Loading...
HomeMy WebLinkAbout20150779.tiff w` 1861 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 / J l ii l,i FAX: (970) 304-6532 G O U_N T Y WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 June 9, 2015 To: Board of County Commissioners From: Toby Taylor Subject: Change Order for 1024 9`h Street Asbestos Removal; Bid#B1500083 During the asbestos abatement at 1024 9`h Street, Greeley, it was discovered that 90 fittings/valves were covered with asbestos containing material. During the bid process, it was estimated that 50 fittings/valves were present. It was estimated due to the piping being concealed in walls and above the ceiling. During the demolition process required to remove the asbestos containing material and expose all the piping, an additional 40 fittings/valves were discovered. The low bid received from Argus identified that each additional valve/fitting would be charged a flat fee of$75 each. Therefore the total of this change order would be for$3,000.00. Buildings and Grounds is recommending approval of this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director dt: &6112j,�1( cols- 0-Zs ARGUS 8141 W I-70 Frontage Road,Arvada CO. 80002-TEL.:(303)940-9700 FAX(303)940-9797 County of Weld June 16, 2015 1150 O Street Greeley CO 80631 Attn: Toby Taylor TTaylor@weldgov.com Subject: Change Rquest 0.1 1024 9th Ave Greeley CO Gentlemen, Per our conversation and final walk through with Jon Mahoney on Friday June 5, 2015 this is to inform you that we have removed additional asbestos containing fittings over the original bid amount. Per the bid documents each fitting over 50 will be reimbursed at$75.00 each. Outlined below is our total additional fitting count. Argus Contracting is requesting additional funds in the amount listed below. Original bid amount 50 ea Total removed 90 ea Additional 40 ea @ 75.00 ea= $3,000.00 Please issue a change order for the above amount. We will invoice for the full amount once we receive the change order. If you have any questions or require additional information please feel free to contact me. Regards Accepted b4,/,,,,4 Weld County Lard of tommissioners Barbara Kirkmeyer, Chair . arwed, FO 4 ATTE$T�Q (1 ,�,/ s /, JUN 1 7 2015 Clerk t e Board K James Roeseler Branch Manager • a g By. Argus Contracting ie ut Cl..k ` P y .nyq .. 720-708-0213 1161 1e�7 02,0/5 a 779 STAFF APPROVALS FOR CHANGE REQUEST 01 APPROVED AS TO SUBSTANCE: E ect is al or Department Head iiwitDirector of neral Services ROVED AT UNDIN ' .l1 Controller APP D S • County ney AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & ASBESTOS MITIGATION THIS AGREEMENT is made and entered into this 7 day of April , 2015_, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Argus C ontracting , [an individual], [a limited liability partnership] [a limited liability company] [a corporation], who whose address is ___8141 W 1-70 Frontage Road N #100, Arvada, CO 80002 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 1 through 65, each of which forms an integral part of this Agreement. Exhibits _1 through 65 are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits through 65, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit 1 consists of the Asbestos inspection report from Mahoney Environmental Consulting Inc. date March 4, 2015. Exhibit _2_ consists of County's Request for Proposal (REP) as set forth in "Proposal Package No. B 1500083". The RFP contains all of the specific requirements of County. Exhibit 3 consists of the Table 1 Inspection Sample Log Exhibit 4 consists of Asbestos Inspection Clarifications dated March 14, 2015. Exhibit 5 consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. -Exhibit--S--eeftsists--of-Contract-lkefessio ?s- Response-xa- ty.'. ..Request_for-Proposal. -The--- Response t;onfrrm5-eontraztfroft,ssiodal2s-obligations undcrthis-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 materials necessary e 04- G ,uu(a, 6/a &0150 779 l � naQ ern5- 11-0 3fr poor s- Y - ors 7 to perform and complete the project described in Exhibits 1 through bg which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits I through 65.Contract Professional shalt 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] through 65within 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 1 through 65 Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify 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 $ 57,600.00„ -which-is-the--bid-set e> 4n-Exhibit----- 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 Public Works, or by formal resolution pf the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit 2_. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shalt have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes,the Local Government Budget Law(C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec.20) 7. Independent Contract ProfessionaL Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law (and as set forth in Exhibit _2_ provide proof thereof when requested to do so by County. 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 is Agreement,and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional,by this Agreement,assumes toward County. County shall have the right(but not the obligation)to enforce the provisions of this Agreement against any subcontractor hired by Contract Professional and Contract Professional shall cooperate in such process.The Contract Professional shall be responsible for the acts and omissions of its agents,employees and subcontractors. 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal,clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL."However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201,et seq.,with regard to public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional agrees not to sell,assign,distribute,or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contract Professional agrees to advise its employees, agents,and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contract Professional is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contract Professional must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. _ 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied,to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations,goods or services provided pursuant to this request.Contract Professionals shall keep the requi 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. $5,000,000 each occurrence; $5,000,000 general aggregate; $5,000,000 products and completed operations aggregate; $5,000,000 Personal/Advertising Injury $50,000 any one fire; and $500,000 errors and omissions. 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 successful bidder described in the Successful bidder's scope of services. Policy shall cover the successful bidder'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 successful bidder 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 Successful bidder, including completed operations". Contractor's Pollution Liability (including errors and omissions)shall be provided for pollution liability that is the result of a breach of professional duties covering claims for third-party bodily injury,property damage, environmental damage caused by pollution conditions,cleanup when mandated by government agencies. The policy shall also include Auto Liability with a CA 9948 endorsement(or equivalent). Coverages with minimum limits to include: i. $5,000,000 per loss; ii. $5,000,000 products/completed operations aggregate. 