Loading...
HomeMy WebLinkAbout20160813.tiff AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY& COMPREHENSIVE RISK SERVICES,LLC ASBESTOS REMOVAL THIS AGREEMENT is made and entered into this I day of 1- ,201k 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 Comprehensive Risk Services, a limited liability company, whose address is 3005 West 29th St. Unit B, Greeley,CO 80634,hereinafter referred to as"Contract Professional". WHEREAS,County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below;and WHEREAS,Contract Professional has the ability, qualifications, and time available to timely perform the services,and is willing to perform the services according to the terms of this Agreement. WHEREAS,Contract Professional is authorized to do business in the State of Colorado and has the time,skill,expertise,and experience necessary to provide the services as set forth below; NOW,THEREFORE,in consideration of the mutual promises and covenants contained herein,the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement.Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Proposal Package No. B B1600052".The RFP contains the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal.The Response confirms Contract Professional's obligations under this Agreement. 2.Service or Work. Contract Professional agrees to procure the materials,equipment and/or products necessary for the project and agrees to diligently provide all services, labor,personnel and materials necessary to perform and complete the project described in the Exhibits which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contract Professionals performing services of a similar nature to those described in this Agreement.Contract Professional shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional'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 e.; 4g-cr-r) .4/, /3, Ilp- agIS #,/&, /e- e-g6•da Ig Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contract Professional if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty(30)days written notice.Furthermore,this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However,nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1)the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and(3)the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination,County shall take possession of all materials,equipment,tools and facilities owned by County which Contract Professional is using,by whatever method it deems expedient;and,Contract Professional shall deliver to County all drawings,drafts or other documents it has completed or partially completed under this Agreement,together with all other items,materials and documents which have been paid for by County,and these items,materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked"DRAFT-INCOMPLETE." Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by 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 Contract Professional's successful completion of the services, and County's acceptance of the same,County agrees to pay an amount no greater than$36,264.17,which is the bid set forth in the Exhibits. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a"change order"authorizing such additional payment has been specifically approved by the Director of Weld County 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 Contract Professional under the terms of this Agreement for any amount in excess of the sum of the bid amount. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes,late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s)to County. Upon termination or expiration of this Agreement,unexpended funds advanced by County, if any,shall forthwith be returned to County. 14.4 County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement,County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year,without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25,title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution,Article X,Sec.20) 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers,agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment insurance or workers'compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes(if applicable)incurred pursuant to this Agreement.Contract Professional shall not have authorization,express or implied,to bind County to any agreement,liability or understanding,except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law. The Contract Professional agrees to indemnify and hold harmless Weld County for any claim related to asbestos exposure injury by any employee or subcontractor. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent,which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection,in its reasonable discretion,shall be assigned to the project. Contract Professional shall require each subcontractor,as approved by County and to the extent of the Services to be performed by the subcontractor,to be bound to Contract Professional by the terms of this Agreement,and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional,by this Agreement,assumes toward County.County shall have the right(but not the obligation)to enforce the provisions of this Agreement against any subcontractor hired by Contract Professional and Contract Professional shall cooperate in such process.The Contract Professional shall be responsible for the acts and omissions of its agents,employees and subcontractors. 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable),the property of County. In addition, all reports, documents, data,plans,drawings,records and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. a 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal,clearly denoting in red on the fmancial information at the top the word, "CONFIDENTIAL."However,Contract Professional is advised that as a public entity,Weld County must comply with the provisions of C.R.S.24-72-201,et seq.,with regard to public records,and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional agrees not to sell,assign,distribute,or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contract Professional agrees to advise its employees,agents,and consultants,of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contract Professional is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contract Professional must correct any failures or deficiencies.This warranty shall commence on the date of County's fmal inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. Upon completion of the work,Contract Professional shall submit to County originals of all test results,reports,etc.,generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of,or payment for,the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations,goods or services provided pursuant to this request.Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement,or any extension thereof,and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M.Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above-described policies by canceled or should any coverage be reduced before the expiration date thereof,the issuing company shall send written notice to the Weld County Director of General Services by certified mail,return receipt requested. Such written notice shall be sent thirty(30)days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten(10)days prior. If any policy is in excess of a deductible or self-insured retention,County must be notified by the Contract Professional.Contract Professional shall be responsible for the payment of any deductible or self-insured retention. County reserves the right to require Contract Professional to provide a bond,at no cost to County, in the amount of the deductible or self-insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements,and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional,its agents,representatives,employees,or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts,duration,or types. The Contract Professional shall maintain,at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality,technical accuracy,and quantity of all services provided,the timely delivery of said services,and the coordination of all services rendered by the Contract Professional and shall,without additional compensation,promptly remedy and correct any errors,omissions,or other deficiencies. INDEMNITY: The Contract Professional shall defend,indemnify and hold harmless County,its officers, agents,and employees,from and against injury,loss damage, liability,suits,actions,or willful acts or omissions of Contract Professional,or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act,claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances,regulation,law or court decree.The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person,persons,or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement,or on account of or in consequence of neglect of the Contract Professional in its methods or procedures;or in its provisions of the materials required herein,or from any claims or amounts arising or recovered under the Worker's Compensation Act,or other law, ordinance,order,or decree.The Contract Professional shall also,to the extent permitted by law, indemnify and hold harmless Weld County for all claims relating to the removal,transport, storage,and disposal of the asbestos. Further,the Contract Professional shall,to the extent permitted by law, indemnify and hold harmless Weld County for any claims relating to exposure to asbestos by future contractors hired to demolish the buildings,This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation,defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract,the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities,successors, or assigns,its elected officials,trustees,employees,agents,and volunteers for losses arising from the work performed by the Contract Professional for the County.A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain,and maintain at all times during the term of any Agreement,insurance in the following kinds and amounts: Workers'Compensation Insurance as required by state statute,and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act.,AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury,property damage,and liability assumed under the contract. $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury $50,000 any one fire;and $500,000 errors and omissions. $5,000 Medical payment one person Automobile Liability: Contract Professional shall maintain limits of$1,000,000 for bodily injury per person,$1,000,000 for bodily injury for each accident,and$1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned,hired,and non-owned vehicles used in the performance of this Contract. Professional Liability(Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts,errors and/or omissions, including design errors, if applicable,for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims-made basis,Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract;and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two(2)years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 2,000,000 Contractors Pollution Liability Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions(including asbestos)that may arise from the operations of the Contractor described in the Contractor's scope of services. Policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke,vapors,fumes,acids,alkalis,toxic chemicals, liquids,or gases,natural gas,waste materials,or other irritants,contaminants,or pollutants(including asbestos). If the coverage is written on a claims-made basis,the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract;and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three(3)years beginning from the time that work under this contract is completed. The policy shall be endorsed to include the following as Additional Insureds: "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". Minimum Limits: Per Loss $1,000,000 Aggregate $1,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement,and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage,in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals,sub-vendors,suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contract Professional.Contract Professional shall include all such subcontractors, independent Contract Professionals, sub-vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub-vendors suppliers or other entities upon request by the County. 14. Non-Assignment.Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder,without the prior written approval of County.Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall,at the option of County,automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15.Examination of Records. To the extent required by law,the Contractor agrees that any duly authorized representative of County, including the County Auditor,shall have access to and the right to examine and audit any books,documents,papers and records of Contractor,involving all matters and/or transactions related to this Agreement.The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions.Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God,fires, strikes,war,flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative")who shall make,within the scope of his or her authority,all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative.The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County 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 requiring signature for receipt;or (b) five (5) days following delivery to the United States Postal Service,postage prepaid addressed to a party at the address set forth in this contract;or (c)electronic transmission via email at the address set forth below,where a receipt or acknowledgment is required by the sending party;or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es)by written notice to the other. Notification Information: Contract Professional:Comprehensive Risk Services,LLC Attn.:President, Address:3005 West 29th St.Unit B Address:Greeley,CO 80634 E-mail: Facsimile: Coun : Name: Toby Taylor Position:Director of Buildings and Grounds Address: 1105 H Street Address:Greeley, CO 80632 E-mail: Facsimile: 18. Compliance with Law. Contract Professional shall strictly comply with all applicable federal and State laws,rules and regulations in effect or hereafter established,including without limitation,laws applicable to discrimination and unfair employment practices.Contract professional is responsible for the removal and disposal of the asbestos and for complying with all applicable laws regarding the removal,transport,storage, and disposal of the asbestos. 19. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations,representations,and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest—C.RS.§§24-18-201 et seq.and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect,that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests.During the term of this Agreement,Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement.Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement.No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board,committee or hold any such position which either by rule,practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 23. Severability. If any term or condition of this Agreement shall be held to be invalid,illegal,or unenforceable by a court of competent jurisdiction,this Agreement shall be construed and enforced without such provision,to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act§§24-10-101 et seq.,as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement,and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County,Colorado or its designee. 27. Choice of Law/Jurisdiction.Colorado law,and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws,rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E-Verify Program or State of Colorado program procedures to undertake pre- employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three(3)days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation,undertaken pursuant to C.R.S. §8-17.5-102(5),by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall,within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee,retained file copies of the documents,and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq.,County,may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. §24-76.5-103(3),if Contract Professional receives federal or state funds under the contract,Contract Professional must confirm that any individual natural person eighteen (18)years of age or older is lawfully present in the United States pursuant to C.R.S. §24-76.5-103(4),if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor,it hereby swears or affirms under penalty of perjury that it:(a)is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law,(b) shall produce one of the forms of identification required by C.R.S. §24-76.5-101',et seq.,and(c)shall produce one of the forms of identification required by C.R.S. §24-76.5-103 prior to the effective date of the contract. 29. Compliance with Davis-Bacon Wage Rates. Contract Professional understands and agrees that,if required by the provisions of the Exhibits the work shall be in compliance with the Davis- Bacon Wage Rates. (If compliance with this statute is required by County under this Agreement,a copy of the information is contained in the Exhibits, County's Request for Proposal,and is a part this Agreement.) 30. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional,concerning this Agreement,the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 31. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person.Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms.Both parties further agree that this Agreement,with the attached Exhibits A and B,is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements,oral or written,and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF,the parties hereto have signed this Agreement this / day of � L ,201k. CONTRACTROFESS 4+rZ�K By: -. Date it/!/1k Name: . 1.1"( r,8 Title: C. p WELD CO ATTEST: •& BOARD OF COUNTY COMMISSIONERS Weld C'n ty erk to the :o• d WELD COUNTY,COLORADO BY: i..'_ ...� ..�i✓►�& i i �� 1 u.Kc. eputy Cle to the : ��� �' ��ike Freeman „ ', APR 1 3 2016 APPROV D AS TO FUND G: k PROVED AS TO SUBSTANCE: Controller 'l►' �� lecte i artment Head APP D AS T FORM: tl(;Q{}l / Director of General rvices /!