� . . .� A j +� � R
_.-.,� ,� , y � �y '
....� � �i�' j,..� �' 1 � 5 j �
_ �j �� L
�Y � ��.� � � � R.
4 � �'� — � �' � R
� ; _
o� �� i , ,a
� - - �
�.. , �
� —
H
.� �:�- � �'�� 1:� � �
� � � a � ��
, � ��
,
�
� � , :w'... �� � . � � � i { �
f��s � � �� � �
," � � , � �
� 1_.�..7_� � � i��l i� �
r � � ' ��-� `�
� - � ; �
�. ^ � �_ _�_'T� � �-r�-��'w�
� � , �
� '� ,�_.� �-� j s�� �� � ; � �
� � s- — ---- �-�==--�� � , � � � �
� � ����� � ��
� � � � � � -
� �� �.. .. �-4 C`y . �� , .
� � � _ �`-- I�"; I � i �
;�� . :7 . .. �� u �� � - ��' � �i� � ..
� �� ,} � ,� � w`�.�� �
� � �, $�M �';,- � �� i� ��..�
� � � � ';
��' � , . �`� � � � �� �� R � � � � ��� � �
� % i. �___ � '� ss � i s � � � : ,_..,�;�
� ,t�._�_. �
� ��. �.� ��, t f �' �f. � � °��' �� � � � ��� _�� +
� �x � ,; �� � 4
� � � � �t� � ` � � �F�i., I l --3—t i � a
}3 � � �� ,.'� � �,$.��i (r-�^^� � a � � 3 `
� �j � �� ���T �� � `_1 � � � .�.'�"
� ...���+++
J i" i�� t � � 4 �� ��.��� �V�� +{ $ � `
� L
� b S �. . c� '_r"` .
g � � ��{} 3 +�� # � b � ���,�-� �
� ,�,...,_ � �-�--,--�=;-,r�--�- —--�� �,��
� � � j � � � � ,� � �
-.�— �
� -� �� � � ''�'��,,. i Y �`1 � 3 i � �� � � 's
�, �:1. R
4 � �� ���w� ,�,_ �d. ` �j, �� i i ( �.,� ( }.
µ
�� .. .-� w�� ,-
����
.
_. , ., � _ y ,,. . ..
-� a .�a7 �, - :. _ . �. ;.. c,�, ', E = �:..... � ._.�:,
��`_�
raru�x ainuu�mo
�� _ _�'� ���,A,.,a :�.ra --"�' -�r...r.,.-��"�: .
�.. �,..ae � � �5 � $ E
' ��__.�._�e� � � 5 _ �t
< . ,
'..� .. 9 �6�.� t.a t `R t S �� FH 5 ;S�' . .
�(� �� �� �� � a-� � 's� �'
^-__ � : { ��_-� � ; � T ;
� r , .-' . # ����-�z L,� �_�..a.�. - -
. , [ " ?
=..r.� --'���,,r� ,T ' � t
� r/ � ,�> � s l�., ' '
� �� � ;,-' ������ � a� � a���� �� � � .. '.S �
� —z..�-�-_-� �� �� ��- � ,�,�� s A
-��-----�� -�- Y �
: ��� � �� � �� � �
u� �� � . ��� ,�q �
,f �. � --$ -
'j;. , . � Y R.M
, L .,. -� i , .
� �` �-� , ' � � �
�� ^• S y 3i , R �
r_�,eai�_�'m' . ' _ .�.. �' 4 � �
,�3�1 � � L.I' � + �_,� �-��' ' `E
��C a s �� ` �
; ` �� ' ' '
��� d..� � i�,.:.-s �.. � }.�. � . � �_'''Sr P�� 7 I �
t
. _ _ . , _. .... � ..�., ' . ��� S ��� � . ���.=� .f
� � ' .j
. .a . � i � i
a .. ; � ! �
� � ` � ��_=��� _ ��� � " � �-- r �
� � 9
� �� �� � � �
� ? r� ��T�= €����
' :�� { � �
� A �
�� 5-; � ,_-�� : � �
� � � � � 34i � ; � � �
1 � � � ` ' flll -
� �� � � ;� � "
� � � ����'. � �'i� i � � �
� �' - � � , ? � �� 4
LI � �
� `� �, .�1� �
a �
. a,,� �� � �� c� � � �� ���
� � � �—'�+,� ; ' �-°�.� ��r� a � }�.
� . . �� R � � � � � �.
� } '?+ ₹ � �,�-" �4{ �. !Ep. S: 1 $� � � '� ..
�{{ � ���� i' ��;� � � '� .
� ��� t� `� � ��. � ,� ir`Z: � ? a �� �_� �.��
3 i ( � ..�` i₹ x
{ �, �t � �f � � � �� s� � � ��L --�-�� i
� ;_ � .a �.;.7 �.�� ;� .-�. . .
� , t �
�# x �-� r �"� _ r'. , ��_d. f"' ,i�,,. ' �-
i �';} � tt g. . '� y-�� - - 1 4 s �
� � ���� ��� ��� � . . t �� � � �
� �-_ 'i .s � + s ' � �����.1-.���.'_ ._�� � _I ,,... �
�. x }.- 5 l
t r`" z�.__,:�-3 �;"..,..� ,s ca �, �c'� �.'.�--. � � i
t ..�� �, �� ^� ,�'-"'�', �'r y�r .
� � ; j �.. � � �t�� . 3 ,`� � � .
� i '�� 3 � F k' �S .i� ��� i�. .
Y
�a�� � . t b . .
.
A j-k+� '�� � i � S�- $.� y� - {
t ,.1-� � "�"if .L,�,:-.«,f X� . — !1 3`� l � � I 7�:� i �
i - ��� - ;;« .�,. a t. s i � - _
�.,��-- - --- - _ _< �
, r. .� __ ,..
�- ' 3Y
# .�
, t
�
. . . . .. � -. . t �
�
��
��
. .�� '�. `�„ .,. :�;
4\, ��
. �..1. �,. '3 .
. . � _�y�� ��/
1
� ' ' _
,. {
'_ "i J
_ �' �
.' :_ '_ � . .., '� : `\ ... .
E� ..i.l.i 4 �',.'�'�. ..ff� �' o'+e:t"3s 'A,:-v bi
-�° 2'` .? _ , .,�°3' _ t:z _
. � ��=p i ���r�, .
y Me�!
� �� : �
�� �"�'3
��» ��3S
�`� �.y,V .
� ��p�a.� �,-���� ... ..
a
3 AMl�
�t'�., Y����
� � �
�� ���.��
� r� »,� e� _,. � �.�_
,� -
; i:
i �,;; �
j � � �_,
� � �'�-h
,.-,�� ' � „ �,
M.1HON£Y ENV/RONMENTAL CONSULTIN(:fNC.
IQYi lA6 AIE:Y[�E
GREELEI:COLOR.IDO 896i!
9Al-JSLI6lA Fu G7&35695N
Mr. Toby Taylor, Building Maintenance Coordinator
Weld County Building Dept.
P.O. Box 758
Greeley, Co. 80632 August 27, 2015
RE: Asbestos Inspection—Tower Building, ]S�Floor, Vacant Units, 822 7th Street,Greeley, Weld
County, Co; MEC 2015.137-T.
Mr. Taylor,
The following memo summarizes the asbestos inspection results for the vacant subject A, 1 S`
Floor units in the Tower Building 822 7`"Street, Greeley, Co. The vacant units ofthe first
floor include: unit 110 or 109; unit 120; unit 130; and unit 150. A total of 72 building material
samples were collected in the vacant 1St floor units for asbestos analysis.
Also, an asbestos inspection ofthe adjacent Annex Building(at the same address) was
performed. The Annex Building report is provided in a separate memo report.
Scope of Work
The objective of this asbestos sampling was to determine the presence of asbestos containing
bui(ding materials (ASBM) in the subject structure.
The asbestos inspection was requested based on the age ofthe building, constructed in circa 1974
according to the Weld County Assessor records. It is understood that the asbestos inspection
was performed as part of a planned remodeling of these areas.
The inspection focused on the accessible portions of the interior areas that may be disturbed
during the remodeling activities. Since the building was recently acquired by the client,the
client had only limited information regarding the original buitding ptans, as-builts or remodeling
projects. MEC Inc. reviewed the building permit files for the subject address at the City of
Greeley building permit office for such information.
According to the county assessor records the entire Tower Building comprises 90,448 square
feet. The tower building concrete has a concrete foundation and frame structure. The interior
wall areas typically have a metal interior stud frame. The building has a flat roof and a `hot
chilled water' HVAC system.
Background
The Weld County Assessor records(#096105315022) indicate that the building was constructed
in 1974. According to the Greeley Building Permit records, the following remodeling projects
were performed:
MEC Inc 2015.137-T 1
2/14/2001: 1�`Floor Plan
10/4/2001: Remove escalator,part ofsuite 150 Tower Bldg 1�`Floor, plan;
6/1/2009: Remodel Existing Bank Space, 9130 SF. Suite 100;
3/22/2010: Extend Lobby &Remodel Bathroom(for ADA)
; It is noted that the city records included permit information for other project, but the exact
location was not directly specified.
The finished area of the annex building consists of the following:
' Walls: sheetrock with a smooth surface texture in the office areas and a non-textured finished in
bathroom, utility rooms, and other service rooms/closets.
Ceiling: the finished ceiling included sheetrock materials similar to the wall finishes in areas
such as the rest rooms, but the majority of the area had two distinct ceiling panel patterns by
appearance: large hole and a worm/hole pattern.
Flooring: the floors are either carpeted or 12x 12 inch floor tiles. Floor tiles were either a light
gray or light brown patterns. The floor tiles were observed in bathrooms, equipment rooms,
janitor closets, break/kitchen areas.
No suspect materials were observed in the area above the suspended ceiling panels aside from
the foam insulated pipe wrap and fiberglass insulation.