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 Public Works, 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: Argus Contracting,LP Attn.: Gerald Romero"Jay"Project Manager Address: 8141 N. I-70 Frontage Road,Suite 100 Address: Arvada,CO 80002 E-mail: cromero(i,uar tseontractirg.com Facsimile: 303-940-9797 With copy to: Name: James Roeseler Position: Branch Manager Address: Same as above Address: E-mail: jroescler(iIareuscontractine.corn Facsimile: 303-940-9797 County: Name: Toby Taylor Position: Director of Building and Grounds Address: PO Box 758 Address: 1 105 H Street, Greeley, CO 80631 E-mail: ttavlor@weldgov.com Facsimile: (970)304-6532 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.R.S. §§24-18-201,et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law,and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws,rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E-Verify Program or State of Colorado program procedures to undertake pre- employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8- 17.5-102(5),by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring 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 Exhibit N/A , 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 Exhibit_N/A_, 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 I through t65is 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_7th_day of _April , 2015_. Malt TERRATA13 CONTRACT PROFESSIONAL: NOIARYPIEBUC 8TAlE OF COLORADO _Argus Cont ac ' g, LP WARY ID201 2 I.MY of IRES N0VBA6Et 1,2018 B Date o}FJo-I/auis- N r: _James gr T le: _Branch Manager ____ Notary: Stacie M. Terrazas Commission Exp: 11/01/16 WELD tT : , ,,/ ' L ATTEST ,LTT XL'tot BOARD OF COUNTY COMMISSIONERS Weld County Clerk t. the Board 'LD COUNTY, • ORADO D pd uty Clerk to the Boat". C. `r n ara Kirkmeye 1,Chair MAY 0 4 2015 O. ROVED AS O INN 'G: It S'Jr7i>i— ControllerI I �hii0�as . ,I/�`I —'01'x- ® e lee e uu r".e i ial or Department Head PROVE AS TO FORM: `al� v ` W i/ Director of���»i"'encral Services County Attorney ARGUS 8141 W 1-70 Frontage Road,Arvada CO. 80002—TEL.:(303)940-9700 FAX(303)940-9797 April 13, 2015 County of Weld 1150O Street RECEIVED Greeley CO 80631 APR 1 5 2015 Attn: WELD COUNTY COMMISSIONERS Gentlemen, Please find the attached executed contract agreement. Your contract has been accepted based on the following clarification. Notwithstanding any language to the contrary, Argus Contracting shall not be responsible for and does not indemnify any party for any consequential or incidental damages. Notwithstanding any language to the contrary, The indemnification afforded to the indenmitees shall be available only if the indemnitor is solely or partially negligent or guilty of willful misconduct. If you have any questions or require additional information please feel free to contact me. Regards 7#"114 James Roeseler Branch Manager Argus Contracting 720-708-0213 ARGUS — CONTRACTING— Dale.April 14. 2015 Argus Contracting. LP RECEIVED BILL TO Weld County 8141 N. 1-70 Frontage Road Board of County Suite, 100 APR 15 2015 Commissioners Arvada.CO 80002 PO BOX 758 Phone.303-940-9700 WELD COUNTY Greeley,CO 80632 Fax 303-940-9797 COMMISSIONERS www.arauscontractine.com CONTRACT DATE , SUB CONTRACT NUMBER ARGUS JOB NUMBER 04/07/2015 PO:P1500339 4611357 ITEM# DESCRIPTION QUANTITY 1 Agreement for Professional Services 2 Originals 2 Insurance Certificate 1 Original 3 P&P Bond 1 Original Please execute both Originals of Contract and return one original to Argus Contracting,LP. Thank you for your business! For Questions or Comments please contact: Stacie Terrazas 303-940-9700 ext 110 sterrazas@arguscontracting.com ry Bond Number: 998003619 The Ohio Casualty Insurance Company PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That Argus Contracting LP, 120 N. Lime Street, Lancaster, PA 17602 as Principal, (hereinafter called Contractor), and The Ohio Casualty Insurance Company, 62 Maple Avenue, Keene, NH 03431, (hereinafter called Surety), are held and firmly bound unto County of Weld, Board of County Commissioners, 1150"O" Street, Greeley, CO 80631, as Obligee, (hereinafter called Owner), in the sum of Fifty-seven thousand six hundred and 00/100 Dollars ($57,600.00), for the payment of which sum, well and truly to be made, the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, The Contractor has entered into a written contract dated with the Owner for Asbestos Abatement,which contract is by reference made a part hereof(hereinafter referred to as the Contract). NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if the Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Contract in accordance with its terms and conditions, or 2. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as work progresses sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor, or 3. Provide funds for the cost of completion of the Contract work in accordance with the plans and specifications, less the balance of funds remaining to be paid under the Contract. Election of this option by the Surety does not obligate the Surety to tender another contractor to complete the work, enter into a takeover agreement with the Owner for completion of the work, finance completion of the work by the Contractor or in any way assume responsibility, directly or indirectly, for the work required to be performed. The Surety is not liable under the Bond, to indemnify or compensate the Owner for loss or liability arising from personal injury or property damage, including consequential damages, whether or not caused by breach of the Bonded Contract. The Bond does not cover injuries, costs, damages, expenses, or other liability to any person which results from any release or threatened release of hazardous substance or pollutant or contaminant, even if such release or threatened release is Page 1 of 2 caused by conduct of the Contractor or Owner which is negligent, grossly negligent, or which constitutes intentional misconduct. Any rights of action under the Bond shall accrue to, and be for the exclusive use of the Owner. The Bond is not intended by the parties to, nor shall it be construed to, create or extend any third party beneficiary rights. Under no circumstances shall the liability of the Surety exceed the penal sum of the Bond. The Bond is not intended by the parties to be, nor shall it be construed to be, an insurance policy, primary or excess, or in any other way be considered to satisfy the requirements for any type of insurance set forth in the Contract documents between the Contractor and the Owner. The Bond is not intended to be, nor shall it be construed to be, a contract, agreement or other instrument arranging for disposal or treatment, or arranging with a transporter for transport for disposal for treatment, of hazardous substances. No suit or action shall be commenced against the Contractor or Surety for any default in performance after the earlier of: (i) the Contract duration period as set forth in the Contract at the time of execution plus any agreed extensions; or(ii) one year after substantial completion of work under the Contract; or (Di) one year after termination of the Contract in accordance with its terms and conditions. In no event shall the Surety be liable