/County Attorney 020/6— ' ' REQUEST FOR BID ' • WELD COUNTY, COLORADO & 4 1150 O STREET ��� GREELEY, CO 80631 Rr r DATE: FEBRUARY 10, 2016 4 BID NUMBER:#B1600052 DESCRIPTION:ASBESTOS REMOVAL-CR#49 BLDGS Lois t- DEPARTMENT: BUILDINGS&GROUNDS DEPT 1 MANDATORY PRE-BID CONFERENCE DATE: 2/16/16 @ 8:00 AM BID OPENING DATE: 2/22116 @ 10:00 AM 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Director of General Services(collectively referred to herein as,"Weld County"),wishes to purchase the following: ASBESTOS REMOVAL-COUNTY ROAD#49 BLDGS. A mandatory pre-bid conference will be held at 8:00 a.m., on TUESDAY. FEBRUARY 16. 2016 at the building located at 26589 County Road 49,Greeley,CO 80631. Bidders must participate and record their presence at the pre-bid conference to be allowed to submit bids. Bids will 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:(MONDAY,FEBRUARY 22.2016tbi) 1000amLWeid County Purchasing Time Clock), PAGES 1-8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above-listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s)specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts,and shall,in every way,be the total net price which the bidderwill expect the Weld County to pay if awarded the bid. You can find bid information on the Weld County Purchasing website at htto://www.co.weld.co.us/Departments/Purchasinghndex.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 entitles. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Old Delivery to Weld County— 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: b i d s©w e l d g o v. c o m . Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested,you must submit/mail hard copies of the bid proposal. BID REQUEST#B1600052 vit. 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 Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room#107 Greeley, CO 80631. Please call Purchasing at 970-336-7225 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 affixes to his signature the word "president,""secretary," "agent,"or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Director of General Services, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications,and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail,and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County 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 Rule Charter,Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. §30-11-110(when it is accepting bids for the purchase of any books,stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids,to waive any informality in the bids,to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County.The bid(s)may be awarded to more than one vendor. in submitting the bid,the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein(including,but not limited to, product specifications and scope of services),the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract,with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract,which if required, has been made a part of this RFB. BID REQUEST#61600052 Page 2 4. SUCCESSFUL BIDDER HIRING PRACTICES-ILLEGAL AUENS: Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement,through participation in the E-Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E-Verify Program or State of Colorado program procedures to undertake pre-employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three(3)days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three(3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made In the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall,within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County,a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. §24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen(18)years of age or older is lawfully present in the United States pursuant to C.R.S. §24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b)shall produce one of the forms of identification required by C.R.S. §24-76.5-101,et seq., and (c)shall produce one of the forms of identification required by C.R.S. §24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid,Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal,dearly 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#B1600052 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 herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race,color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance:The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time'limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. -- - - - ---- INK BID REQUEST#81800052 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 all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion,shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor,to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right(but not the obligation)to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs)of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one(1)year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non-Assignment:The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall,at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. _ BID REQUEST#61600052 Page 5 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, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction,this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person.Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a"change order"authorizing such additional payment has been specifically approved by the County's delegated employee,or by formal resolution of the Weld X. Taxes: County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Please see the insurance and indemnification requirements in the attached agreement. An agreement(attached as a part of this bid document)will be required prior to conducting any work related to this project. IV _JO JIM BID REQUEST#61600052 _It. Page 6 SCOPE OF WORK: This bid is for the abatement asbestos containing materials located in two buildings located within the County Road 49 project right-of-way. One building is located at 26589 County Road 49, Greeley, CO. The second building is located at 23769 County Road 49, Greeley, CO, respectively. This is a turn-key abatement project to remove asbestos containing materials In their entirety and decommission the septic tanks serving the homes by April 30,2016: 1. Both buildings are anticipated to be torn down the first week in May, 2016. All abatement actions shall be completed by this date so demolition can remain on schedule. 