The approximate area comprising each of the respective vacant tenant spaces are:
Unit 109 (also labeled as 110): 332 sq. ft.;
Unit 120: 1,284 sq. ft.
Unit 130: 3,303 sq. ft.
Unit 150: 8,242 sq. ft.
General Information -Asbestos-Containing Material(ACM)
Asbestos is a generic term for a group of naturally-occurring minerals that separate into fibers.
The most widely used in industry are chrysotile and amosite. Other types include crocidolite,
tremolite, anthophillite, and actinolite. According to the U. S. Environmental Protection Agency
(EPA), friable asbestos is asbestos-containing material that can be crumbled, pulverized, or
reduced to powder by hand pressure. As friable asbestos-containing material ages, it can lose its
cohesive structure and release fibers into the air.
Asbestos containing materials are defined by the EPA as materials with greater than (>) 1
percent (%)of asbestos. Materials with detected asbestos but at concentrations less than(<) 1
percent are considered as `trace' materials. Trace materials are not conside�-ed as asbestos
containing but appropriate precautions in handling or disturbing these materials are necessary as
required by OSHA.
Whether friable or non-friable,the primary goal in minimizing risk of asbestos-related illnesses
is the identification and subsequent management of all ACMs present in a building. The
identification of potential asbestos containing materials, in public and commercial buildings, is
necessary to limits the releases of asbestos fibers during demolition, remodeling, or renovations.
MEC Inc 2015.137-T 2
Each ofthe vacant units is considered a homogeneous area with similar functional spaces such as
offices, storerooms, and offices. The overall building structure was built in 1994.
Asbestos Containing Materials Operations and Maintenance Plan
MEC Inc. was provided a copy of an Asbestos Containing Materials Operations and
Maintenance Plan, (O&M) dated June 11, 2012,prepared by AEI Consultants, Walnut Creek,
CA. Asbestos sampling was not performed as part of the O&M plan, and MEC Inc. was not
provided any prior asbestos sampling documentation for the subject building/area. Since an
asbestos inspection was not performed the O&M listed the following Suspect Asbestos
Containing Materials (SACMs). SACMs are materials that may contain asbestos but were not
sampled for confirmation. Such materials are considered as asbestos containing materials until
the respective materials asbestos content is determined by laboratory analysis.
Suspect Asbestos Containing Materials, SACMs
Acoustic ceiling tiles; Spray-on acoustic ceiling;
Roof Mastic; Vinyi floor tile and mastic;
Carpet mastic; Cove base and mastic;
Drywal l; Plaster;
Drywail Joint Compound; Thermal System Insulation;
All ofthe above materials were sampled in either the annex buiiding or tower 1 S` floor building
sampling except for roof mastic. In addition MEC Inc. sampled other potentially suspect
materials encountered during the site inspection such as the vinyl simulated paint texture wa(1
covering.
The O&M indicated the following with regarding to disturbing these materials: "No kno�vn
suspect ACMshall be disturbed or involved in any work, in any way,pr-ior to laboratory analysis
for asbestos content. "
Based on the results ofthis asbestos inspection asbestos was found in floor tiles and mastic;and
the wall finish white/joint compound materials.
Asbestos Sampling Results
MEC Inc. collected a total of seventy-two (72)representative samples, which were analyzed at
Reservoir Labs, Denver, Colorado.
Asbestos was detected in floor tiles and black mastic, in the stair wells, electrical room, and
janitor closets. The asbestos concentration were typically 2-3 % in the floor tiles and 9-11 % in
the black mastic. Newer floor tiles in the interior o�ce areas such as electricaUcommunication
rooms did not contain asbestos. It is estimated that there is approximately 500 square feet of
asbestos containing floor tile and mastic materials in the building.
In addition, the wail mirrors in the vault area are fixed to the wall with black mastic adhesive.
MEC Inc 2015.137-T 3
Asbestos containing compound materials were detected in wall board assembly materials
(WBAMs}. MEC Inc. collected samples ofcorner joint areas ofthe walls or random central
portions of the walls. The objective of such sampling was to determine if the drywall materials
or the finishing compounds used between drywall sheets or nail ho(es contain asbestos. A total
of thirty-four samples of wall board assembly materials were collected.
The WBAMs sampling detected asbestos in compound materials in (22) samples associated with
corner joints. MEC Inc. had point count analysis performed on all samples reported as `trace'
(i.e. � 1%asbestos). Also, MEC Inc. instructed the lab to calculate tl�e `composite' asbestos
concentration on all ofthe asbestos WBAMs. The resultant `composite' asbestos concentration
was <1% for all ofthe samples. Therefore, based on the EPA regulations it MEC Inc. opinion
that these WBAMs sampled are not considered to be asbestos containing materials. However,
the presence of asbestos in the materials make the materials a potential hazard with respect to
OSHA Worker Safety Regulations. It is estimated that approximately 3000 square feet of these
WBAMs of concern are present. However,the amount that will be disturbed during the
remodeling activity was not confirmed.
It is noted that not all corner joints contained asbestos was not detected in nine other corner joint
samples. Based on the sampling it appears that these asbestos containing WBAMs occurs in the
original building construction and is currently found in the interior side of the exterior walls
finishes and utility rooms.
Based on visual observations and the review of the building permit records it appears that it is
likely that it is likely that the interior office partition areas were constructed, with non-asbestos
materials. However, MEC Inc. did not review a sufficient amount of records to definitively
verify the remodeling or renovation history ofthe Tower Building, lst floor.
Asbestos Sampling Results
MEC Inc. collected a total of seventy-two (72)representative samples, which were analyzed at
Reservoir Labs, Denver, Colorado. The distribution summary of the sampling is summarized in
the table below.
Total# Wall Board Floor tile Ceiling TSI Baseboard Carpet
Samples Assembly /mastic pane[s Fiberglass/ Molding /mastic
(WBA)* mud elbow
Unit 9 3 1(I) 4 4 5 2 1
Unit 120 II 9 4 3 0 0 0 0
Unit 130 �6 15(IS) 4 1 4 1 0
Unit I50 35 9(5) 3(1) 3 0 0 0
Lobb 6 3 1(1) 1 0 0 0
• The number in (4) indicated the number of samples in which asbestos was detected.
Asbestos ContainingFdoor Tiles and Mastic
Asbestos was detected in floor tiles and black mastic, in the stair wells, mechanical room, and
janitor closets in the lst and 2°d floors. The asbestos concentration were typically 2-3 % in the
floor tiles and 9-1 1 %in the black mastic. Newer floor tiles in the interior office areas such as
electricaVcommunication rooms did not contain asbestos. It is estimated that there is
MEC Inc 20I5.137-T 4
approximately 800 square feet of asbestos containing floor tile and mastic materials in the
building.
Asbestos Containing Wall Board Assemblv Materials
A total ofthirty-nine (37) samples were collected from the wall board assembly materials
(WBAMs. The walls were finished with a smooth texture; a splatter texture;or vinyl wall
coverings.
Asbestos containing compound materials were detected in 15 samples WBAMs, on both the first
and second floors. Based on laboratory description and/or field sampling observations the
asbestos was detected in the white compound materials commonly used to seal drywall joints or
cover nail holes. MEC Inc. collected samples ofcorner joint areas ofthe walls and the central
portions of the walls. The objective of such sampling was to determine if the drywall materials
or the finishing compounds used between drywall sheets or nail holes contain asbestos.
The WBAMs sampling detected asbestos in compound materials in fifteen(15) sampies
associated with corner joints. These samples were subsequently analyzed via point count
analysis, ifthe bulk sample results were reported as `trace' (i.e. < I%asbestos). Also, MEC Inc.
instructed the lab to calculate the `composite' asbestos concentration on a(1 ofthe asbestos
WBAMs. The resultant `composite' asbestos concentration was<1% for all ofthe samples.
Therefore, based on the EPA regulations it MEC Inc. opinion that these WBAMs sampled are
not considered to be asbestos containing materials. However,the presence of asbestos in the
materials make the materials a potential hazard with respect to OSHA Worker Safety
Regulations. It is estimated that approximately 8000 square feet ofthese WBAMs that contain
asbestos of concern are present.
Distribution of Materials Containing Asbestos
Unit IS0, southside Is`floor, TowerBuilding
Wallboard Assembly materials that were determined to contain asbestos in Unit 150 were
located primarily around the janitor, rest rooms (ceiling), electrical room and south side hallway.
Floor tile and/or black mastic were found in the south stairwell landings and in the janitor closet.
Unit 130, vault Area, 1 S�floor, Tower Building
The sampling determined that the Wallboard Assembly materials throughout the entire Unit 130
space contain asbestos.
Also, the black adhesive patches used to hold the mirrors on the wall in the central vault room
were also found to contain asbestos.
Unit 120, 1''`floor-, Tower Building
The sampling determined that the Wallboard Assembly materials on the west side exterior wall
and the closet area for the electrical transformer contain the asbestos joint compound.
MEC Inc 2015.137-T 5
Based on the sampling results and a review of the City of Greeley Building permit plans, it
appears that the office wall partition areas of Unit 150 do not contain asbestos.
Unit 109, 1''`floor, Tower Building
The sampling determined that the Wallboard Assembly materials on the east side exterior wall
contain the asbestos joint compound.
The Asbestos Sampling Location Schematic illustrates the distribution of the asbestos containing
materials.
Estimated Amounts of Materials *
Floor WBAMs Floor Tile &or Mastic Other
OSHA Hazard
<1%
Unit 109 50 0
Unit 120 300 0
Unit 130 32�� Q Mirror wall:Joint Cmpd,and
black mirror adhesive: S00 SF
Unit I50 1100 0
*Note: All amounts are estimateS It is the responsibility ojabatement contractor to verify quantities.