under any warranty provision in the Contract after one year from the date of substantial completion of work under the Contract. Should any provision of this Bond be unenforceable for any reason whatsoever, all remaining provisions herein shall nevertheless remain in full force and effect. The Bond is issued subject to the above express conditions which shall survive the release and discharge of the Surety from any further liability of its Bond obligations, and those conditions are accepted by the Owner notwithstanding any obligation to the contrary in the Contract. Signed, sealed and dated this 9'"day of April, 2015. Witness: Argus Contracting LP c By: By: j air Brandon Felus Hilary J. Pabon Assistant-Secretary The Ohio Casualty Insurance Company By: 0f � Sally illips, Attorne7 fact Page 2 of 2 Bond Number 998003619 The Ohio Casualty Insurance Company LABOR & MATERIAL PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That Arqus Contracting LP, 120 N. Lime Street, Lancaster, PA 17602, as Principal, hereinafter called Principal, and The Ohio Casualty Insurance Company, 62 Maple Avenue, Keene, NH 03431, (hereinafter called Surety) are held and firmly bound unto County of Weld, Board of County Commissioners, 1150 "O" Street, Greeley, CO 80631, as Obligee, (hereinafter called Owner), for the use and benefit of claimants as hereinbelow defined, in the sum of Fifty- seven thousand six hundred and 00/100 Dollars (557,600.00), for the payment of which sum, well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, The Principal has entered into a written contract dated 1/5/2015 with the Owner for Caulk and Seal Exterior of Prohealth, which contract is by reference made a part hereof, (hereinafter referred to as the Contract). NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if the Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final payment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: The Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. Page 1 of 2 Y I b) After the expiration of one (1) year following the date on which Principal ceased Work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the country or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvements, whether or not claim for the amount of such lien be presented under and against this bond. Under no circumstances shall the liability of the Surety exceed the penal sum of the Bond. The Bond does not cover injuries, costs, damages, expenses, or other liability to any person which results from any release or threatened release of hazardous substance or pollutant or contaminant, even if such release or threatened release is caused by conduct of the Principal or Owner which is negligent, grossly negligent, or which constitutes intentional misconduct. Signed, sealed and dated this 9th day of April, 2015. Witness: Argus Contracting LP By: By: AL, ili��` Brandon Fetus Hilary J. Pabon Assistant-Secretary The Ohio Casualty Insurance Company By: . Sally Ph ps, Attorney-in-f t Page 2 of 2 THIS.ROWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.6861487 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Christopher Hoak:Francis J.Curran:Marina A.Kenney,Sally Phillips all of the city of Philadelphia ,state of PA each individually if there be more than one named,its true and lawful attomey-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 31st day of July , 2014 T American Fire and Casualty Company •`°o The Ohio Casualty Insurance Company w Liberty Mutual Insurance Company d al f p, n I ) '91z n1 e C /.1 West merican Insurance Company cb a a a By: ^C STATE OF PENNSYLVANIA ss David M.Careyssistant Secretary C CO .+ COUNTY OF MONTGOMERY c to dpr On this 31st day of July , 2014 , before me personally appeared David M. Carey,who acknowledged himself to be the Assistant Secretary of American Fire and Zit H O 3 Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, CO W .O_ execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. az c I- > IN WITNESS WHEREOF,I have hereunto subscr' narne,.and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O a t A czP% ta,"".• Cc4IVON,m N yIANln ///�..,� //�� t .O ,APL° .,�&'4.F .(' V %. AUIV "6 M m �" (} 'r �' Teresa Pastella,Notary Public m C � JF `sy r> t ., 3 R dos re aE c too This Power of Attorney is made andexecut `'� orityofthefollowingBy-laws andAuthonzationsofAmericanFireandCasualtyCompany,TheOhioCasualtyInsurance No a.ej,•, Company,Liberty Mutual Insurance Company, n Insurance Company which resolutions are now in full force and effect reading as follows: `t„ W R` ARTICLE IV—OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O c C.• m., to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, 3.$ O S acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective •p E az powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so �m p p executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >L the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. t a Aa01 •5 c ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E oQ > ` and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, O O seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their c op Z O respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 8 g executed such instruments shall be as binding as if signed by the president and attested by the secretary. O CO - Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- ~ fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. ,IJ. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 9#day of Alo r1 / ,20wc^ . �.r `�,, a/` '4V `''t `/ "` ��i� 51 97b '' i .I 1911 ° ( 137 By: 7 r s Gregory W.Davenport,Assistant Secretary s� ,.+ _.rte s .r,.., /, ::� LMS_12873_122013 109 of 200 4 ® A� 4m2D CERTIFICATE OF LIABILITY INSURANCE DA DI 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 pollcy(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 The Graham Company CNAME:ONTACT Jim Bonner The Graham Building PHONE FAX One Penn Square West 25th Floor IA/C.MNo EB 215-701-5294 A/C,No): 215-525-0234 Philadelphia, PA 19102 ADDRESS: bonner unit©grahamco.com INSURER(S)AFFORDING COVERAGE NAIC if Www.grahamco.com INSURER A: National Union Fire Insurance Co.of Pitt.,PA 19445 INSURED INSURER n: New Hampshire Insurance Company 23841 Argus Contracting, LP 120 N. Lime Street INSURER C: Lancaster PA 17602 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 24158151 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 T TYPE OF INSURANCE INSD MD POLICY NUMBER POLICY POLICY EXP LIMITS (MOLIC/YEFF I POLIO EXP A r/ COMMERCIAL GENERAL LIABILITY / / GL5388234 4/1/2015 4/1/2016 EACH OCCURRENCE $ 2,000,000 RED CLAIMS-MADE ✓ OCCUR PREM SESO(Ea occurrence) $ 500,000 MED EXP(Any one person) $ 25,000 PERSONAL BADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY I PRo- 4,000,000 JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ A AUTOMOBILE LIABILITY ✓ ✓ CA8262367(AOS) 4/1/2015 4/1/2016 CO BIIINEDaccadent)SINGLE LIMIT $(Ea 1,000,000 ✓ ANY AUTO CA8262368(MA) BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ _ AUTOS — AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) $ A `/ UMBRELLA LIAB r OCCUR i i BE61406637 4/1/2015 4/1/2016 EACH OCCURRENCE 3 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE 3 5,000,000 DED I I RETENTIONS $ B WORKERS COMPENSATION i/ WC049342455(AOS) 4/1/2015 4/1/2016 ✓ STATUTE EERH AND EMPLOYERS'LIABILITY