2. All asbestos containing materials are to be removed from the site and disposed of in accordance with applicable directives(see attached reports from Mahoney Environmental Consulting, Inc). 3. Permits must be included in price. Exception: Fees for permits through Weld County will be waived. 4. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory requirements. 5. The report on the findings, locations and quantities of asbestos containing materials is attached. 6. Below are the anticipated timelines: Feb 16, 2016 Mandatory Pre-Bid walk through Feb 22, 2016 Bids due to Purchasing March 9, 2016 Bid award made(permit submitted to State) March 23, 2016 Permit issued by State work begins April 30, 2016 All work complete 7. Bid bond is not required. However, a payment and performance bond is required if the bid is over $50,000.00 8. The septic tanks are to be decommissioned in accordance with guidelines(attached)from Health Department. 9. Your bid should be all-inclusive and include all the costs required to perform the abatement to include the costs associated with a project designer(as required), project manager, appropriate disposal,air sampling, etc. PRICING: TOTAL $ FINISH DATE )111 BID REQUEST#61600052 Page 7 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.#B1600052. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted,all of the documents of the Request for bid contained herein(including,but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County,together constitutes a contract,with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County.The bid(s)may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE,ZIP CODE TELEPHONE NO FAX TAX ID# SIGNATURE E-MAIL **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#81600052 Page 8 • Attached are the questions and answers from the Asbestos Removal/Abatement—for the houses on County Road 49(Bid#:B1600052). 1. Question:If a project designer Is required,is that part of the bidder's costs? Answer:Your bid should be all-inclusive and include all the costs required to perform the abatement to include the costs associated with a project designer(as required),project manager,air sampling,etc. Attached are the questions and answers from the Asbestos Removal/Abatement—for the houses on County Road 49(Bid It:B1600052). 1. Question:If a project designer is required,is that part of the bidder's costs? Answer:Your bid should be all-inclusive and include all the costs required to perform the abatement to include the costs associated with a project designer(as required),project manager,air sampling,etc. 2. Question: Is there going to be a waiver issued for the required project manager? Answer: No 4 i , gt SCOPE OF WORK: This bid is for the abatement asbestos containing materials located in two buildings located within the County Road 49 project right-of-way. One building is located at 26589 County Road 49, Greeley, CO. The second building is located at 23769 County Road 49, Greeley, CO,respectively. This is a decommission abatement c tanks p lservfng the homes e asbestos �2010;nina materials in their entiiretsr and deco 1. Both buildings are anticipated to be torn down the first week in May,2016. All abatement actions shall be completed by this date so demolition can remain on schedule. 2. All asbestos containing materials are to be removed from the site and disposed of in accordance with -- applicable iiiirectives.(see_attacbeAmorla.from Mahoney Environmental Consulting, Inc). 3. Permits must be included in price. Exception. Fees for perms thro rgh WehtCounty win be-waived. 4. Work will comply with all applicable Federal,State and local laws, ordnances and regulatory requirements. 5. The report on the findings, locations and quantities of asbestos containing materials is attached. 6. Below are the anticipated timelines: Feb 16,2016 Mandatory Pre-Bid walk through Feb 22,2016 Bids due to Purchasing March 9,2016 Bid award made(permit submitted to State) March 23,2016 Permit issued by State work begins April 30,2016 All work complete 7. Bid bond Is not required. However, a payment and performance bond is required If the bid is over $50,000.00 8. The septic tanks are to be decommissioned in accordance with guidelines(attached)from Health Department. 9. Your bid should be all-inclusive and include all the costs required to perform the abatement to includeair the costs associated with a project designer(as required),project manager, appropriate po sampling,etc. PRICING: TOTAL $_36,264.17 FINISH DATE 4/20/16 Page 7 BID REQUEST#81800052 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.#B1600052. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for bid contained herein (Including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, Is to the best interests of Weld County.The bid(s)may be awarded to more than one vendor. FIRM Comprehensive Risk Services BY Kurt's Brewer(Please print) BUSINESS DATE_2/29/18 ADDRESS 3005 W.29"St.Unit B CITY,STATE,ZIP CODE Greeley,CO 80631 TELEPHONE NO 970-405-3359 FAX 970-3548066 TAX ID# 20-1336993 SIGNATURE _, Dy �' E-MAIL kurtis.brewer@crs-info.com "'Ti=t6 SOC ESS 1..M.. . I.....O1Ij . . IF`OT; ►'LAF OY.:of WELD COUNTY IS EXEMPT FROQM CO NOONEED SALES O SEN�BA. THE K EP CERTIFICATEGES 1 OF EXEMPTION NUMBER IS 898-03554-0000 YA Page S BID REQUEST#61600032 Marcia Walters From: Kurds Brewer<kurtis.brewer@crs-info.com> sent: Monday,February 29, 2016 9:20 AM To: bids Subject Weld County rd.49 asbestos abatement Attachments: Scan0042.pdf Please find attached bid proposal for asbestos abatement of 2 houses on Weld County Rd.49 I hereby waive my right to a sealed bid Thanks, Kurtis Brewer Project Manager C: 970-405-3359 E:Kurtis.brewer@crs-info.com /CRS ) Comprehensive Risk Services, LLC. 3005 West 29th Street, Unit B,Greeley, CO 806311 www, crs-info.com A 24 7 24/7: 970-534-60661 Toll Free: 888-882-6228 I F:970-797-1561 1 Company Overview CRS 74,9 Background information: Comprehensive Risk Services,LLC. (CRS)was created in 2004 to meet the rigid infection control and regulatory compliance requirements of a large healthcare system.Our business has expanded since then with Education,Healthcare and Residential being our biggest markets. We remain committed to meeting the highest standards in the industry,and to providing exceptional services at a competitive price. CRS understands the unique challenges facing facilities who serve the public sector.We are accustomed to working in occupied facilities,under tight budgets and accelerated schedules. Today,CRS employs over 180 professionals in Colorado and Arizona. COCAT Restoration&Reconstruction,LLC.