Recommendation
Based on the results of this asbestos inspection, MEC Inc. recommends per the state regulations
that the identified asbestos materials should be removed in an appropriate manner. The asbestos
containing floor tile and mastic are considered to be asbestos containing material and therefore
are the disturbance and removal are regulated by both the EPA and OSHA. It is estimated that
there is approximately 600 square feet of asbestos containing floor tile and mastic materials in
the building. MEC Inc. did not confirm how much of these areas will be disturbed in the
remodeling activity.
The wall board assembly materials that contain asbestos in the white compound are essentially
regulated by OSHA. It is estimated that approximately 5000 SF of such wall board assembly
materials (WBAMS) are present.
The presence of asbestos in the identified WBAMs white compound is not regulated by the EPA
and is not considered an asbestos waste. It is regulated by OSHA as a potential exposure
concern for worker safety. It is recommended that qualified personnel remove or disturb these
materials, if necessary.
Please note,that additional sampling may be necessary to further quantify the distribution and
confirm the types of materials that contain asbestos.
MEC Inc 2015.137-T 6
This inspection only included the vacant portion ofthe ls` floor. The occupied Chase Bank area
in the central portion ofthe first floor and the remaining floors above the ls` floor/ground floor
were not included in the inspection. Also,the mechanical, storage, and janitorial rooms on the
north side of the building were not included, per client instructions. It recommended that at a
minimum the existing O&M Plan be reviewed an implemented as needed. Also, it is
recommended that asbestos sampling should be performed should work activities in these
additional areas include the disturbance of materials determined to contain asbestos in this
inspection memo. It was observed that joint compound and nail hole filing similar to the
materials that were confirmed to contain asbestos in the rooms on the north side of the first floor.
These materials should be considered to be an OSHA asbestos hazard and handled accordingly.
Also, materials such as fire rated doors, elevator door, and mechanical equipment were not
sampled for asbestos materials.
It is estimated that approximately 5000 square feet of these WBAMs of concern are present.
However,the amount that wi[1 be disturbed during the remodeling activity was not confirmed.
MEC Inc. did not review the detailed proposed renovation/remodeling plan. It is recommended
that MEC Inc. review and compare such plans with the sampling locations, to determine if
additional sampling is necessary. Also, a better estimate upon review ofthe proposed plans to
identify the areas requiring abatement.
As noted above, if suspect asbestos containing are encountered during the demo/remod, which
were not sampled during this inspection, it is suggested that these materials be sampled.
It is recommended that at a minimum the existing O&M Plan be updated or a new O&M Plan
prepared by the property owners and management.
MEC Inc. appreciates the opportunity to provide you with these environmental consulting
services. If you have any further questions, please contact me.
Thank you
�.e,�ui %%1,2�t,�.�z?�
John ahoney
Asbestos Inspector Certification Number: 10524
MEC Inc 2015.137-T �
APPENDIX A
SITE SAMPLING SCHEMATIC
And FIGURES
MEC Inc 2015.137-T
8
` O
� N �
^ d N 'x
o• �
•
. N � -�i„�- �
� ��+ � n �
m
� X r\a!�. ,�
Z � �� �•
O N'
�
� �N �
U � '
�
O -� �
� � �
J n � �
c� z � � � x
z o � N m
J y � c6
� C�' Q � � `� m
� Z � �^ y � �
N lV "F y W N
�/� � Q O � .. 4 'a Vl +L..r
V J J L Q x x �. �� � �� �
Or � .. � p y � � N O
� z 6 m. � m � l4 N
'� N
�' ' V1 �=' O �4!
� mUHO � � �� yo a�
W W � ' `°� oma�� w
m V ; W J ( - `� �°� ^ o
(n �� � _ � �o�� �,
Q � f'— V ,,� m_� _ �v�cTa m
O � (f� G U c
J N W co �
� � } �1 p �'~ � �
� W : ! � � W'� �
LL� ,_. U c o ,
� W J� � J : o � iL � � wmZQ � �
LL � �jJ '"' j� r. �-- w •�� E x v
� W � � � � c�, `�o qoz $ �? �
� � � N � i � � � t^v M � *� ZEu; vi � o
LLE— �- 00 � I v1 � R ,y � t,a, Zom.m �
t _c 3, � � t� � � �
� ui ui m N �;
a �'`� mmEE m �
_'' �' it ��� '� a�, E :?
x - "°- m c? u?,n n •x `°
� aEEa�iaEi a>,
, � >.�.N N ��
P�` d'n 'n Q Q v
°'`� aE E �n � a�
E N N �� d � �
� N
tl1Q Qmm @ p C
�p _ �•-
� N ��rst ��y �� J O O >�>� C � �
,Y __ o� ¢� f.� x ,. ., `m C1> >, ? ���
c -
X � � � � � 0 �
- ^ " `� o E� � z°z° o, ,o.°c
�
tV �- " 3 N N GS N�
y
� "" ? �" o E E E E '� � N
�
o � � �
°i �+y ` �` � ti '� a� � u�ioiu�iEp.._
�i� � � ,� �00000 � a`�i
�� m � � a� a`�i a�'i a`�i a`�i � u°'i
►. �- � . � . N N f�A t�d t�p O L
g e�c '"",� rn � � �¢ ¢aaaz�--
ti. `��. �� � � ''° � � � � �
B
� � '�� --- � � '
t� �.�`_' �_�'�:
i I �
� �
I !
I N �
I V Z m ' �
� � p C = ' j
�� � a V U
Ol � � l � v
�� v, � A I t ; I � 3
.00 � C r n a � o� « �
� a� a o '
�M � 3 t " e I '�^ � •�i c� v
� � T ci� c
!� �U � N � Y I N � �i G � ;
N I ' i, a a a a a a a a� a a .a I a �' a a I
� �!�k �!�.� ' ..�. .�.� « .�. « .�. 3� .'N• � »I « .�.� « .'.I
l/� I � ���`� .id 'v v 'v 'v v 'v v �e 'v v v 'v 'v� 'o v
[Q �L �!.H a 3 i 3�' 3 3� mI m ro ml m m m m ro m m m m�'. m m � 3 3 3
N f a �i G a 3 9 9 x x x x 'x x 'x 'x 'x x x i x' i x 9 � 3
Q � f0! E� E E t t E E E E' E E
� U' � o 0 0" o 0 0 0 0 0 O" o" o c o a
i � •� 3 S � g � � 3 ° 3 g o o �b'I `�d 9
�7 0 ! _� O 8 � g� B � � °o o g g S o oi $ g � o o� � S g o g o
O QiU � � �� � � � � � � � � � � � � �, � �:. � � � � � �
� �
J Y �� , �
w ,n p �
a � -Uo I I o � i
�
� � �' ' E i
a � �
� ;Q
� 3
m y;N� � t � r
Z a`� C�;ol I 3 8 "o
3 a i
O � U' f I e v a2 °a ° n u ' in � e
c '+ E o c o I c �
W " a'� le `-' m ° � � $ � 'o � ' a; ` a' 'oc
C � E « u'ei � c °: E °: � p .. � E ,�
� L i� � = $ o .r � I o — $ '- !`m d `m d °u
Z � +� �` � y; n � n v�i 2e � u n m a ��!''` - � m s
� N� I N u q O C O O L 0 p p � O O G O C O G I O � - � O O� � N ` � 0 0 O
mt'' Q � m z z a z 3 z z 8 vo z zz z z3v33 z z�om m z3u z z
a+
C�.7 ^' �� ��.
� N' � � � I
O oNo�; i�z i i i i i 'i z LL
'� LL LL LL LL 4 LL LL LL LL LL LL LL LL LL
L
1 O I � �e N ` Y L I
�� � I N 10 > > > G G > fJ+ 1J� � �.i> T T Y Y Y T T T >
' U �l� �d u�i a a S] C L C I 6 N d C % X ff ''.L C d C � (a !m m 11 11 C � d
N � Q �•�:, �; � ; �d ; d ' v o � 3 v .o « « .°1, v 'o � :o v : °ti I°ti °D E ' E 'o E ' E '
i � u d y y = � N �`d, d � a� �ty .�. .�. � $y . �N . N . N
W V I± C � lC �' I� �' Q Q C� C (j � Q C N N N � W Q ` Q C�Q � ��;� � Q 4 C'�Q Q
� �. Vl.� �G O p 9 � O 9 O �p j 9 � Y �— � � v O a i.-I u V 9 O:C 'o
++ QJ� I rC � m O Oi ._ H N u 'n i y
m _ L.; p y � � c o "o S � d $ Q � � Sam° am° F �!H F= Y � maS m
Q v �i p � T � 'a o � � m m m- aao a m m m m a a m a - m = m = `o �`o � `o - = m =
I-' u�. Q:U I F, � E W � 3 3 3 3 3 � s I�0 3 & m m -v m A 3 3 O ,o A o �o A 3 �o
� 3 � 3 3 � 3 3 3 3 LL �ILL � LL f,3 3 3 3
i ' c =
� E E £ �^ � ;
V g o g — (: 4 u g
' u � �
� p g c m w _ Ep g g V 1t
� IJ � A N N m p � '� O ! � � W
d � E �, '° A u o m � a
I I d � n H r�i n r�i a o�'e � r r�.i ` _ � �
I � � m � a a a a a I� o t v
c .. « « N c
i � 'A 'c 'c 'c 'c c 'c "c c o '' o o °J � �� �� 3 �?i S� o ° a�i
I�, N V1 J � J J J J 7 7 � rL � 7 7 N I N VI N N U
Q1
i.+ �-{ C O
� uji.L �. o
O '�I �o F, 1 " .