Y/N WC049342456(PA,NJ) ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT E 1,000,000 OFFICER/MEMBER EXCLUDED, N N/A WC049342457(CA) (Mandatory In NH) WC049342474(IL,KY,NC,UT) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below WC049342456(AZ,GA,VA) E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The coverage afforded to the Additional Insured does not apply to bodily injury or property damage arising out of the sole negligence or willful misconduct of,or for defects in design furnished by,the Additional Insured.Limits shown may be lower than the total limits provided.Weld County, its subsidiary,parent,associated and/or affiliated entities,successors,or assigns,its elected officials,trustees,employees,agents 8 volunteers are Additional Insureds on the above General Liability,Auto Liability,and Umbrella Liability Policies if required by written contract.Prior to loss if required by written contract Waiver of Subrogation is provided on the above policies for work performed under contract if permissible by state law. CERTIFICATE HOLDER CANCELLATION Agreement for Asbestos Abatement County of Weld SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE f County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Board a0"of Street ACCORDANCE WITH THE POLICY PROVISIONS. 11 Greeley CO 80631 AUTHORIZED REPRESENTATIVE %�f✓��a�w litan I William A.Graham IV �-- Y ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD CERT NO.: 24158151 CLIENT CODE: IEESCOR-01 Aileen Scullin 9/7/2015 10:45:35 AN MDT) Page 1 of 2 DATE ISSUED SCHEDULE OF OTHER POLICIES 4/7/201155 4/7/2 NAMED INSURED: CERTIFICATE HOLDER: Argus Contracting, LP County of Weld 120 N. Lime Street Board of County Commissioners Lancaster PA 17602 1150"O"Street Greeley CO 80631 OTHER COVERAGE INSURER INSURER NAIC POLICY NO. EFF-EXP DATE LIMITS Contractor's Pollution/ Illinois Union 23817 COOG2705934A00 4/1/15-4/1/16 Pollution$25M Each Claim/$25M Professional(Irex) Insurance Company 3 Aggregate/Professional$5M Each Claim/$5M Aggregate eceawnline SCHEDULE OF OTHER POLICIES CERT NO.: 24158151 CLIENT CODE: IRERCOR-01 Aileen Scullin 4/7/2015 10:45:35 AM IEEE) Page 2 of 2 69-Xii II I MAHON£Y ENVIRONMENTAL CONSULTING INC IO COLORANT £\'L£ c a52-261 1 P9 97045 NMI 6-9514 Mr. Toby Taylor, Building Maintenance Coordinator Weld County Building Dept. P.O. Box 758 Greeley, Co. 80632 March 4, 2015 RE: Asbestos Inspection - Revised, Trinity Plaza, 1024 9`h Avenue, Greeley, Weld County, Co; MEC (#2014.182B) 2015.118 Mr. Taylor, The following memo is an update/revision of the prior asbestos inspection memo, dated November 23, 2014. This memo includes the results of additional twenty-five(25) suspect materials sampled on February 26, 2015 at the subject property Trinity Plaza, 1024 9th Avenue, Greeley, Weld County, Co. Scope of Work The objective of this asbestos sampling was to determine the presence of asbestos containing building materials (ASBM) in the subject structure. The additional 25 samples collected were collected on February 26, 2015 after all of the tenants in the building had vacated the premises. The asbestos inspection was requested based on the age of the building as a supplement to a Phase 1 Environmental Assessment that was in progress at that time. It is understood that the asbestos inspection was performed as a requirement for the proposed demolition of the building. The inspection focused on the accessible portions of the property. Since the building was not owned by the client, at the time of the November 2014 inspection, the inspector did not perform significant intrusive sampling that may have caused damage to the property. In addition, other materials such as the roof or the boiler were not sampled. The roof is post 1979 and the boilers were not sampled because they were in operation. Boiler gaskets or other non-metallic parts may contain asbestos. It is possible that other potentially suspect materials were not sampled. If subsequently identified such materials should be sampled prior to remodeling or demolition activities. The results of both the November 2014 and the Februarty 2015 inspections are summarized below. Background Based on the available information obtained from the Weld County Assessor records (#096112300131) indicate that the building was constructed in 1934. According to the Greeley Building Permit records, the following remodeling projects were performed: MEC Inc 2014.182 and 2015.118 1 1967— 1969 remodel following fire/explosion of former church sanctuary was destroyed (located in current parking lot area); 1971: remodel front of building; 1981: bookstore remodel primarily for main floor; and 1991: basement remodel. The building includes three levels: Lower/Basement level, 7006 square feet total; Upper / First Floor, 7558 square feet; and the second floor 1856 square feet. According to the county assessor records the finished basement area is 6,174 square feet and the remainder of the building is 9,414 square feet. The finished area of the building consists of the following: Walls: sheetrock with a smooth surface texture in the office areas and a non-textured finished in bathroom areas. Ceiling: the finished ceiling included sheetrock materials similar to the wall finishes; suspended ceiling panels; and fiber 12x12 ceiling tiles. Flooring: the floors are either carpeted or 12x12 inch floor tiles. A green floor tile was found below the carpeting in the basement unit#13 and in the east wing -second floor, suite A. The extent of the green floor tile below the remainder of the carpeted areas was not confirmed. According to the building manager, the tile may not be present below the carpeting on the main floor. No suspect materials were observed in the area above the suspended ceiling panels aside from the insulated (wrap and mudded joints) water pipes in lower level east hallway and the adjoining areas. General Information - Asbestos-Containing Material (ACM) Asbestos is a generic term for a group of naturally-occurring minerals that separate into fibers. The most widely used in industry are chrysotile and amosite. Other types include crocidolite, tremolite, anthophillite, and actinolite. According to the U. S. Environmental Protection Agency (EPA), friable asbestos is asbestos-containing material that can be crumbled, pulverized, or reduced to powder by hand pressure. As friable asbestos-containing material ages, it can lose its cohesive structure and release fibers into the air. Asbestos containing materials are defined by the EPA as materials with greater than (>) I percent (%) of asbestos. Materials with detected asbestos but at concentrations less than(<) 1 percent are considered as `trace' materials. Trace materials are not considered as asbestos containing but appropriate precautions in handling or disturbing these materials are necessary as required by OSHA. Whether friable or non-friable, the primary goal in minimizing risk of asbestos-related illnesses is the identification and subsequent management of all ACMs present in a building. The identification of potential asbestos containing materials, in public and commercial buildings, is necessary to limits the releases of asbestos fibers during demolition, remodeling, or renovations. MEC Inc 2014.182 and 2015.1 18 2 The entire building was considered a homogeneous area based on the 1992 remodeling project. The