(COCAT)was one of the largest disaster restoration firms in Colorado.Based in Denver and serving Colorado since 1996,COCAT successfully mitigated water,sewer and other disasters and restored,reconstructed or renovated over 10,000 properties. Comprehensive Risk Service,LLC(CRS),acquired COCAT Restoration&Reconstruction,LLC,in an asset purchase that significantly enhances services offered in Colorado.The investment enables CRS to deliver faster response times and greater resources. We are passionate about protecting the environmental safety of the communities we serve.This requires not just a 24/7 rapid response capability,but also use of the latest technologies and the most qualified personneL Through this combination,CRS achieves unmatched standards in quality and infection control,all while minimizing disruption for occupants. Services: CRS is truly a one-stop-shop.Our in-house staff can remediate a hazard and build a facility back to its original condition.Our firm and our professionals are licensed,certified and trained to provide the following 24/7 services: » Asbestos Abatement » Meth Clean-up » Lead Abatement » Mold and Hazardous Waste Removal » Biohazard Clean-up » Water Extraction and Structural Drying » Content Cleaning » Fire and Smoke Mitigation » Build Back Services » Structural Stabilization • Firestopping • Infection Control Barrier Set-Up » Board-up Services 44- Comprehensive Risk Services, LLC. f www.crs-info.com Company Overview CRS JUT Structure: Comprehensive Risk Services,LLC.,is structured as a limited liability company lead by Linda Whitaker, CEO,Kevin Hanson,CFO and Colorado Division Managers Jim Tyler and Jon Edwards. CRS's field staff is organized into four levels of leadership and oversight: 1.Division Manager with experience in all scopes of work,oversees each project; 2.Project Manager with experience scoping,bidding,and estimating jobs,and ensuring project quality; 3.Supervisor with experience managing staff,materials,schedules,client expectations,and project close- outs; 4.Lead Tech running the day to day activities of a project with knowledge of the highest safety and regulatory standards. In addition to field staff,CRS provides the following support staff for accountability and oversight: *Accountants and Billing support *Safety and Compliance Manager Operations Manager *General Counsel/Legal » Scheduler/Dispatch *Human Resources and Recruitment *Warehouse Manager *Sales and Marketing Locations: Our Colorado locations include Northern Colorado,Denver and Southern Colorado. Greeley-3005 West 29th Street,Unit B,Greeley,CO Denver-4905 Lima Street,Denver,CO Fountain-1 Carson Circle,Fountain,CO Manpower: We currently employ 55 full time employees in the State of Colorado. Certified Personnel: Asbestos Supervisors:12 Asbestos Workers:28 Meth Decon Supervisors:9 Meth Decon Workers:6 Lead Supervisor:6 Lead Worker:17 Training: CRS is a certified Institute of Inspection,Cleaning,and Restoration (IICRC)firm.All workers in the remediation division undergo training to receive AHERA worker or supervisor certification. Additional requirements to work at CRS include:background clearance,substance abuse clearance,medical clearance exam;cleared fingerprint card through the Federal Bureau of Investigation;respirator dearance exam; respirator fit certification;initial Occupational Safety and Health Administration(OSHA)safety training; sexual harassment training;negative tuberculosis questionnaire;and lead,hazwoper and meth certification for any staff cleared to perform such services. Comprehensive Risk Services, LLC. www.crs-info.com Company Overview CRS 24'7 In addition to the foregoing requirements,project managers complete weekly"safety toolbox"talks with teams.Client-specific training is also undertaken as required(examples Include patient privacy laws,and handling of bloodborne pathogens).Finally,on an ongoing basis,CRS worker hiring anniversaries are closely tracked so that training refreshers may be completed. Management reinforces this priority by remaining abreast of,and communicating information to staff regarding,the regulations under which CRS must operate.Additionally,CRS'compliance officer reviews and manages current certifications and trainings,and audits policies and procedures to ensure compliance. Furthermore,projects are regularly visited for safety inspections to ensure employees are following safe practices. In 2015,CRS spent over$86,000 on training and certifications to ensure we have the most skilled teams in our client's facilities. Licenses: Colorado License Abatement Contractor No.:17012 National Standard General Building Contractor A Methamphetamine-Affected Properties Contractor Firm Certification-MLF58 IICRC Certified Firm-Company No.:92754 Lead Abatement Firm Certificate-LAF No.:20711 Company Size: Comprehensive Risk Services,LLC.s national annual volume: 2015 $25M 2014 $16M 2013 $10.7M 2012 $8.4M 2011 $4.8M 2010 $2.5M Philosophy and Goals: CRS'mission is to work as a team,internally and externally,with clients and building partners to better serve our communities.We don't just remediate hazards,we help prevent them. CRS demonstrates the following proven qualities: • experience, • expertise, • integrity, • regulatory compliance, • competitive pricing,and • quality service. Our goal is to offer premier services to clients,resulting in repeat business and strong relationships,built on trust,integrity,dependability and respect. .04 Comprehensive Risk Services, LLC. I wvvw.crs-info.com Comfpany:O verview. : CRS .47 Resources: CRS can dispatch up to 10 response crews simultaneously. In the unlikely event that all in-house resources are at capacity,CRS'service contingency includes two temporary labor services and five subcontractors ready 24-7-365 with the ability to have up to an additional 40 laborers.Additionally,the Company has priority agreements with three different equipment rental companies that are ready 24-7-365 to deliver additional equipment to job sites. CRS maintains a full equipment inventory in our Denver Warehouse,to perform its entire range of services. We also have a full list of equipment in our Greeley and Fountain warehouses. List of Equipment we respond with; 6 Truck mount extraction units 1 Trailer mounted extraction unit 1 Water-out Drying trailer 4 Board up trucks(3 in Denver Metro, 1 in Northern Colorado) Each truck is equipt with Plywood, 2x4's,4x4's,Tarps,lock boxes,Hasps,Screws,Carriage Bolts,Generator,Lights,Compressor, Framing Nailers,Ladders and various hand tools. The Board up trucks go home with the on call Tech to provide quicker response times to the community. 