� �'� � a �
� v�, �a � ci ci ci c.i c.i c.i v c.i ci ci ci ci c,i ci ci u u o ci u ci c� ci ci v
QJ W; � � � � � V1 Vf N Vf Vf N Vf N M Vf VI N N N Vf V1 q M� V1 N V1 V1 Vl V1
3 �' o �rn ,��„ � � � � � � 2 � � 2 � � � � � � � Q �i � � � � � `�L
V -- — - t --
I� ;� I •> > i
i �
i `o �� � � �
� W o .-� ry m V �n �o I� o a0 O1 O .-� tN crf O
�"� �-1 N ('A V V1 l0 f� 00 O1 '-1 e-1 rl 'i e�1 �-1 r1 rl Y1 �-i� �-1 N N N N N
O �'' C
c Z j � j +�• a, m m m m m m m m m m m m m m m m m •+ m m m m m m m
� -a i a � � `a `a � `a � `a `a `a � `d ¢ ¢ `a� `d `a `a ¢ °% `a� � ¢ `a `a� `a `a
u °'�� �v� S � � � � � � � � � � � � � �I � � � � �' � � � � � f
I �
I I
� � I �
� u s+ � � I I �
E d m m I m � n
c ' I � E � °' m t E
'� u � m m I E a o i ''R
° v � � �R f _ � E
9 m � v � i o � q i °
� E E « 3 « �.
9
o n ic � u u ! � � ' `o '°
d � « � ar v . � ° w o ,. y 3
> > i E x N �
,n m `w � °' u � m u :; -
� ° A `o � ' - n � � a�'i a
3 E a g � » � —> 3 0
a I'I a $ a a '�: ;
N� �! N � » � �
i
'v I v' v a a � .
`.I � � i I
3 3 3 mi m ml m m � 3� � 3 3 3 3 � 3
9 � � � x': x x� x x � � �; �° � � � ° �
E, E E
I f
o": o" Si I
S', 3 3' � i
� E E �
`d �8 B B g I $ �oo m S � o: °o I °o °o g B ' 8 8 B 'o
i
i� � c°� � � � — — � � c� � � � c� � g � c°� i � �
I I
i
� �
�
i � i
i
� I � ry °' � v ?� ^! �^! " ^'
Q I � O I C � C � q C N � I q M � C N
m 'o ° ^2.' � e.il $ �2e c '^ 2e n c n c' c IaeNv c 2R $v
v a 24 2° ••I c in � "� en « � a « X ;: > >4 �« o � � vi °; �u�i
� E m � C M w � L 0 a O N t 6 O L N t n � IL V O. � O L O
a � o i i � o 0 3 .. E .. � 3 E 3 � 3 E � 3 .. E .. � 3 E
°' � � a a; o i a 3 c � e � 3 � w 3 d 3 � � 3 c � c u 3 � 5i
E c � I E v � � - v - a N v v � ° N v H
�' �.; a � `�' °a .,�`�� d E o � n � o n E n � 'o i �E � o u o E o a
0 0 o r t � a� o 0 O o I o � o m I r t o t a E o c c o s o o L L o c o t o E L t o
z z z 3 3 u z: z z z z� z o a 3 3 a 3 a 8 z 3 3 3 � z 3 3 3 n 3 a 3 3 3 u
' I � I
i
Z IZ Z 2 Z ILL
ILL
y �y m I y �[ i
0� > > 0 �� C T y T \ > T > �y !T >
00 a m L C L '.,L 00 00 � L C u I a .O C 00 a C L C � C � I d C .L C
° E c E "o — +d c c � ^+ E '� �o E o 5 £ 'o E 'o E 'o I !,F� .Q E 'o
'v „y+ c „ '� '° �'`° a � A � » '. E �,:�— „ � � „ ' y ' N ' � m �
E R p a c ��" '� u u � � c �` ;'� a c E a c � � � � N ,a c a c
9 v v o d d d � v � � i v a � .o a `o c o v � .a v � �o `o
� .. a `s > ; , a , � ; � o w � a ;
a �s 3 s � d �m � y m� � m j� � a � m m � y � � m
„ — ar — � - = � ._ — m � — m v �— m — m — m s m m
m" "E3 S 33 v v a a � � 33 E i3 33 '� 33 3 � 33 �-°° f I33 33
I I E E £ d e, d u, '� �
�d � 8 8 8 9 °° 9A (�_ „
` o ia v d v r � r � i� - � o
� d � 8 8 � ° x g � od �� ; � °
\ 3i u �_ � � q �. E � E �> � �° c
_ � � v v � q 3 R ; � • « A Y ;y �`y, y v
— A m A p — t .c 'u u ai I� w m d J a� . u . � !v v E
� w N V E u EI!� �C :C D A A A N Y O N T O Y N 'T N � I� = y «
>e >p >o �' o aT'i R.d c �«. a > > > I> > °1 > > ^' 9 � E8 � p 'p� � � `�
N IA J� W �r W G'�W J J J � J � �7 � W J � W � � r �l � N H O L
N C
' I
I O I
R LL
�
Q � ~I
c� c� v c.i ci I c.i ci u c� r ci c,i c.i: u u ci c.i ci c� u o� �i u
N V1 Vf VI M� Vf V1 N N � V/ Vf V1� in N N Vf N N fA q� N Vf
� � � � �' � � � �. ? � � � � � � � � � � Q � �
— — , E ----- r;--- —
I M!
J'.
LL I N:
� \,
Vl t0 n oD 01! O .�-� N m O a vl �O I 1� 00 O1 O .� N M O I
N
N N N N N i m m tY1 fY1 M f�'1 M t'/1� ('�1 fT1 M t} O ej a �i O
m m m m m� m m m m N m m m� m m m m m m` m �"� m m
�d � ¢ � �d i ¢ � d �d °' d �d "d� d d � ¢ d "'a d z� "d �d
� � � � �; � � f � �'n � � �� � � � � � � � �'n1 � �
i �
� �
m
N
y Y
E E
�
E m
` I °1 i
3I i 3
� a
i
a ! C� �
o cl
I I, I
I II
i
�
� I i
� � ; � � � o s' �; � � � � � � s �� �! � � � � �
�
;
�
8 � 8 0 8 8 0 0 0; a � 9 o g 8 B 8 � ' ' ' � 8
8 8 8 8 0 0 0 0 0 8 8 8 0 0
� � � � � � � � �: � � � � � � � � � � � � � �
i
I
I
a: a� �� a� a a� I a: I
C N C C ry C N C ry C�p N C N I
6 9 � a�p 6 V 4 9 O,y , a•p �
« � 2t ..d. 2e .°1. � 2E « � u�i •�• � � « � u�i � « � y�
;C O � L "� t O C t O Yf L O Y1 L 0 IA L 0 N
3 E � 3 � 3 E� 3 E o 3 � 0 3 E o � 3 E o �
3 0 �i 3 ei 3 0 « ; o � 3 0 « 3 � oi I 3 � «
n '- a z n - a u - n - n I n -
E �
o n � a E 'o a E p c E o g E o n !': E o °a
L L � � L E L t E L L E O G L L E L L E �� � � � � � L L E O � � G G C O O
3 3 °u z ; $ 3 3 °u 3 3 3 z z 3 3 3 3 3 °u ' z z z z z 3 3 °u z z z z z z z z
I
I
LL LL LL Z 2
I
�
> > > > > r > > > � > > a. �. > > > > > > a d >
� c a oa c a c a � a c a c a � a c .o c.a a a a s c a a "'�ca c.a a u p a
E 'o E E 'o �E ;g, E :Q E o E 'o E 'o E "o E ' E ' E E 'aF� : E 'o E ' E 'aE '`E E � � E
y� N � � wy yN N Ny dy N n n h V y Nn � Ny H d � N p H
Q C Q Q C f Q G Q C � C Q C Q Cs Q C Q `Q Q � Q Q C � Q Q C Q Q y y Q
E O V �O � V O V u O u 'O O � u O u 'O O�C a a �9 '6 � 'O C a �C O a m 9
m � m �m � a � s � B � � � � ` � � , a �m m m �� � � � � � �� m ; 3 s
a a a - � - a a a' a a_ a a;_ o 0
= m = m= m = m � - m = m qm � m , q = m- � m q q Amiq � n a �
33 3 33 33 33 33 33 33 33 i 3 �3 3 3 3 33 3 3 3 �3 3 3
.", � = I « u' L d � � �
g 3 C � N N O � 3 I " V W Y N � C O � A N
O > w q C U U O A �O � u � N
« _L' q c w q � � ° j w � `o_ 0 5 `o_ 3 3 „ a`' � « «
t ai ° d v S° �° �i o m a�i I $ d .� .E .� .� � � � �' o �° �° �°
a � O o a+ `N u «
� � - - 'O C C d O O O O O O O O � � - � � O O O �
�- O d m '^ ``p� `^ 9 .�-1 .-1 .�r .�i .Ni .�-� eNi �N-1 � +��' ; w 3 emi .��1 .m�a
'C r E C r � �. r � w au�r � y d d ✓ L L
� 5 y c "c = � H �+� - �,. u � � r �
1� « �« «
N q ^ W O � d � � J � �J J �F�� �J J o N J �J J
W E U N 01 VI 3 N N � N V1 VI N Q VI N W Z C N N N
I� �
I LL A
� N `
� ~ Q
ci u u c.i �,i u c.i c.i c.i; 's c� v c.i c,i u u I u c.i c.i c.i u m c� c,i u
M VI N N VI cA N N N� �p N Vf VI IA Yf Vf VI VI VI Vl In 7 y� � (1�
� � � � � � � � �j Q � � � �' � � � � � � � � � � �
- -- -- d
; ; e
v1 4LL
� ( O �
l0 1� 00 fT O �-1 N O tr1 V 0 tA t0 1� 00 Ol tD rl N M V 1/1 O t0 I� 00
O V V V V7 V1 VI N Ui 1/1� � t!1 VI ln V1 Vf �A �O �O tD lD �D M �D �O �O
m 61 [� tL m ffl f� � f� m �"� C� fL m CD f9 fd fD m CO Ca [a �'q C� [d Ca
d d ¢ d "d "d "d � � "d� « � "d "d "d ¢ ¢ "d ¢ "d ¢ "d « "d "d "d
� � � � � � � � � �' � � f � � � � � � � � � � � � �
i
g
€
A
[Wall Board Assembly F ND
(.W BAuJ come ip nt Good Low
8
8
8
ON
wh cmpd w white paint:7%
wh joint compound: 2%
composite: 0.55%
wh cmpd w white paint:7%
wh joint compound: 2%
composite: 0.55%
Wall Board Assembly
f W BAI / corner joint
Wall Board Assembly
(WBA) / corner joint
Wall Board Assembly
(WBA) / corner joint
Suite 130, vault area
_lob�v
Suite 130, vault area,
interior storeroom
III_
Suite 130, vaulot area,
interior storeroom
Suite 120, Lg. Room
M-ASB72 MiSC.