following functional spaces: included the office areas, bath, and boiler rooms. Asbestos Sampling Results MEC Inc. collected a total of fifty-four representative samples, (twenty-nine (29) in November 2014 and an additional twenty-five samples (25) in February 2015), of potential suspect asbestos containing materials from the building. Asbestos was detected in older floor tiles, which were found below the carpeted areas or covered by non-asbestos 12x12 gray floor tiles. fifteen (15) samples, above the regulatory 1% concentration level and in one sample below the 1% level (trace concentration). Asbestos was found in green or red/brown floor tile found below the carpeting or the 12x12 floor tiles in samples: ASB8, ASB26, ASB33 thru ASB38, ASB42, ASB45, ASB47, ASB 48, and ASB50 at concentrations ranging from 7 to 10%. The black mastic associated with this tile was also found to contain asbestos at 9%. (The overlying 12x12 floor tile and its associated brown mastic were non-detect for asbestos. It is assumed that the green 7x7 floor tiles visible near the east side stairwell is the same the green floor tile that below the carpet or 12x12 floor tile. The mudded pipe joints on the boiler piping samples ASB12 and ASB13 each had asbestos concentration of 9%. Sample ASB 18, the gray mastic on the white/gray floor tile, from the main floor hallway has a trace concentration <1%, which was verified by the point count analysis. At the time of the November 2014 inspection the condition and extent(amount) of the asbestos green floor tiles could not be determined since the material is overlain by the carpeting. The February 2015 re-inspection (after the tenants vacated the premises) determined that the floor tile below the carpet and the 12x12 floor tiles appeared to be either green or reddish brown in color. The distribution and estimated amount of the underlying floor tiles appears to be as follows: Lower Level: all office areas and the apartment except for Units 7 and 12. Also, it appears that there are no tiles below the existing 12x12 gray tiles in the hallway. It is estimated that approximately 70%of the lower level has these floor tiles, estimated at 5000 square feet. Upper Level/ first floor level: All of the offices and the hallway has the underlying floor tiles below the carpet or 12x12 floor tiles, estimated at 6500 square feet. Second floor: The asbestos containing floor tiles were also found below the carpet of the entire second floor, 1856 square feet. The mudded joints were observed to be in good condition with localized damage. The extent or the number of asbestos mudded joints on the piping is estimated to be around 50. MEC Inc 2014.182 and 2015.118 3 If additional suspect asbestos containing materials are encountered during the demolition process. The demolition contractor should request additional sampling if suspect materials are encountered that may not have been sampled during this inspection program. The amount of asbestos materials present are considered estimates. The total square footage sizes for the building were obtained from the county assessor records. It is recommended that the abatement contractors verify the square footage estimates and the estimated number of mudded joints. For the abatement contractor walk through the majority of the suspended ceiling panels will be removed for further visualization of the piping the mudded joints. The sampling results are summarized in the attached table. Also, the laboratory results are also attached to the memo. Photo•ra•hs • • i ..,wy.. {{ • t � Samples ASB 12& 13: Mudded pipe joint insulation in boiler room. Fabric materials and other insulation material were non-detect for asbestos. Samples through hole in carpet from Unit#13, ASB8: 10%, green floor tile underlying carpet. Also sampled in east wing second floor Unit A closet, ASB26: 7%. MEC Inc 2014 182 and 2015.118 4 Recommendation Based on the results of this asbestos inspection, MEC Inc. recommends per the state regulations that the identified asbestos materials should be removed in an appropriate manner, prior to demolition. Upon completion of the asbestos abatement a demolition permit can be obtained from the State of Colorado. Please note, that additional sampling may be necessary to further quantify the distribution and confirm the types of materials that contain asbestos. As noted above, if suspect asbestos containing are encountered during the demo/remod, which were not sampled during this inspection, it is suggested that these materials be sampled. Demolition Permit Requirements The demolition permit can be sent to the state after the county determines the demolition contractor for the project. Upon completion of the asbestos abatement, MEC Inc. will re-inspect the building and subsequently prepare the demolition permit and then provide it to the county for submittal to the state. In addition to the permit form it is necessary that the permit application include the appropriate state permit fees. The fee schedule is summarized on the top of the form ($50.00+ $5.00 per 1000 sq. ft.). Therefore, per the assessor records the state permit fee will be $130.00. MEC Inc appreciates the opportunity to provide you with these environmental consulting services. If you have any further questions, please contact me. Thank you John Mahoney John Mahoney Asbestos Inspector Certification Number: 10524 MEC Inc 2014.182 and 2015.118 5 1 1 a.) OG � .. l!? d a a. J 7 A N ..4 Y V Y qq E E i L U 2 Q 0 CCC M pQ$ m p ££ Q s 3 at u 3 N ' 9 9 Z 3 Z. a .E J c n am o a. i V) _ O ii N 8 aJ 4) c , W o o a • t L y, L L t t L L L .E L L L ; L L L L L L t t t d ...... nom. _ = z z i s =° I ti $ _ = s = i I $ 5 2 _ _ _ = i i z z z �~ CO m 44 V W Y� Y 4 Y 4 WWWWWW Y Y, V Ii II m Y d 44 _ '! E E £ £ E E E E E E E E E E E Ei E E E r E E E A A A A A A A A b A A ■ A A W � o 0 o a a o 0 0 0 0 0 0 as ag ag s s� s o agg a oq o O � , y Q V X o o o o 9 9 3 9 9 S 2 x C I W7 j ij J a u 'o I i -2 13 Q Ti Z 'a � o O d -El i o u - N = d 0 U W ...it 11010 M Z WO ti .c Z z v z E ro u Z f9te j Hill z i n G 2 c. 2a a c gg 2 2 2 a A 2 2 2 c 1.', g 0; 2 2 2 2 2 2 2 2 - U Q z z z, z z z i E 2 2 2 2 L E I E 2 2 2 2 . 2 2 2 2 2 2 2 2 2 w a mr • HN ,� . - - r 4.� v. .1L v. !F µ ,,. ,i r. 2 Y 1L v. 4. 2 2 LL 2 2 r. I O • r ' r Z 1 1 r `� G `in 2 i yy E w . E 4 Y ppEaa E3a Lc u I _ c e n _r LLI Z. �cp p v p e g w a�� c v c c E v M i ` O n '_I g 3 I}J 'y V R 4 4 Ar 6 'd V 6 1 pp 1q} 2 2 �3 '.z iii . . C V e = 6 j V Ea $ « 4i m a W = « W e o V H LL Q V F C LZ i a 3 t6 2 t� 4 3 3 m s 1 6' 3 4 ! .s 3 3 4 ta ).1 3 2 I E E �E E 0 4 `L z C 8 a 0C ? ., - u Y V O I of a 12 ct s ,5 1 a i'4 m 5 S 8 S A m m . S 1 Y 4Cp L g rr III , 81 1I C c c c :T. 'c c c c c .4 t Q a N s ci i2 t i f f i i i i i i ca A �4flat ' i m uNi is f I 196 tU a t ti ii ti c i u u ti ti x ci ti ti u ti ti u ti ti u ci u u vti6' uci _ to N N N N N H V7 _ H N N N N N N N N I N N N N N N N N N32 < 222'222 222 2 2 2 2 2222 22;22 2 2 22 222 a O4t z • , .o a a xx" - r4 m a ,n 10 N CO 0 •• .