2 Environmental/Biohazard Box trucks 2 Content Box trucks 4 Equipment trailers 345 Air movers used for drying 85 Dehumidifiers 35 Negative air machines used for asbestos,mold,air control,and odor control 20 Floor mats for hardwood floor drying 20 Hepa vacuums and portable heat drying systems 8 Inject-a-dry system 6 Portable extraction units used for high rise water extraction and carpet cleaning 4 Octal Portable water extractors 4 Desiccants 4 Ozone machines 4 ULV foggers 1 Tri Motor 55ga1 water extractors 2 Hydroxel machines 4 Thermal foggers 1 Pro Chem 805(only 2 available in the state of CO)with capability of reaching to 4th story floors for water extraction 1 Super Pump out system with capability of extracting 90ga1/min 1 Symex,professional industrial carpet&hard surface cleaner 1 Flir I7 Thermal Imaging Camera Comprehensive Risk Services,LLC, www.crs-rnfo.corn fit; Project Examples CRS 747 Project#1:Asbestos Abatement Services-Denver Health Project Name: Denver Health 601 Broadway Building Abatement Description of project scope. Abatement of asbestos containing materials in a 35,800 SF,four-story office building that is being considered for demolition.ACM materials include:ceiling tiles,stairwell riser tread with mastic,fire door insulation,floor tile,wrapped mudded elbows,boiler insulation and pipe fittings. Bid amount $185,502.44 Project#2:Asbestos Abatement Services-University of Northern Colorado Project Name: University of Northern Colorado(7)Abatement Projects Description of project scope: Abated asbestos containing material including:floor tile,mastic,TSI and drywall. Bid amount: $20,883.80 Project#3:Asbestos Abatement Services-Swedish Medical Center Project Name: Swedish Medical Center 4th Floor Pookie Removal Description of project CRS performed the abatement of asbestos containing material which induded:350 sections of pipe and pookie.CRS removed all pipe elbows in construction area,using glove bag methods. Bid amount: $14,545.75 Project#4:Asbestos Abatement Services-Eben Ezer Lutheran Center Project Name Phased Asbestos Abatement Project Description of project: 2 phase asbestos abatement project.ACM included black mastic below the VAT in all areas.CRS used mechanical means to remove all carpet and all VAT in each phase which was done under full containment. Bid amount Phasel:$68,248.37;Phase2:$18,973.10 Project#5: Asbestos Abatement Services-Sheridan School District Project Name Fort Logan Elementary School Abatement and Demolition Description of project: Abatement of TSI and soil within several crawl spaces,removal of floor tile and mastic throughout 40,000 SF elementary school,removal of transite pipe and complete demolition of school campus. Bid amount: $239,702 Project#6:Asbestos Abatement Services-Denver Health(In Progress) Project Name Pavilion I Description of project: Abatement of ACM on the 1st and 2nd floor,induding:tile and vinyl flooring,pipe insulation and fittings,black mirror mastic,fire door insulation and window glazing and caulking. Bid amount Phase 1:$463,000 I Phase 2:$492,000 Comprehensive Risk Services, LLC.j www,crs-info.corn Project Examples CRS tin Project#1:Meth Removal Services-Private Residence Project Name Bates Property Description of project: The project consisted of the demolition and cleanup of contaminated surfaces,removal,packaging,and disposal of contaminated items within the property. Bid amount: $19,313 Project#2: Meth Removal Services-Archdiocese Project Name Archdiocese Housing Unit Description of project: The project consisted of the demolition and cleanup of contaminated surfaces,removal,packaging,and disposal of contaminated items within the property.All walls were removed becasue of extremely high levels. Contents were also removed from building. Bid amount: $41,972.30 Project#3: Meth Removal Services-Extended Stay America Project Name Unit 245 and 340 Description of project: The project consisted of the demolition and cleanup of contaminated surfaces,removal,packaging,and disposal of contaminated items within the property.This included the living room,kitchen,hallway,bath and master bedroom in each unit.Contents were also removed from building.The entire PTAC units were removed. Bid amount: $15,350 Project#4: Meth Removal Services-Extended Stay America Project Name Unit 227 Description of project: Removed the carpet,microwave unit,the hood fan and ceiling fans.We removed the TV and a lot of misc.personal belonging including clothes, tablets,laptops,mattress,box springs and frame.The electronic devices were soaked in a dunk tank before disposing of properly. Bid amount: $10,544 Project#5: Meth Removal Services-Safeguard Properties Project Name Colorado Springs Property Description of project: The project consisted of the demolition and cleanup of contaminated surfaces,removal,packaging,and disposal of contaminated items within the property.All surface areas were decontaminated using hep vac, chemical suspension and high pressure extraction methods. Bid amount: $11,264 Comprehensive Risk Services, LLC. j www.crs-info.corn Project:Examples CRS 11,7 Project#1:Water Extraction Services-Boulder Community Hospital Project Name Emergency Service Call-Arapahoe Campus Description of project: Containment,Mitigation and Sterilization after a sewage loss Bid amount $19,753 Project#2:Water Extraction Services-Boulder Community Hospital Project Name Emergency Service Call-Behavior Health Unit Description of project: Water extraction,abatement and buildback services Bid amount: $33,020 Project#3:Water Extraction Services-Banner