C1
In
CJ
in
C1
,
vto
Q
M-ASB70
N/�
Q
,tom.
APPENDIX B
LABORATORY ANALYSIS
MEC Inc 2015.137-T
9
Reservoirs Environmental,Inc. Etteciive January t,2015
Reservoirs ErnironmenWl QA Manual 7:�pApC\LablReservoirs Environmentai pA Manual.doc
RE� Reservvirs Environrnental /nc.
T '
August 27,2015 Subcontract Number: NA
Laboratory Report: RES 330129-2
Project#/P.O.# 2015.137
Project Description: 822 7th St-Main Blds
Mahoney Environmental
1601 10th Avenue
Greeley CO 80631
Dear Customer,
Reservoirs Environmental, Inc. is an analytical laboratory accredited for the analysis of Industrial Hygiene and
Environmental matrices by the National Voluntary Laboratory Accreditation Program (NVLAP), Lab Code 101896-0
for Transmission Electron Microscopy (TEM) and Polarized Light Microscopy (PLM) analysis and the American
fndustrial Hygiene Association (AIHA), Lab ID 101533 - Accreditation Certificate #480 for Phase Contrast
� Microscopy (PCM) analysis. This laboratory is currently proficient in both Proficiency Testing and PAT programs
respectively.
Reservoirs Environmental, Inc. has analyzed the following samples for asbestos content as per your request. The
analysis has been completed in general accordance with the appropriate methodology as stated in the attached
analysis table.The results have been submitted to your office.
RES 330129-2 is the job number assigned to this study. This.report is considered highty confidential
and the sole property of the customer. Reservoirs Environmental, Inc. will not discuss any part of this study wrth
personnel other than those of the client. The results described in this report only apply to the samples analyzed.
This report must not be used to claim endorsement of products or analytical results by NVLAP or any agency of the
U.S. Government. This report shall not be reproduced except in full, without written approval from Reservoirs
Environmental, Inc. Samples will be disposed of after sixty days unless longer storage is requested. If you have any
questions about this report, please feel free to call 303-964-1986.
Sincerely,
v��t,L�l� �vl.�t.u,•>
Jeanne Spencer
President
R 303-964-1986 5801 Logan SVeet Suite 100 Denver,CO80218 1-866-RESI-ENV
F:303�4774275 w�vw.reilaD.com
Page 1 of 1
�� -
N� C j w � I� N I� O f� O O O O z E
_m � O p C � � � � � � � � m w S
L,m N�? Z� c mm
o LL a ��
m� , _
�a
� ww � ��
�� � U O !-
�Q U
m� ay�
W s ���o 0 0 ��o o � o 0 0 0 0 0 0
� do E Zv, oN"
H � vF N� °a
g � "� " ¢
0 D U E
m
�Q O
� ?�� U
Q �� `� d ^ M tp Q M O Q tD P9 O �D O Q Q
U Zf-I- C 3 I�C � ^ Z � Z � Z � Z Z Z
¢ N! � � CV O G
� � J i=�
p O t/l
W
U ••-••--••..
M .+ .,,
ya+ � a� 3 « a� �.°_.�
� O O y —
� O U o U o o O
� °' Z � �' � E �' �
c
a � V a v a U V U
� �C -�
� � � O O O
�a o � �fi � tn CO O O O
� N �
U
Z
J
a �
H Np
W
W � �
!� o� u`,
� c
Z o g
O � ' "
d = a g o
U �
l9 �
C1 �- � N � m
� N' c c c c N a
Z J W L N a �f6 fC f0 f6 � m
W � a, u� � a a a a � g
a � � L � d v m � �
� > O 3 � 3 3 3 3 � �
Y
0 Z } m � a — -0 3 3 3 `3 a S
m 7 � � �
�. � �a m m m ,�
� Z � o 0
W � � a � ,n a y^
y o E Q .c � E �o v v v ,_,
W i_ V v �o o m v c c c c
� N � � � � u� � m m ca �v `oo
a � 'o L L r t t � � � � �
� � .o a � � � � � a 'a a n. °?
O � m � �Q�w� Q m U o Q m Q Q Q �p
V Q c � � ��
W cr •_ 'A o M o 9:
Vr pl � N Qf N � l[') CO I� a0 cp
Q N W w b� h N r � � r � �
�- r� n � n �
Z �rMj C � � �N t0 � y 7 � s�- � � � �
N
V W N � N �a � 3 t0 � � � �L � � �,
WR' � N aD 4 W N Q J _ W W W W W �
�' �c
N �
rn
N o
}
Q " �
Z O d
v
' Y a ° a�i � d
�f J a� .�- .� � E
�a � � y � � o
� � � a 2 � � Q a`�i
��
J � � � N
0 o p. � a�i a�i Q � a �N �
ww a ° ° � 3 � m ` � � � � �i m �`"
H W o a a � � o � ,,,,, d m m m m m = A
�� m � d d a�i � L E � d � � Q Q Q Q Q g ��
00
z� H � U U U O � H � �J � z � � � � g W ��
� n:LL
�x
�'.w a; O p c � N O � O � N O O G�D �'4.
Z``m m y Z� c � rom
j f .�'O LL a �'�
�CS �Q
W c E gS�
v O
�� 3¢ U �
d� '�y r
W 0 �� O O O N �\ � O l� O O a0 O O O
S �N,e E Z Vj O N" � N � O) N
c
� � v ~ NLL �C.
2 C U U Q G
� O �Q O
� Q�� U
� 0 0 O G G C G � �
a Z~~ � � e~a " Z Z 2 Z 2 2 Z 2 2
� ,� > �
d O W
W
� ......-••..
�
.N
�
� �
tl) d
Q �
� � o � 0D � O 00
f1J d � tn h � (O f� � N t!7
V
Z
J
` N
r $
W � �
� a �
Z o �
O � ' ''
� = o a �s
d
�
o �•- v v ;
� U .VJ'a C � m a
Z A W t N p, (0
(jJ � � � N N � b
� N
� L � �
� � O c 3 c � �'
z > '_' ' 3 � J
O O � �
� m m � � o � o o � a
Z � `� �' a �, a � �
� � p Q.c @ E -o p. E c v �
I,�J f' V :° .0 3 c�i c �o � o c �
� o � � � :? :? `° :? :; u? `° o
a '� 'o t � t t c :� � :c � �
� � � a __ � � � � 'a � � � 'a m
O c pp eo �Q}w� Q m U 0 w Q m U 0 �
U Q c � � �
W p� •C �i N Of N �
� O
� � � �
Q N W ++ �ci� r� a� � r� �
I� O � h N N � ` N d � � �O
Z M C � aL,+ N � � � 7 � � �
N
O
� � � N CD Q W N Q J � W W T
W �
n. �
�
N �
N `o
J �
Z O �
= a a o .v �
v
�a � � Q �� �' �
U
� N
�� � � Z � � Q �
�� � �
�� d Z N N n, 'v p. i, �'�
„W !il o a a�`. � o � d ` �n �n �
�N
� � -� �- v� o v� � a � u�i v�i q
�� m � a��i a��i a�i .� � E °? a� � = Q ¢ � ��
�� Fa- � U U U � � H � V t/1 2 � � !W- a ii
�� o v C y� � N O O h O �A O N t0 O O O 2 E
'. `°a 0; O p C � O O � O� 1� � f� O O Of w'4.
L�`m i°� Z� c m m
�s E_ � O �'m
�a w•`- E ��
m m F'i o �
m� aNd �
w� ��o O o � �o � o o O O tf� O aO � O O O
�S N o E Z Vl O N�-' � N � N
c
W y N y � C
� � �ii Q� a
� o `t'i �
v Q o
Z E
m 0� � U
� 2►-H io ,;; .� � 0 0 �"� O � G G O C � � 0
� � N R � Z 2 Z Z o Z Z Z Z Z 2 Z
� > �
o C W
� .........
�,
w d w
�, —
d � •y
� � N C.
d
� � E
a � � c°�
� f° � oo �no �n �n 000r�
�� ,n � �- '- cD � co r� r- r- r- co
v
z
a �
� �
'Z � o
� W �
Z o g
O '' ' "
� m � o g �
9 �.� � m �
V Q- c m a� 3 m
fl. � a
Z ,o W s m °- � i° m
LLI -� � a a� � L w �
a � � t 3 �
�
� '� -0 3 � v � m
a� �
� Z > Y ? 3 � o a j
� �- m c o' c — � 3 0' c a — a �
m �; � o � io a m3 m � E m3 ,�
N� Z � °- � a � � Z` 3 Q ° Z`
� p p_ E c E � 3 � p_ �' E c -p w
(yJ �' V �° c�i .Q c�i � � � � rn c� .� c
� y � � d ;a� a% � � >, � °? m ?; ?? � �°
� � 'O t .L :c L � cLv � :c L t t c
� d � a � � � � a C7a � � � 'Sa °;
O e m � �¢} w� Q m U � W ¢ m Q m U � w @
U Q c � � �
W N "y �{p O 1"f O +%
Ve N W g N Ol N L � � n �
H O �`P � N � L N � � � � �
Z M C � a��+ w 1�D � � � � � � �
�
O
O 1� 3 3
� 4.' Z' N oo Q W N Q J � W W W T
W �
a
.�
v_� �
� o
�
J „�
z O v
� �
� Y a � y � m
f J � .a .≥ T E
�¢ � � °�'
a � �, m o
�
�c � � Z 0 � Q N
�� J � � �i a��i d �
fi� a Z .a� d o. � a o c� �' ��
« o o E � E �
W W w o a a � o m d d co co c� � q
L'� J ' .. � o � +. a� CO CD m Q X�
�� m � a�i a�i a�i � L E « °1 � � Q Q Q g ��
�� F4'- � U U U 0 � F7 � U N 2 � � � � n�
�x
o a C �+N o N O O O � O � O O O O �A O O 2 E
`�m N O p C � O O � N O � O h O O � O a0 w$
�� � � Z � � � .- .- � � .- m m
�f �=' � o ��
�� N � a ��
� w� E
�� @ � o �
f'sm �a U
mE � v�d C aJ y^
W L v�O O O � C o � O O O ^ � O cO,� O O � O N
� a�o E Z �nOa�"
w Ov �= �� o
�LL a
Z d � �� Q
y CO V U �
°' �°Q U
� �� �
d o O � G G G G 0 O C G 0 0 0 �
� Z~~ _ � � '.�r 2 Z Z Z Z Z Z Z Z Z Z Z Z 2
m
a +�+ > «.