•, m a � . a-I .' N v N N N N N N N CD CO CO CO CO 03 CD c0 OD c0 c0 a 611 COCO 0:1 03 0:1 Cilia CO CO CO CO CO CO CO CO u °^c CA = d d d d_ d d a a d d V V V V V V d a `2rd a d `V _mod l o a d N M tf1 lOr, Co 01 0 r N M co O� N N N m N ul NMI h.N co N M M M M -1, M I I I I i _ `o_ I o A 3 3 3 3 3 0 e a a 3 — v 3 is _ _ V c `o `o '0 A A " °' E 0 3 3 3 0 0 'i, a _3 " 0 3 g L 2 2 2, a . «m _ a « B m 2 I 3 3 3 3 2 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 9 9 3 9 9 9 0 0 0 9 9 9 9 9 9 9 9 0 0 0 0 0 = 0 00000 00000 0 • • i.0 P W 0 T P P — U CO S CO 00 CO 0 N 2 WLLA _ LL �' LL 00 f LL f LL ? LL LL LL f LL w o o o O Y c C C V c m o 0 0 0 g c 0 0 c o c c0 0 0 0 0 Z Z 2 24141 ti ➢ IE m U' 2 r 1p 2 2 223i2 Z 2 F Z3' 41 F 2 at', 2 2 2 2 W I u 2 2 2 2 2 2 2 Z Z ZIZZ2Z2l22222 2 2 2 2 2 I s I c1 I« . . . . . E . . . m os aa E �q 2. I2 I2 2 2 2 2 I _ to f 2 2 2 R F d ni .3 12 g d o 8 S m a d 3 �� F F a m m g g i 70 I E = A = m to > ed d o c c E c c u - - a u V a d a ._ k 8 N n n t E V V ' Liu z z z 0 3 3 a a a a a VI CD t e .e o . 0 e .{4 :2, C Ti; — u 00 Ec gg W v _cdc • m H 9 c'- a� � � � 5 9 u u u v �', $ - 8 v' 8 i ! 8 5 0 u N d ₹ t y 2 3 r V d ‘0 2 3 9 3 9 3 9 9 9 9 9 9 9 u 9 Y 9 s 9 Y 9 m 9 ry ry 7P, « 3 w W W Ti w m N 40 cu m LL U is U Lid U U U U UI U U U U U U U U UI U U U U U U V IC a 2 O n g_ o m v, .n .0 m m m o m v N �n n oo m o .ti ry en Vi m m m m m m O V a a a a a V a a an an N m O N m m m m m m m m m m m m m m m m l0 m m m m m m m a a ¢ a a a a a s a a a a a a a a a a a a a a a a a a m m m m V V V V 'Cr v V N V Cr, O o vi LI, in LI, In m m m � CD LO LD vi i fs .i. .,:.;..) •-t,, 'I) ( .- b '1 1Q� p r'1 !` 4 1r 1` < 4, � 2 p'. .0'Z$ Z \_\)::-_, ( %) 74I--- e@ ii. (NZ ....a 1 3 q ,....., ,, .4. I-3::j_i . .,,-) _,\() ---p-f'iNCr —t— _.g.— III A 1 -Q- __t. i b •- .1\ , s‘l --- -,tt co , a, vi,_ 14/ J Y ei o 1-4 -11 I co t% ) I Cd Q 0 �' -4 -, or\ 1 1 ,,r. •,-. o t � N ti . io k .k.,L b ,.4-)--- (3.1 , ci b. 1 1 ' ,. 09 o ri �Sdo ueo „I O "e,� ob.. _.__._._._._._._._._._._.__._._._._._., ;,0? ,,s11/ 6O 9t7 i L V 4, y 0 k_ 'i ---- 's0 ts3H M (i v, (\f i:if?, „ .) L.. , ,CI Z 8 C. 1---= i i '..)A : < fs 0 IQ 1J V \ -t 0 v c.....) o v .1-.- .--t_. — —I Oil t CC; e — '4 \\, "D 1 ...)— \A k''''--II— r) t "w 40.Z£ C?" - .. DA \/ a co ON L N . UU).t T.— cc, tco cocci 0 ea --, (46 ��, coo In co3 iL t's CO e-- w " 'bs 0'$09 Ado ue (-4Q) + 3 .0-1717 x i "\- i X. -..,__ v:.) \ *, JO.ZB 1 ._ , .. cc; to (----( V C„7 4 1 co A'Z£ I «. N Q - et= N C"l t / Lc. N QO W N li W�`' bs O809 ac-N 11 I Jo Ado ueo cv x 10 9t' . a I S Y Reservoirs Environmental,Inc. Effective January 1.2014 Reservoirs Environmental OA Manual L\OAOC\Lab\Reservoirs Environmental OA Manual.doc REI Reservoirs Environmental, Inc. November 20, 2014 Subcontract Number: NA Laboratory Report: RES 305959.1 Project#/P.O.# 2014.782 Project Description: Trinity John Mahoney Mahoney Environmental 1601 10th Avenue Greeley CO 80631 Dear Customer, Reservoirs Environmental, Inc. is an analytical laboratory accredited for the analysis of Industrial Hygiene and Environmental matrices by the National Voluntary Laboratory Accreditation Program (NVLAP), Lab Code 101896-0 for Transmission Electron Microscopy (TEM) and Polarized Light Microscopy (PLM) analysis and the American Industrial Hygiene Association (AIHA), Lab ID 101533 - Accreditation Certificate #480 for Phase Contrast Microscopy (PCM) analysis. This laboratory is currently proficient in both Proficiency Testing and PAT programs respectively. Reservoirs Environmental, Inc. has analyzed the following samples for asbestos content as per your request. The analysis has been completed in general accordance with the appropriate methodology as stated in the attached analysis table. The results have been submitted to your office. RES 305959-1 is the job number assigned to this study. This report is considered highly confidential and the sole property of the customer. Reservoirs Environmental, Inc. will not discuss any part of this study with personnel other than those of the client. The results described in this report only apply to the samples analyzed. This report must not be used to claim endorsement of products or analytical results by NVLAP or any agency of the U.S. Government. This report shall not be reproduced except in full, without written approval from Reservoirs Environmental, Inc. Samples will be disposed of after sixty days unless longer storage is requested. If you have any questions about this report, please feel free to call 303-964-1986. Sincerely, Jeanne Spencer President P.303-964-1966 5801 Logan Street.Suite 100 Denver.CO 80216 1-866-RESI-ENV F:303-477-4275 xww.reilab corn Page 1 of ) / 2y (9) , 5 c9, , (N ' ! : ~ a § ; i 777 G „ {} ! f CO { w w0 r , \f ` \ \ ) / � ( / ire \ / 2 ; 22 ; 22 2 « | \ \ ! 8 ! co u)a co a_ __ CO 155- , • NCO r Li, 2 § ! z ; ! 0- CCi ! § � \ w ° - - \ � 145 = \ # t ] z> : 3 : k k k 73= k \ o § ` } § } ® G 0 CO LU ce k / } {/ \ . v \ 0 § / & ` ° - \ 5 ` ` ? — co \ .T3 \ \ \ \\ \ z r ) N ,et) f < < < < 4 < c < uj uj § C 7 § i (la ( # � ■ § t .O , , , , , ® W - > « _ » n ! 2 2 ! ! 2 2 q CO ) k » ! m ; ! ] g ! / .. \\ c c / § k ®III ) a - -'0 Ili J f / 2 et\ V, 8g it [/f .. Io a:o: ] jt ) t % ) / \ pig m § o co m CO I- » 5003 ! 1- 2 02Z 4 CO 4 CO CO 2 LE a oEs / § ) E § ; •E ) } C ° ° m m & ° o `e §} 3§ ! E we \ \ ) � � ( ) $ Ki 0 i - z 2 ° 22 ; 22 t ' ! o C us co 0 In a 12 ai 2 | u � co a_ / ato ZOO 2 § ! 0 z ; ! 1 2k # ig rz \ ) Lo \ : - c CL } ) / ` 5 * ? � O k CC ` CO ® 2 § - }) et \ ` ) \ ° ; § 2 co k k � k � -to \ cp 0 40 § ) \ 0i- $ ) \ r Noi r \ � « _ � < CO / = o cm cv re iii § } 2 •CD ■ CI0( f) \ ) k � ) § § § § § O NI- Zwm ! ] - 3 W LU LU « O .. \\ -I % {) a m fi ) e - - ? { � & e \\ .. {// .. % { a� ] jt ) t % ) E ! kk 03 CO 0) 2 » * oo0Ola3 a (0 ! 2 CO CO CO { f Z ") , w w `# 3 T2- §E ! ; , k 2 :! 7) 2 ; ; ) 0Jfa ® , M \i 111 { \ t CO a < E O oo To z " yLI f2 ; 0 2 ° CO a2 ! \ ) ! 0 § _ k / 0 J U 0 k m / @ hi90 § ( { IXf . § ) \ � \ § c. a / to � O5 n § , — ■ ! : - — - - o : k � 0 j - - - ea § ` E E § ) co ` 2 § _ » \ § / § / Ce - { § J ■ 2 ■ 2 a. 0 \ \ ea § 3 O - § co , I- § / f k r \ \\ \ � « w � \ \ � \ � / � E5 2 t2 { ! G [§ �{ B0 $ CO CO ( ) �Oi CI 2 -> < 3 3 2 2! § m ; mI- awm2 � g « / .. \) : ] § ) ) ) a - - 2 ! \ � ' ®ct A\ 8. 81-I- D { �� ® ± 5 ] 222 _ • ■ ] 2t § § � ® E ° . EE 0 N Cl ! » w0G502e3 •owz ) 2 CO 2 ) / \ t e , ° to o.et ro k 2 ( § ; \ 7 c Ca in 0 § O \ 0 1O :; \ ) 3 z ` 4 } ) ) < E O " « 22 2 22 X ; % a ' ! ) 0 La ^ t 2ra _ / & 0 CO a co o z , § o 2 § ! o zG , L. 2i ! ) ce Ukk f .. � \ \ k O 151 Eaa ' . ■ ! : co 2 ! k � � , \ } 0 c ` to & i & w f Cu - ® _ CC O § _ oc - a ) \ \ () E / S 5 `0 § § � - - ` I t Cr R $ W ; \ \\ \ � < » � � / � / } c \ � CC § � J i I. \ § /\ { > < r > E ( ) Cr) ) § X ; ; I- 2wm ! ] - W ! ! La f\ « / .. )| \ % {) | | a •§ f iC ID ) !r / ! uta / [/ r .. 7 0i 0.Li_ ill jt \ 2 ) ) I-•-• 2 2 2 2 a Li) CO CO 2 2 2 �; - E ! ; 2 ! ) ) 2 !! !§ ] ) # afar N- r \I e) \ E < < E zrr 0 \ 22 0 22 ZZ 22 ! It 5 | / o 3 - 8 co I. , | , (1.) 0_ ,_ ti a = - 0 :btu 5 z0 § 2 § ` co ( z ; f 2 ! g k ! uj � \ W \ : 2 2 ) ) -I } 15a 9 \ = 0 � ! 2 e [ { \ { ) w = a ! ) k re § en cm= 2 - 2 : o 2 (v (v o R ) ) / ) $ ) 0 Co 0 0 § I $ ! f0_ z r \ \\ \ � « � um / \ \ \ � \ � Ce § C � 2 r ET ° = 2 »{ (022 ! co 0 co / ) § § r ! § 2i > < r > = z § � ; kI- ; m ; ! � g LU LU LU � ! C 2 .. E 2 % {> 5 5c c 2 ; ? ) ) G -EE 'Li cl-unu 2 E Z 15 15 2 \ 8 '822 E = To �. 2 ) t ) ) ) 7 / \ ! kk 2 0 § N § a » 0000lJ3 A ; ! CO CO CO CO 2 fl u ° ° el wp`4 § 0 u. ( 4 | , ] ! c , \ , ; tO � mi- 1 ° �` !) ] 275 75 2 ! ' , )| g ! - E \ ) k < � 0 \ " .i « 2 ; 0 2 '- 2 0 ) C IA ! 