Health Hospital Project Name Banner Sterling Description of project Water extraction and mitigation Bid amount $25,848 Project#4:Water Extraction Services-Jefferson County Schools Project Name Golden High School Library Description of project: CRS responded to an emergency service call over winter break.The High Schools library,hall way and(2)classrooms suffered water damage from a pipe burst.After water was extracted,CRS worked as a team with Jeffco's facility staff to build the effected areas back to their original condition. Bid amount: $34,151 Project#5:Water Extraction Services-Denver Public Schools Project Name Thomas Jefferson High School Description of project: CRS performed emergency water mitigation and re-build services.We coordinated with the District and Denver Health on this project,because the water damage spread throughout an on-site Denver Health Clinic,5 classrooms and a hallway,totaling 4,000SF of space.We also mitigated a crawl space,measuring 6,000SF. Bid amount: $36,000 Project#6: Mold Mitigation Services Project Name Courtyard by Marriott Mold Remediation and Reconstruction Description of project: CRS removed all mold located within the insulation,behind the drywall on each of the 4 floors of this hotel.Once mold was removed,CRS built the facility back to its original condition.4 floors,153 rooms,5 suites. Bid amount: $2,713,893 Comprehensive Risk Services,LLC. www.crs-info.corn ® DATE(MM/DO/YYTY) AC� �._ CERTIFICATE OF LIABILITY INSURANCE 04/06/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Donna Matz PIMS Insurance Services,LLC. PHONE 602 222-2109 FAX 602 200-2464 PHONE No.Extl: ( ) (AIC,No): ( ) 333 East Osborn Road,#300 ADDRESS: donna.matz@pimsinsurance.com INSURER(S)AFFORDING COVERAGE NAIC# Phoenix AZ 85012 INSURERA: Tokio Marine Specialty Insurance Company 10738 INSURED INSURER B: Philadelphia Indemnity Insurance Company 18058 Comprehensive Risk Services,LLC dba CRS/COCAT INSURER C: National Union Fire Insurance Company/5Star 19445 4905 Lima Street INSURER D: INSURER E: Denver CO 80239-2615 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTRINSD WVD (MM/DDIYYYY) (MMIDDIVYYY) X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE O RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ 1,000,000 X $5,000 BI/PD Deductible-Occur MED EXP(Any one person) $ 5,000 A Y Y PPK1333691 06/01/2015 06/01/2016 PERSONAL&ADVINJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X 1,7P8: E LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) ANY AUTO BODILY INJURY(Per person) $ B X ALL AUTOS SCHED NED AUTOSULED Y Y PHPK1333686 06/01/2015 06/01/2016 BODILY INJURY(Per accident) $ NON-OWNED PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS (Per accident) UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 3,000,000 A X EXCESS LIAB CLAIMS-MADE PUB499045(GL/PL/CPL/Auto) 06/01/2015 06/01/2016 AGGREGATE $ 3,000,000 DED X RETENTION$ 0 $ WORKERS COMPENSATION X STATUTE 10TH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1,000,000 C OFFICER/MEMBEREXCLUDED? N N/A Y WC065-25-9903 AZ CO 07/31/2015 07/31/2016 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 IT yes.describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 Professional Liability-Claims Made $1 M PL/$1 M Pollution/$2M Shared Aggr- A CPL Pollution Liability-Occurrence Y Y PPK1333693$5K Deductible 06/01/2015 06/01/2016 Mold Retro:06/09/12&PL Retro:06/09/06 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) GENERAL LIABILITY: County of Weld,its subsidiary,parent,associated and/or affiliated entities,successors,or assigns,its elected officials,trustees, employees,agents and volunteers are included as Additional Insureds(forms CG2010 04/13 and CG2037 04/13)with respect to liability and defense of suits arising out of the activities performed by,or on behalf of the Contractor,including completed operations per written contract. The County of Weld is included for Waiver of Subrogation(CG2404 05/09)per written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. County of Weld 1150"O"Street AUTHORIZED REPRESENTATIVE Greeley CO 80631 .cXLq A ()►.tip-e—A" JJ ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 1861_ DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 U N T Y WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 18, 2016 To: Board of County Commissioners From:Toby Taylor Subject: Asbestos Removal—CR#49 Buildings; Bid#61600052 As advertised, this bid is to perform asbestos removal for two houses located on County Road 49. The low bid received was from Intertech Environmental and meets specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to Intertech Environmental for$35,280.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director �o c?�r-P�` � WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 ,. 186 1. . E-Mail: mwaltersco.weld.co.us E-mail: reverett(a�co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 • Fax: (970) 336-7226 C©. ? _ DATE OF BID: FEBRUARY 29, 2016 REQUEST FOR: ASBESTOS REMOVAL-CR#49 BLDGS DEPARTMENT: BUILDINGS & GROUNDS DEPT BID NO: #61600052 PRESENT DATE: MARCH 2, 2016 / /���� APPROVAL DATE: MARCH 16, 2016 �/r rte' '�/ /� TOTAL FOR VENDOR BOTH BLDGS* FINISH DATE INTERTECH ENVIROMENTAL $35,280.00 NOT STATED 2524 S RIFLE ST AURORA CO 80013 COMPREHENSIVE RISK SERVICES $36,264.17 APRIL 20, 2016 3005 W 29TH ST UNIT B GREELEY CO 80634 ENVIROPRO SERVICES INC $37,380.00 MARCH 31, 2016 25777 E CANAL PL AURORA CO 80018 JKS INDUSTRIES LLC $38,135.00 12 WORKING DAYS 747 SHERIDAN BLVD STE 9A LAKEWOOD CO 80214 MORROW HOLDINGS, LLC dba RISK REMOVAL $41,200.00 APRIL 30, 2016 6250 IRON FORGE RD TIMNATH CO 80547 EAGLE ENVIRONMENTAL SOLUTIONS $43,647.00 APRIL 30, 2016 794 VENTURA ST UNIT C AURORA CO 80011 ENVIRONMENTAL ABATEMENT SOUTHWEST INC $43,690.00 APRIL 30, 2016 5615 INDUSTRIAL PL COLO SPRINGS CO 80916 MONARCH REMEDIATION & CONST LLC $49,325.00 APRIL 22, 2016 3000 YOUNGFIELD ST SUITE 360 WHEAT RIDGE CO 80215 ARC ABATEMENT INC $55,774.00 APRIL 22, 2016 7180 W 117TH AVE BROOMFIELD CO 80020 CERTIFIED INSULATORS INC $58,940.00 APRIL 29, 2016 4050 SOUTH FEDERAL BLVD ENGLEWOOD CO 80110 2016-0813 *ONE BLDG IS LOCATED AT 26589 CR#49 AND THE OTHER IS LOCATED AT 23769 CR#49. 66-oo/1 TOBY TAYLOR WILL REVIEW THE BIDS. 32) Hello