0 , O y
W
U .........
�
�
H!
.a �
N d
Q �
� r �
@ o � T � � O O O O � r r r ^ h
<n a
(�
Z
J
Q `°
H g
'Z � o
� a �
�
Z o �' �
� � ' �
� c � �
d a� � g
�• m
Cj n c�� c c N ' m
Z j '� a `�i 3 a o' N d a
W p, ' o � � � � �
(n Q J NL m = �
N
Q: z O Y � � 3 � � � 3 j � �
� � m fl-c — � c o' � � � o- � a �
m y � 7 f0 O 7 E '6 U) ] � �, ,�
W Z 3 $ o. Z` � °. � m c o- � -o �
y O o a.c Ev �. E a .� � 'N � a � � _
W ~ v �° o � � i° � `° o � °' � `° o � �
� O � :? a? :? 1° °' c? d � °' a? °3 °? d °' °o
a � �O L L t C �L> ->C .C � L�j L> L> L � � �
� d � a � � 3 a J > ? � J > > > � � �
O c m � �¢ >-w� ¢ m U o Q m U o w ¢ m U o w @
V � c � � �
N ' � � Y
� p'� C � N � N ` oD a�0 a�0 �
F-' O �' 1� N N � ` N � � . n � 'O
Z I•Mj C aM- w N � 3 y 7 � r � �
W o � t� � � � � 2 �
� Q' �i N � Q W N Q J � W W W >'
W �
a �
.�
v� �
tA o
}
J �
Z O �
� Y a ° a�i � �
� J � a � N E
�° m �" � 'U a�i c c°�
�� � � Z � � N �
§€ pJ � y a��i o, .o Q 'N ��
wW W o aa � 'o � °� d m m m � �
c �
�� J ' •• cn o � � "' a,a Q ��
t°g m � c c c a� � c a� d E £ Q Q Q g ��
°��' Q w � .� � � � � @ • �v � � � R�
�� F� d' UUUO � � � UfA2 � � � FW�- aii
�g
�D c `� w � o00 OO oo � o �n 'z�
�� p; ooc � oo � o �n o0 oao w
z,� `°� Z� c wm
�� E_ � a �m
� ' o
m W c � ��
O
�� @ V �
�d �Q U
v E v y 4;
W� �� O O O � �\ � � O �' O O O � O �
� N o E Z N O N" F F- � H � OD
w � v F- � � O
g „ ,; �� Q�. Q
o u t'i E
� �Q o
� ?�� U
� z�F R � o O G 0 G � G 0 G G G
� � � £ °.�.. Z 2 Z Z 2 2 2 Z Z 2
� r > «
a C W
U .........
�
r
d
.a �
tl) d
4 c
�
�r
�a o o cD o
" a co rn v rn �n �n �n �n ao
U
? rn rn
J c c
Q U U ro
� U � � N
�
W � @ � � O
C � � O O �
3 =
O � � � ° � � ^
� � o �, a .n ' � °
O �' «f >, T V ?? d
J V ul'Q U I� N d �n �
Z l�0 W L U � m C G � a
W Jc� � �0 � L L a � "�'' .�
� � o a �,
N a J c E m -o — � �,
� � 3 3 0 ,` � �
� Z O Y � ��p � '� � n �' � �
0 m m 3 � � � c � -o a
Y. Z = � V U U U p O C �
W p o � � m m m 3 E Q � � a�
W F" U o- E .n@ E �m � c°� `� o � �
� � ,'� � :.' 0 3 a� a�i � y �- �' w? �? L �°
a � o L � o � � o � � � t t �
g d � a � � mE c� mE �- � 3 � � ai
O c m � �Q>-w� Q m U Q m ¢ m U o w �
t� Q c � � �
W p� C '�i�' N O��f N 1� 00 � fp
Q �'' W •� �ti n: �: d � °r° � E
Z � � � « y � � m � v v v �
V Nt � N �< _ � �Z � �°
� Q' rG N oN0 Q W N Q J � W W W �'
W �
�
'c
N �
N o
� oJ ,�
Z O �
v
Q n: Q ,o ,o c
�� � � a � �` E
m � E oi � o
�� � d Z 0 � Q N
�� J � � �'i a_�i N �'
S� a Z '� � o' c °' c� r� ao i, ��
HW W o a a � o m d m` cD co co � °t q
� J ' „ � � � a+ Q� m m m c ��
�g m cn d � � d t E � d E � Q ¢ ¢ g ��
�� H � U U U 0 � !� 0 U N 2 � � � w m
H n:LL
�s
u� m ^ E
�. �'.�'u a7 O p � � � O O � � � � n W a
�� E� Z� O ��
� � O LL a �Q
. -°,� W� O dS�
�� �Q V �
�p N N
w`e �,�,�'o 0 0 � �o � � � N � � a N
� do E Zu, od'�'
w �� u> � � �
� v ~ q1 I�l 0.
Z C U� Q E
� z �Q O
� Q� � U
� Z 1-F- � y � o Z Z Z Z Z N N Z O
Q w ^! �+
� O y
W
� •••-•-.....
Y1
v a> a� «
N — —
d O O O
fH d
� � � � �
a � V U U
ar
� � o
c�a. �n n ao a�o co � � �
U
Z
Q '°
Z o 0
� �
o�
a �
Z o �
r
� d C o o `o
� � V O V m �
C) �' c � m
Z m t v�i � a � �? a
W m �
W � � �� a m �
�, � O Y 3 3 � 3 a � � B'
O >- m � °a � � a2' a �
� m "' o' o c o � c y=
Z � a � m a � m
N O a aE c � QE c � a�
H V �° cg .� .c �v � :o c
� v� � � m � �- � � � a o
O �- �- �- .. �- �- �- �
� � � a _ __ � 's � �' � 's � �' °'
O � m � �¢�w� ¢ m U o ¢ m U o m
t1 Q c � � �
W � C g N � N �
O �p
(' � O� O� �
a d
I� O �' �'' N N O ` N � 1� 1� C
Z M C � � i�/1 1O � y 7 e�T— � 7
O O
� � � N a0 Q W N Q J � W W T
W �
a
.�
vi �,
N o
} ..
J �
Z � �
= a n' o v v �
d
c¢ _ � ��j N �' �
C7 m .. E y N C U
�� � n z � � Q �
y �
e e a = U U a� a� �' ,�
€€ Z 'o 0 O' c a' ` rn o ?^ �N
W ` ` � � E
�� J o an. � a o � ., a� m m Q ��
a o o � c u� c�
q� Q w .a�i a� a�i � � E ui d R 3 ¢ ¢ � ��
¢� F- � UUU � � H � C� fAz g � � aLL
�� - �a
�'� N O p � � O .— � 0O O O � a0 W R
t�m 1° d Z � C tn m
�� �� LL O ��
G Q N C a ��
'�d W �
m� � O .-
'� �Q U
W Q ��O O O � �o O � O N O O a0 N .;,�'��+�\
�c �N,o � 2 UJ O N " Q
v� � V � �� O (�
O �F� QLLE r! c �
g z �¢ o '� _ �
� �� y V �'�:j� �
o "
Zt-1- +' � A � F�- 'e 2 N �! 2 �! 2 Z Z 2 � �
� � y� � o � o �.� i �
o �,,, > y � Q
o O . �
� ....W... ��
� �,
.+ ..