2 _ § / \ | C.) V) EL , • I—ZO O 00 2 § ® z ; ) To I C > c5 E - Ef ) \ \ C lit- - . . C5 § ° ■ ! : CU [ o : k � 0 § ` ›- COTo ` § § \ \ ) ` { t 2 2 = _ \ \ § f Ja ; / } / ) \ Lu / $ $ $ a } Z 4 ; } \\ \ < ` u ` } m < \ m \ w ■ Wk a) el (( #) & kk 0 enr en, en en , e > « = > _0I § D NI Z W = 2 _i — LU Ui LU LU fI 4 2 .. o ii f{ � 2 — d § k ) ) e � t � � } ) ii, g � . // / .. % { .0. ] jt { ) W CG) ! kk co m co m a ) 0003 ! 4 ! a22 2 ■ 2 2 : c , l7 | ! .0C 0 ~ / 'Es ! —Ta' E --% - ° ; 77 \ co O & \ Q Q ! r - / )c oEcc < E { i- k G T ± 92 ; } 2 S. \ \ J $ \ , e0_ a • Z0 / CA 8 2 $ ! j Z : ! ! 2i ! § § \ ] To .c 22 C \ § k > \ � ! : cu ® _rnal 2 * k � � ` co ) ` ! ir- ILI Q ® 6. tX § - 0 , o To ! E & § ) # § § f co a 2m { < E ! --I « e CC < m < § wit § {� 7o o \ (( #k � k { E , , \ ® ® e > « = > n ! } \ , q § � k » alm2 ; g ! f/ » 2 . E \f )| k ° E a }2 § 5 r — \ � � a) a) \ 0 �. CO jt ) $ \ 7 ( \ ! kk co § e # a » 000Oi- 0 • aa2 � 2 2 # 1 I 1 — - a�� ( y j 1 I I if c- r ---1 . <J--,' f ! 1 I .]II: ‘11i Rio ......„ li i! e 41: 11 i i $ 2 1 t u) v � °� ma'j3 iI ■ j I v o ■ ■ii F ~0. r "; _ _`` 1 z , O c :: : IIII ! j:f- � `i� evro+tll tlwnpA.leuwS` 1 .. tS + •u, i U1,.. L) } 'C3101/101.40 a0 t:1V11Y11 tow., �� - € . , ift,y, ' ......... 'LawypOPI --I. -wig*Awl tiaras A•11 £ r .: •a aw+orw3 A Eel'1N.110.II'Yryp .. q ` __.... --_-_. ..__.._ T : of • \' 1 J u011my1µmro n P. .i.,,■8., T.., ..%..3t---�•�--� * i�\itg Z•i inwinuene .3 t r '! .r* } ..._H v A w+n+■cree'r+w'J■MW:rouse aonww minion. ( LL u aj � LJ 2 _ 0,111 0"0 to y. 1aLLI•NoJ 10.910/1O j V I 1 �: S f l i 3 1 El +I...o A.m W Ir t^ L © w*ns'WWII Ill tssatfool w«I.t<M.s;+►.e.w.e ' a .p 17 Pt ki g I.. r to u. 0 11d'L a*1.r, •A n,&r 'd>a1 1+ACM ! ! t ,. Ili, J ' I -...,.1 ■a-r,vull , t; g 3 r aa.11a1.>. 'aval•isms '1$SO'eaorr vor•1 -waa j S � �t W� �tZ.:4 It _ -- - _ _.__. s +■La pa.opq co n.4 anw 1.ronpuw^ r _ i tlan'n yn17'+v1 ;r rci WW1:I$IM■1 YM A►o Mf�l .. i b f tg �� � �1.11•��Q kba+0uc1 *K'j load Waal W45 end�-�r..tb c��_.]I�•,��f �. •746-1% 1 w I TT i a I � � a HI Y q s •. ! U s r r i t ( • 'I r F g E 3s S I ' p s ' F q ? { • � ,A , fag + i I �s E '° I� � � 4, 8� g • as A h ii i m a 14 . TIC• " I • 4 J� 'L` 1 oa r1 �I 3 yl ( \ � .���tt 11L.; ��'�� 'x " i 'x 7 - r * p v�. W W ... ari t3 S i1i o: u _ Y1 y s • • o n S,[\�• Sri•= ( 3 1 o' chi p= F I �� a s 71) ` 4 i��F a § ri ` ILI NIMi �I I I ill c ea ` Se, _. p� �j l' .‘.1 t� 'Vii\ _ ' U U ,� 7..,: 1 Iia g ; 4a � 3 ita1 c = � e1 Ili .1 %* a �Oiz 6 1i O - 7f Zt r3 a t �!e o� • P o'r u i F °E0 . I , I, : Q v.. os = sI I � ••'44 .n_� am1. 60a � i � j'..'1 - rilI(.6).9.rOT:: --'(-5,,-13-.1,-"Jr+ Tio—.0 Z M J m9 � i _ ! ND11L to , I w 11 . II .u. 1 'ej p c o f _T : , O 7 ex u d .. e I U m a i II.. . e; , >K h mom y` S: C 4 L1 0. M e111M1!K1.'. ti ,1 ` I�%�� ^� ....•.., 1 • 1l .8. „• Ell ..0 iP1;j%111S►y kZK,IC• n �l�r,^C '�+.1�'`�'�,<1 a r..,.Yt(1. 1 U4*JrllO:d:'dwe$ • 'salon 11-71(10 21)S1YILiNI 13.213 IJNYS j Fluil:W.rux17,n 7V1 •Ur+xvd e°W0: I �- i •ln,M.1.1:;.e7h 41 r. stausg0r 1, IF N A„Ir•Jlu;,e'7,142-:. 1%1 A- Y1:"n.wnnq'!i,,,. I ...,,�uD,ay W"..os[i p111Dear111 m0 .J cc Z ;. . . •UUIOIliD)A0ITDI 1W:,cl .2 1 7 •-' •...c r, .A,;Rl1:1V:'am:.s1112414,': ,I W II:in•S 7iN V V40 - III unC 110,10e1 'nun3:'u41+,•.10 1'.1: 8 Mtl.IT) a,� —•- .._:i:nl.ilrry • 57Y1 an , G H 1IV..Wt•,1 woe ' LBUU .. i • YHL'L! HMV( Y0.'►L -ROO • 1 1 � cl Wpm J>:vluxy CSI "I"....^eon 'Iwntv4108 ' i - i . f ' O 1"+r..0 t• '(- i Lpr+ PID•.r1 V14:11-lb • NAL I i 4 1414 1)lua d 1.n.:+,kit,1 uudb,Ut.i6; Nid ...."1.4.7.4��3 j / 4 s Oj � It! C'3 44 w� el c • a -L C l` x j 0'' ti I ! ' i Ii? \ ._ 60. r. -rI.‘.1); n to iLk C•4 .---., 7-1-,. a. l-.4 fie.rt c+s Tr Q'0 t) Le\L " n`n s , n l i° 1-, a In - W u -•,? .1 .✓ N r•1 .s, to n.1 00 0, el .- 4,4 en .t to 1D ti CO O1 O r N M 1•f V1 co 1-. co ch O a re17• (, N N N N N N N N N C.)!rn r, el, en r7•r1 en en ger R Reservoirs Environmental.Inc. Effective January 1,2014 Reservoirs Environmental PA Manual T:\OAOC\Lab\Reservoirs Environmental OA ManuaWoc RE�B Reservoirs Environmental, Inc. November 21, 2014 Subcontract Number: NA Laboratory Report: RES 305959-2 Project#I P.O.# 2014.782 Project Description: Trinity John Mahoney Mahoney Environmental 1601 10th Avenue Greeley CO 80631 Dear Customer, Reservoirs Environmental, Inc. is an analytical laboratory accredited for the analysis of Industrial Hygiene and Environmental matrices by the National Voluntary Laboratory Accreditation Program (NVLAP), Lab Code 101896-0 for Transmission Electron Microscopy (TEM) and Polarized Light Microscopy (PLM) analysis and the American Industrial Hygiene Association (AIHA), Lab ID 101533 - Accreditation Certificate #480 for Phase Contrast Microscopy (PCM) analysis. This laboratory is currently proficient in both Proficiency Testing and PAT programs respectively. Reservoirs Environmental, Inc. has analyzed the following samples for asbestos content as per your request. The analysis has been completed in general accordance with the appropriate methodology as stated in the attached analysis table. The results have been submitted to your office. RES 305959-2 is the job number assigned to this study. This report is considered highly confidential and the sole property of the customer. Reservoirs Environmental, Inc. will not discuss any part of this study with personnel other than those of the client. The results described in this report only apply to the samples analyzed. This report must not be used to claim endorsement of products or analytical results by NVLAP or any agency of the U.S. Government. This report shall not be reproduced except in full, without written approval from Reservoirs Environmental, Inc. Samples will be disposed of after sixty days unless longer storage is requested. If you have any questions about this report, please feel free to call 303-964-1986. Sincerely, /7 Jeanne Spencer President P:303-964-1986 5801 Logan Street,Suite 100 Denver.CO 80216 1.866-REST-ENV F.303-477-4275 www.reileb.com Page 1 of 8 S) 4{ < z -Dc r , 2 � , _ _ s-8E § ; 14- « ) ) C Le)wCOcc :, - ! ; ) , r $ } Is5 2 6 < < E 5 } / I / Z2 0 gZ 0 22 0 C > E } In 0 : 2 4 ! | _ a , , C Lo 2 , ) E § | ( z : ! ! 2i ! : ' ° 1 � $ 3 � k § \ : - - (/) ) # t I � ! : ® ® _ © o ! k � 0 \ k ` \ ( • ` ) k \ ® ° ` Cl)W § / i k = 2 Cl)Ce , _ \ {\ a f { ] ) 3 / k k / ) / /_ s .cL.0 co § / q $ § $ $ ) < / . < >- w < < < _ < < 03 < § - F LuO1 C {k { ■ OD OD CO CO CO OD � O( {) \ � k ) O) O) O) O) O) ) Cr; § � k ; ma ! Rg ! ! � ! ! • 2 .. Ts is a ~ : — = L ) ) ) !; J \) _I E t ] \\ .-' E a .� en § t { 2 \ 7E trim § 03 m - 2 a - @0000 I- a aco ! CO co CO } CO 2 88 . ) / ; t ° — , , , , 0 ;4 k k E ! ; qf � 75 co . .;OU) ° K K & ° ° m lee E i| .o - § \ ) § < � E ) 00 err To Co, Oct O OOOZZZ 22 2 7 ' ! 7. 6 k ` cc To co to | C.) � n = a z0 ) 2 % ; } z ; r 2k ! _ t ) 070 - ) \ w : ! ti n \ § = \ a 75 oi ■ > ® ! o o ' ; a i § e 03 a (0 S Z c - — }§ 0 3 _ ) Eu (IS an 47.0 3 to \ mss kEs \ c / 0 co 0i- / ) w Ec ! -J « ice < < ea < coo < m § _F. [ § (k 0 (6 § (( #k § 2t E CN , CV CV , .g 8 ;4. ' 8 a2 T. § W ≥ § / lw = k � _ W W ! ! LA z 0 O ti }| cc ~ : _ ] - ) i ) e - - ? \ t ) \\ . . [\ a g 13 \ i a:a: uj CO jt ( $ \ 7k ) ! kk 03 CO 0) 0-3 a > 0000ja3 • aoz 2 CO 0 # Imo 0co 00 00 | ! } .00 , w , § E / ; ) \ : , 2 . a ~ ca | O2rc2r m , \} • // a, ; E / � /� ) z " re C.) Le 0a) 2In 00 k > k o C In 2 Q _ k k C { / . U U m0_ ti I _ E § ; co z = ) i 2i ; wo_ 1 � ) \ CL ) ) _J w a To — — 3 § 2 � ! Z - — — § H 5 § ) ) ) Ec ` Cl) § ` ( § / > - \ ( 2 # 2 32 ( \ \ § 3 ` m ) k § k k $ e3 23 ) $ § oi , ) f/ P1 < < � < � < m w § a) § { ® E2 »! § § ! .0 ) ) ) ) . 