+�,+ ar 3 a� � « `,
� � � r � « n ,
:. ti
� .�l
� 5 � � E
a � c.Lia° � a° ci �� „
, „
.n C o � in
c�a � v cc � � ao � � � v� m
-�_
_ - - �.°i`°c Q
Z :5'�
` ��� N
r \
Z o O
� � >
� �
Z o � $
O ; �
a' m o c ' r° g �
o �• � 'm v s d „
� V �N � c a � a .. � a
Z A W .C tV =O .��. N 41 VJ L"i
(jJ -' � n. N a L � J ?' �
a � � E 3 � O' � �,
�
� g o � � _ � o _ ; a �,
z > Y w3 � �� � 3 m �
� m m 3 � .c�' � c � a �
.; � �
� 2 c 3 c°� @ c�i a m
� � � •� Q ,c � c E p_ �, �
liJ �' V a � .� � .o c�i Y° c� •-
�
� O � :? a; � a ?3 :? :? °' o°
� � .� a � 33 �' � 3 � �' a�
O c m � � Qrw� ¢ m c� � ¢ m U � �
U Q e � � r
W N 'j 1p O M O +�-�
� � C � N OI N ` � � �
Q N W +� �tS� A di r r �
H M d,,�,� = � o � r E � � �
Z �y C � .+ M �p 3 M � � � �
� az �
0
� W 1° � N � a � � � � u�j W �'
W � � N OD Q W N Q �
a 2
� �
� o
J �
Z � �
Q a c �
� .ov a �
�� � � �a �� �` E
U
m �� � y N C U
cc � .D ZO � ¢ �
J E 2'i �i a�'i ai �'
s s �' Z .N N p. v p, i. 'c6�
ww W � ° � � � E y ` n r m r'q
o� J ° ._ aacnp � c� � a� � � � �
mg m � � � � wLE � d � � Q ¢ � ��
¢� H �' UUU � r2F=- 0 U (AZ � � I-W- aa
y k � ,� _t �;�� �.,. �,����1 � _
� � � �,
Z � ; � ` �
g � `z �
N � `� r .. � � `
G — "" a n ,
d tl
rMi � R � i
(n r a �i a'E 7
� m �' � � ° m � �E �~ o
ti Z
� '� � I� �'' � � M V� y -'
o � a � W � 4 � . , ,ti , .� � o ; E "
o � � � � ��� ,`�v.�,� �?���''t=�'"'-""z .?�- � M �
g 9 � � � n o m �� ~ c�.4 � � ��. v3���au�j� � g �
o :5 � u �\ q Q p � � �� i; s�ea��e1�0�;� "-� -� �--�.... "" -� --,. __ .�.. � . � U W
u .� ` � ` �� �� �� n ,; a���IeN3 �' , ... _ ,
� � �. > Q 7 $ � � � C�";���i\R.`�Cl.."��",�l ",�.��a'�.r� � a E
[, F- �? c] � f � %n � m
C q � � � e es;y�r('I)ewn�C�n:r�iweS � N ~ ?s �
� V C 6 f5
2
� ° �� � � n
��w. � �.
� � l� .i�1fSNii"iNlt7XfJ'nl7LlINIS.H3ldOCK�. � .�
�,'; F' �.� ;��� ,:a�.. � � �.c;�..�,:-,.�oci i� ,.,nf,r.'e��.,a;c�.1S Ptoyq �35 � --� �
]�y � �
''� � \ o J`� ali:uw�:o.nu3�C lyl ��Ci:,Gaip �ni!!O } � �y � 1 J
�� ���)} ��J- �a�<,'t.larp.o�l� �+:;xR;�� 0 � �
p � J �� �jI/�-.
�p� t� U tY:�:PPY'B�R(to %: .,, O g � Iil
\!� W�� r t4 Q�1C PIb1JR[j'(�:lAlO'J 9:Plu��'4JJOt/41ih0A��p�QOA�tyy G �� � y
O
� � �� J . � . '� R
h f, �\) � R� � u�au�V�'.�'.O x� �f. qwssy�a'�:c,n.'+,e^Kr.:� � �n ln�� w .i
�{' ro
�'' � ��,� o �, ❑ �c�:a.�pR.enp x7�i. ieFs�Y�X��du�� snab�e g o:.ais,7 �e � m c �'
u! �Jh�S:O�i�+3 e„nua,i4a,�Wno��alei3"'4�:eV'suMnillvd x G � " e L
C,', � � a � � 5 -„n a a
°' T: � a ssa H1yw s�iHv�ao � €� �-t�
�.. �'1 � �� ,7
N u _ '' l� {{tl ��Ssl-'iW4 B�.ui�C��DlAfst dl�l 4Y11:1N �
��#� w � ._._..— ._T�_.._----14k�NisW� Sl`YilNi f �. b p
�a � � �w,�,�a ��:�i .�srw � £ � t V a�
� . . . . . � � � 7
R':� Q
W' � �) V}f50 fi00EC `r4'i'rL ' it�d . -.-- . _� �� O �c � ,�i
a � �:ik,,��,��,;�os� ,C.,,i^:yy ;�,trp�u,:,5 ;���;, � = ,.�5 � �
� � � _ r�
n � 1-, i` 11Sr��::s�71rF3 �I't• �7 �ZQVG �II;w.el V?i?NV �N31 � v � v v
y° z , o
i
��� tlJ 'i� s+t�w:�p :�caifn;ol '::.rr7��� ucaa�4o:+S M7'td .1i. � �J "'V.`z� V '�"1- m � � t � ro
v �
f�� Q �y� a G� ��-.' c �
�� LL ;j ._ O p � � ^ _.-ti,. — —
� di t
� � �% ± �
LL �
� � � `�� : m $ �� �
(�a ` �' � E ,-; �`� g � ; ti a� �J q�
�� ��`:�� .,� �n `� �o 'o m � � �b � _ E t
nM i' O � � � R n � � I � +o c: � � F F-
W ` \ � --- � �j � E �� C o � � �� !� ��-. li
{ � N _ U v, � ^ � Q a� � Q y :'
� � S� � ^ � rJ q 9 x I= � j � �` �y N 10
;�, l,\ � `') � :n d O � � �$ y � � Q 'L �� O O
�� � 2` �� '�I � � 3 ■
J �) � � � � �1 � ��� `� � Q � I� L � ��-�� � `w
,� `r� r_ _ ^ � . ro � F, = w ` '� r, ,��d ,`.;
�� V` N O t � .r ° v � �i �c -�..: ... 0 £� � .�-..1
iQi �} If a � ry ^I � , ~ R G S� � ��� LL W
� ,� Y ° � � I Q I � ��� � � � `� � �
�
.\ C�I� � y. S 7 � = G (Y ` � � N � � W W
� ip �9 N P � ` I � � � � � �
ro �
� � ui y a[ a r z � Z' i �0 4 c v sp'
�^�``v� �('� ? a V O I I ' 7- q v o O v. : ;, � \ � 8 �e o`. a
rl �~ \ ry in Y � `�� '��Iolsi� � `a\� ���� ' "^%�� � �� ^
i � �� �,� U � r � � �� � � ��� �l ) � � c V --' .
N� � � , � f � � °' E � - c � �� � �� ��� � r � .. p�
Q m a � :
C� � � � m i� � a L c : a � � �` Y������:v �" �� h ¢x �{
Q Q ,`�-,�! � '� `� '.'i y '� �o w � U � � � � � 1 � � ( 1 � ( \ � ` � x � G � U V
� � � �� � O � � � � ^ � c u � q y N � � \�� � �`��~ � � N p,5
� � a � v ac rYi � �'J m � � � � c ��_ • ��`.� � � � � � �4 y r
0 F- e c �e ' 'dt � . c
� N � � 2 $ � � W v � � �Ca3 o t o o z . N � '� ` C � s
� �- P � � ' O � I O � � {p w '" ri
0 Q �c i Y d a 6 t1 U � G.' is. O .� W a � ..,1 S H l� � N M �t 4'f t0 h CO Cf �... 2 � J¢ �O
�
�
r Io $z � i� .3 rr,��,�v t� ('i1
� .-, l'
m � � �
� � � r
..�
� , � :
� L
o a � v n fi = i E
Wy H �i O � R F' C �
Q Y � y LL q Y U �
�e ? ■ 3 E
v n .i 4 �. n � �`,���.\ . _. .
� 0 a y � a-�� �"�.,C��������
s�..
x l � t�
V " 04 � • �'��q,.�y��L., � l-
q � O j� U .7 \'.l�"�«.)� . �� �
iF e ���
� 4 v � � � ' s�au�e{uo�g '_ -�.. �_ �- � -� �. _� ..._ —.
' , Y� . .
,� . u N � 2 � �Do��MtY€ , tr,�`�1�:1"cr`�.�[l�� C�
> a � € . - i 1._
r
✓J ₹ m ti+Y!�li
j �wnloA 9{dtu.$
O
�531ON tl3H1V il0 Slvt11N1 S.U3'Ic1tV5
vuWar.aanp �o •i�. w;nA�G;teij F+cU5 Plnfy ' ....... . . . .. _.,
�euwuaw�enu3►�TO'1'uK�nc�B aau�0 ' . .
�x•:r�N'-�'O v'�f• xHHb,6s�4> .. .
O
<A �GiICJ�Y"1�bnQ q•/. W 9 A+�O
v� ;,�..�fl ai,,,�o�•;s�a���:��;,vw,�,���op.��w o
s �
J
zc�.:��e:�p:.�unp»•/. iUU0{IIaJ'��PUPII���.71 � - . .
a ua;tl'�Jiytl`KJ
O .,, . .a��e::JIUOWP'J 0!9fA'�8 S���8�� LN lStO
� �c_j a�::n.;uwFeS";ww�s�e�d�'Qo�r7'suo4eUKd
N —
W HL3W�8'JMii'JilO
� .:v.;;t+e.oi'1 e+����+GlMA d171 B N1f:iH
Q. �.�'__._.___'_.T__(i)YI.dICN ' SI�A�Cs �
. . . N
*n��a iewx • tsno . . . m
�_�._-.... _... . .-. _ . � ._ _ . _ .
7I
VFISO �BIXia. Vi,QV! W�d � . . . Q
sA9�d 4x:ip+ii'OSI `�Yn�o»��y twn'.1���uNr � �
;uen0 ''l. OSf �Z0YL 'lI K�wl �:R13HV � ri31. '7
:x+o��ucd Ziada.i0.�o� -:n�fu.;m-.�S �11d �'e-'`+.� ^l._e-; J6.j .. . .. ....
e `
�� JI I
r�i
i� ;
� p
Y (�Js `'�I �
C�� � `� _.
a., � 9 I
a �,�. �,
a G
• � J
�� �J �
��-� o
�.� �� 4
��3 r� � �
� ..�; �
; L:� ��--- �-� � -
,�,,
N �:�
��� � � � �, ,,, �.-
L,� _ , °' ��� ���`:� �cl '�� '�r0
� �) � `��-:3��3'lY � ���ti '
��' � � ��.,,�v�����t�i�'���Y�pn�
�� n :��r��C r,�' �� � �;S ���`'
� �
�` ('f`� n, ,'�,,`� �� ��;�� �.��
'�, � � p �.-�'C�'`,�' �` y `,C'�� �.
� C .�' L \
c o � ,� � -� ���`
" � E c � �
N D G;
� ll! � � � sv r. r � � � cD �' � N�N N N I N N I f+�CO O� O � N e� I t
" a. N N N M H 1'f e�/ ��"f rN'f r�'f ��'f r�'7 M V I �R�
__. ;
� �t
- �l11���II�
. . _ . .+i� �;�S sr y � �.
. . . _..iq �'� �P '�
, ' �4 ,:. . ..a e���°• r i
. �3�ffi� �+k..4#w :aNi5 7F+k 3.Y'^xr ii�'.�a�b �
ks.`a�Lo-a k+a�r�'•3xfdN`�.•
s�r'�s$,
� �� � �� � �.. � � � ��'� ,�ar.`.A
� ;-�x&s �'^'����.
� ,.,.s�r, �a..�,...,x�t- ...>+—�z�:rn+� .c:t�- ,r:�w..w�.,
i �
F �
z«
�
E
3
��� � �
�, �
�� , _��� �
. �---�----t� �„ ;
� �-�--�_ � �� ...���� �
� a 11 � tl� �� { � K ..
...} � � :'. . � .. y� � .
� �
� �w.�i } � . i 3 � � �+F .
. .. � � � � . � � � � :. � .� � ., � .
p �� ' �� � 3� ' I� �
� �' � t, � �
£ � � � ,
t + * ; '�
i �
�� � � � ' �� � � � ��
r j � �
� � �}�t
. � "� .. ��.� �. �. � � t
°� � � �� s � � '
� � $
� _
� � � }
,.. 1 � `
� a i +T�
. , . .� �.: ...i
. �_j �� �{ :�t � � �.�'.
.. ' . .l F} . .. '
4
i
�: �
r
� i
� ts �
muc,u m
. ` d ...k,.,....._ ..,� _
��
. . f .�>� ��.
' 4 i
� :.. � '.....:.
, � �
� +'� r v�
�s .'�s"'��",. rt �+�-�..,,...,;�,�� �r.�,.�.>, �e t�— ,� � s �'{� `a%�I�����'
�:r zT ,�� � , 4C � �
APPENDIX C
HISTORICAL BUILDING PLAN SCHEMATICS
MEC Inc 2015.137-T
10
r 3 s
� z � x � � �
�-z a ' :� 3 � � ' s
� �. `� ��:�.�-� �v:"�r r��.€.�s„�. "�r;x�� y-�«,j� ,#� .„r",t�er`,�'��'^`�� �,,�:�=�� ��-�e . 4,�.. x.. :
'� �si:
r���Fji r ..
• ,� ,�
M
'i� f .
,.. .�._ �. -.;���,.�
,_ �-
"+���
,
�
�����
, ,
. � �
� �
�
,
. `
� � ,.
.
., � �:
�`:
. .
� .
t
. � � ��
�
.
w
. �
�
,
� �
�
. : �
� : ��
.,.
, � : :.
.
� � �
r..,���� ��,�
� +�
�
e � t
E
� � * �
.� ������. . �� �� `Y �� �
�?'�t� .. � _ e� .4 �-.��- �. � ,f :fi-.t �'-..� �`rx x n. �� -
n ,� �, v L �t-� v�, Y�' _ � �` �,�`�'�s�' '"� ..� x,� �:�, "Y. ,� �^`�,`� `'� �. ��'?°' y�.� ,
�� �y «s'�- � � -€ �s �` s -,�a L �� ��t �r.
t��a '� z ea�t�� `� ����i 3a.f1� �a � "��� t� x s.'�,+-o,,�� �..o-�'�'��.k��4��
�,`'� .�. > t�a�.� � �.n ��r�a� ,-� 4s �'.K tt. �„ t k r zk^ '�'5'� � +��- '��r'.k�T'��.' ..
c�`�J .�. C� `�P�`� x- r �;�` F� L � t .�, -E. .�' �a �,�g^".�-ri� .
� r' 1 t 3 �.m� � 'r s��„° rf�h.G' „��
. .� �: �, : �:,:..s. _
'. .. �� :a :, t ,.; r:
';,; .<._F :':�i
___�-..��- � „_ .� � �-
�`XG��b�� B
- SPE�iFiCATtQNS AND PROPOSED PRICpN��
This bid is for the demolition services of space to accornmodate a rsmodel at#h�h�,E�ri�r,� located 822 7�'
Street, Greeley, CO. Contractor sha(I be complete by December 15, 2015.
This is a turn-key project for interior demolition services (e.g. rsmove all sheet rock, ceiling grid, flooring
material, etc.) in the Annex building and the 1St floor remodei area of the main building. The 6uilding has had
asbestos sarnpling performed. The attached report contains the informatron regarding asbestos contasning
materials and appropriate mitigation requir�ments.
1. The building is at 822 7�'Street, Greefey, CO. The areas where the demolition will occur are in the
Annex building and the 1gt floor of the main building where a remodel rs forthcoming.
2. Project will inc[ude removal of all sheetrock from interror waUs. Exception: interior of elevator shaft shall
not be removed and sheetrock behind wall mounted electricai panels shall remain.
_ _
. Pra}ect�;il( ;relude re�oval of aii fiooring material and mastic.
4. Wali studs will remain.
5. Project wilt include removal of all cei{ing grsd and acoustical ceiling tife. Lights are to remain suspende�
by wire.
6. Electrical changes are not anticipated. Therefore, electrica! panels vysth sh�etr��k behind fhem shaii
not be removed.
7. Project will '►nclude removal of all restraom fixtures. Holes and water lines to be capped.
8. Project will include removal of store front offices at the 1St fioor office area.
9. Project will include remoual of aft casework.
10.All demolition actions shall be completed by December 15, 2015 so the remodel can remain on
schedule.
11. Regarding the amount of asbestos matertals (including materials with asbestos content of<1% or
>1%), estimated in both the Tower and the Annex Asbestos Inspection Reports respectively, it is
recommended that the demofition contractor/asbestos abatement contractor verify the amounts of
such materials in the preparation of their bids. Contractors may confirm the amounts during the bid
walk-through. Price shail be al!-inclusive.
i2.�1it asbestos containing materials and other materials are to be removed from site and disposed of in
accordance with applicable directives.
13. Demolition is anticipated to be done during normal business hours. However, if the demolition noise of
the 1 St floor portion impacts adjacent businesses, then those operations will need to be done afterhours.
14. Permits must be included sn price. Exception: Fees for permits through Weld County wiA be waive�d.
15. VVork will comply with atl applicable Federal, State and locai laws, ordnances and regulatory
requirements.
16. It is anticipated bid wilf be awarded on November 9, 2095.
17. Bids over$50,000 wil) require payment and perfarmance bonds. These fees shatl be included in bid
total.
18. Winning Bidder will be expected to enter into a contract(sample attached).
PRICING:
TOTAL $ ( � �� �� �C��
START DATE � -�� �'"�C/ ��
FINISN DATE ��-"�i' �"� � I � � C
� �-� �/-�-,�L,.1 Cl'J�"�
i- ��.--�G!� ( �.--
��-f�
BID REQUEST#61500176 Page 10
DEPARTMENT OF BUILDINGS AND GROUNDS
PHONE: (970) 304-6531
FAX: (970) 304-6532
WEBSITE: www.co.weld.co.us
1105 H STREET
P.O. BOX 758
GREELEY, COLORADO 80632
November 2, 2015
To: Board of County Commissioners
From: Toby Taylor
Subject: 822 7th Street Interior Demolition; Bid #61500176
As advertised, this bid is to perform demolition services on the interior of the building located at 822 7th
Street, Greeley in order to facility an upcoming remodel.
The low bid received was from Property Assurance and meets specifications. Therefore, Buildings and
Grounds is recommending the bid be awarded to Property Assurance for $114,307.00
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
02015 - z14
�(1wc- -
DATE OF BID: OCTOBER 21, 2015
REQUEST FOR: 822 7th ST INTERIOR DEMOLITION
DEPARTMENT: BLDGS & GROUNDS DEPT
BID NO: #B1500176
PRESENT DATE: OCTOBER 26, 2015
APPROVAL DATE: NOVEMBER 9, 2015
VENDOR
PROPERTY ASSURANCE
3858 SO KALAMATH ST
ENGLEWOOD CO 80110
COMPHREHENSIVE RISK SERVICES LLC
3005 W 29TH ST UNIT B
GREELEY CO 80631
PEAK ENVIRONMENTAL INC - COLORADO
465 SANTA FE DR
DENVER CO 80204
EAGLE ENVIRONMENTAL SOLUTIONS CORP
794 VENTEURA ST UNIT C
AURORA CO 80011
T-BONE CONSTRUCTION INC
1310 FORD ST
COLO SPRINGS CO 80915
BELFOR ENVIRONMENTAL INC
5075 KALAMATH ST
DENVER CO 80221
ORION ENVIRONMENTAL INC
4875 NEWPORT ST
COMMERCE CITY CO 80022
MORROW HOLDINGS LLC
Dba RISK REMOVAL LLC
6250 IRON FORGE RD
TIMNATH CO 80547
P\9157
**TOBY TAYLOR WILL BE REVIEWING THESE BIDS.
WELD COUNTY PURCHASING
1150 O Street Room 107, Greeley CO 80631
E -Mail: mwaltersco.weld.co.us
E-mail: reverettco.weld.co.us
Phone: (970) 356-4000, Ext 4222 or 4223
Fax: (970) 336-7226
TOTAL
$114,307.00
$123,685.49 11/2/15 12/14/15
$148,640.00 11/30/15 01/15/16
START
DATE
FINISH
DATE
$149,562.00
$174,643.00
$240,050.00
$242,495.00
$260,000.00
11/16/15 01/01/16
or 01/14/16
(at latest)
11/9-13/15 1/15/16
(or asap) (or sooner)
12/14/15 01/14/16
11/23/15 01/15/16
11/16/15 01/15/16
11/24/15 01/14/16
2015-3408
6Y)/7
Hello