22 ® , ; Cz ; q m ; pI- ZW ; ! R - LU � ! LIJ f/ z 2 .. f| Y 16` : _ [ [ m j f \ ) a // • ) / t w CC g a.: ,...6 h. ec� m § t ) 0)l's- { kk CE El § "t• F > § oO0E- C a22 Cl) Cl) Cl) 2 • L iik � � § ; - ` % !; ` { ) ) ro a4fa ° & 0 r ` 0 / f | 8 ( § ) ! E jF- / { l - zz 0 22 IX ! ; | / C ! - ® ! .12 H o {{ ? | G » 0) Mr-- a Z OO w60 / z [ a } co reo + 8 0 kk \ _ ) � n § § § > \ k ■ ; : - . - o § 2 � * , } Ie CO § $ & . § Z ) + ® _ ■ E S : § e \ ( _ ) ; E 2 [` § 2 3 | § k tt co ( / � a t q q a $ z 11.1 , C \\ \ « LUX \ e < < < CO uj § \ k C CD a CD 0 5 § | r {k \ ) k .O Cr) ) a ) § § 5k ; 2W ; a ! 0 Ui Ui ! 2C /\ , : _ § § mai) i ) e {{ 2 E t \ \/ 2 2 � Z .6 E c1:1 - .ri « ma. . au- ] / ta § ) = E _ 0EE 2 2 2 2 - Q000C ez • aa2 CO 2 CO 2 i) / Et , , , `! ` f / —.r 2 w 0 .4 § f a r m , , \} $ II t < � 0 z " . O 20 22 00 ! ZZ 4.4 ' ! / § ! 9 § , & = It CO 0_ , < CD w z9 5 § | ( z = ! ! ■ ! ! 0 § j \ . \ � � ) ) k \ - - B ! 2 ! [ \ { ` \ \ Cr 03 = a k -3.IX z f f = § 2 0 ° Eo E{ ( 3 0 k § / ) / ) 0 co 3 3 $ E q ft O , . N- \ � « » � � / < < c < � LU Lu § C { 0 5 0104.' L. E ) 0 0 0 § § ) k » 2wNZ ] g 3 w « / .. izi \/ f : _ § L .45 ) ) !r a. ? \ O3 ) 2 2) {// .. 7 { co co .6. 2 jt ) 2 \ 7 / \ 0EE m O m § I- CtOOOO - o A ; ! cc cc Cl) 2 ifi§ § � E § ! {\ , ] - 'o O N � , N $ ( i} )/ ` ! § O < co II- c. err J2 To 72g 2 ; 2 2 � C ) co 4 Jtu - 7 40 0 20 47, O | 0 � _ � a = .0 to 2kn \ z ; ) .O_ i 2k2 § ) \ f. � / ) k \ ) co o § 2 � 3 ' _ W ` ` § o To ` Ce z ! k \ \ , [ " coCO CO a2 at k 3 474 O0 2E = \ a = J $ .c q ) \ ell \} v.CV < � < m < < _ CO uj § { - 0 5 In (§ #tB § t .O co , co , co to , < _ , .0 ! ! ( § � § a2 � ; ; � g ! W LLI 4 2 .. /) Y � : _ § § a) .EL a - - .O \ � % e /\ 2 2fl66 co co [}/ ,. k { ci� w j- t ) t \ ) k ) 4-1 Ty g CO § § I- ± 5EG3 § a3 ; ; 2 co < < < ) § t e , Ti c / � z E ` 4 ) \ , O \ f g � ] ; , p f , - f | 2 / t C } & § } / / O ) - 2 22 2 ! 4E. | \ ) ` 01CO, a ) 8 ! a —re tu = coo in La o CO O- ,- , w z co w z , § | § § ! K z ; ! — ! 2k ® k i t : ] _ CO 2 � § ! - : , - � ] ) w Oi a. - "iii 3 § � � k \ . @ §Ct 03 LU } k a co - / \ j k / ] # $ § j k m » < gr. ! -J < » Uee co co \ \ § - - ) w § ( k { & 03 ® /� �E ° E ! _ U) Q2yl ; « = » = 2 } co co > NfrZWml ; B t§ 2 O . ) , \ r / ` \j E /! � ° ° 5 51 0 M \\ / m< ) ts :16 J3 \ / «\ / c2 2c. [} E O / V �. CO .0 c- ! k) b M ® § \ E- » OOO0 I- 0 ; 2 ! CO CO 4 # I N , 1 11-, _ r , ,ri' sa,. Z ; } In 5 V,2 fli Zr 13 � a 1rr\\\ W rn t V t 1 i Y I -` h 1 I I r V y mgn Ql; It. �1 I j III tL rd M f i ■ 8 i yg F • �€ P i hill § a;o•i- I b t f•u_f i a � ; W — �J xt+•w ^. , • � .v g Lit t U .� I 7t a•sl/f 0)..1pA mS• , 1 I , • • T b AA v.# "221044 W1140113 givuwi 2.1131,11422 - — - ! '' '''' Illa Z I = `�10 '-f. -2428, sawno dui• S___ ` - `i o lel liscansosil:MOO �� ` mob,. ......a > 1—. a � V. E 7 .L W Y A�o�ugaa6 7.J NK1 2+W�'•�tl•OIFI NIOaoM� • ( ) 1,4,,,:1, i v .i 1 11.7 Q +^.01—SP..al 14ESIOKa3'sposu..$:w.b..od 1- i L I : A 4.2 • �u _F1d tieCIS "aunj�akagAM 11124‘12 N W S'S[?It AM•g34101102.0 t / t. Fr Z''' .{R.d.sMIgDL '12,.0 - € r g • gS _ vim) VOW '.mrr •w� c g v1 u u g F8 Luc r_ e K i j whim 2.44.4 061'"Aw&mg 74142,•+439 ? 1 ... _._ t ' ' 4 J 'f1arv3 n eV•yci•-r. nSI 'min.4*0 t 22•N 1a31 , 1 tX � �, O 4-1466.0 urea,bJO 1 bona)mod l.wor 1445 Mid.______ .......4 �pi c� - __'`1 `�J 04. 1r v. a I 8 a s "' i I sk i 1 s L t�- 4 11 ; 4 E3 H � , —ter ft � 6- ;ill mil- Z E - Ii �Ig� Itr E .a II li i •si . . . I; \--) j a Z kt3 L g- 4i '''..rr 434fl ". .°c r •••) • TN. i. 5 1 . .S QL: II' ; ' Lie oV 1d E 11.4 I _I ?,tb 11 b m t O S Q a ;, u ,A w.ti. s fi •ll I u n ! ❑ ❑ u J • + i. r a [5 I. .� 6 h _i _ V ]N e1 s7 W o n ao a ;.. �' 3 a E 6 2I E '1 m = ?, • Vim) 9 11 m a r 1O 4 L• y F X ml 0 .L L` :34. ' '4,. *3 I,IIIIYI:KIy a 1 __/. ` '44.e4,:*444...4^ 414...4.•- _. — r— . v) • tto,r'!l ll .. I iiUI�'•r . 'S310tt 03141.0 NU S1VIIINI S,N3 kilt VS • • .Y .ii "'() a: :• VI" .--4n di•)JS Plan: . t J.. it 1,.1.114 HM 70 1171=:q,ryu{d laglp1 i i C-� 71,077:11:.ball» ! ►t0.774.i Z• ! e i '3n•IRJ,ii•e•C1 N-:• pi 1,'t I w • U) c tnal:rpH Wi 1�1:".•43,3:4yaolvy/H,w0191e1Vol11i O j _ Jt a •• { o,..,-,.„hn;r.,r) :• tuuoNtal accpui Iwu d V i I • 4 Ir}:0'NN../!,.11,r.;. .4,...8,,,,v..-<,..4,...8,,,,v..-<,>i,en iu:, ! i H ti!s1 1 111 4.O!W•iicllo..owas /o.015*IPA • - t ! tFto . . 1 . ! • i , f_ w tl.iri-IA 1 1 1 I 7 .. .: • 7i .. 111 • it...tle:.. h1.1: ,<H:11.1 - _. CC.. .... _-- - ..:'u,'iv S 1V1 iN .. O G a, +14e.,ds,y m!!".1 • 15flut .. • • • 6 Th U Hlliti Vi\a,: • 413.1v i uJaaa N++ If 051 m..nn;PJ rn^•tP itua; { j { O CV p,,,„ • 0.4 ?pt' 1,ie.rl 'tlh7Nv - W31 a , ;o: I,,,..1 :.rrst,0,1 VOA...I V • Nidi. %.,,,,I.4.7.4 �01.�\ � . V .V .T 41111.M ... , U;s ti•! j U �,P, cv 5 • • . . I . ! . 5 . . . .• . . . : . . . . 4. 44134, ' . , fi C� • . • r n Q; { I CZ tl e • Ei C 7. 1 r - . 1J) r., .„1:1-N-A z- ',.1 sk *1 A',---.(46 c'' 111 y\ Q V� \.1V1 � CL/1YI ;� w474.4R ITI / � 7� r. N ,— N M f h tD M1 /q w p r f V M V 445 M M1 1 117 05•O r IV M h :..0, (•` d0 W O r m Llt N 04 N r a O4 ry n n 04 M el r, rn M M r 1 n/ 4 4 Reservoirs Environmental,Inc. Effective January 1,2015 Reservoirs Environmental OA Manual T'.\OAOC\LabkReservoira Environmental OA Manual.doc RT Reservoirs Environmental, Inc. February 28, 2015 Subcontract Number: NA Laboratory Report: RES 313477-1 Project#/P.O.# 2015.117 Project Description: Trinity Additional Samples John Mahoney Mahoney Environmental 1601 10th Avenue Greeley CO 80631 Dear Customer, Reservoirs Environmental, Inc. is an analytical laboratory accredited for the analysis of Industrial Hygiene and Environmental matrices by the National Voluntary Laboratory Accreditation Program (NVLAP), Lab Code 101896-0 for Transmission Electron Microscopy (TEM) and Polarized Light Microscopy (PLM) analysis and the American Industrial Hygiene Association (AIHA), Lab ID 101533 - Accreditation Certificate #480 for Phase Contrast Microscopy (PCM) analysis. This laboratory is currently proficient in both Proficiency Testing and PAT programs respectively. Reservoirs Environmental, Inc. has analyzed the following samples for asbestos content as per your request. The analysis has been completed in general accordance with the appropriate methodology as stated in the attached analysis table. The results have been submitted to your office. RES 313477-1 is the job number assigned to this study. This report is considered highly confidential and the sole property of the customer. Reservoirs Environmental, Inc. will not discuss any part of this study with personnel other than those of the client. The results described in this report only apply to the samples analyzed. This report must not be used to claim endorsement of products or analytical results by NVLAP or any agency of the U.S. Government. This report shall not be reproduced except in full, without written approval from Reservoirs Environmental, Inc. Samples will be disposed of after sixty days unless longer storage is requested. If you have any questions about this report, please feel free to call 303-964-1986. Sincerely, , Itr, Jeanne Spencer President P'.303-964-1986 5801 Logan Street.Suite 100 Denver,CO 80216 1-866.RESI-ENV F:303-477-4275 www.reilab com Page 1 of 9 |_ ! �ci ) \t - „ , , , , e , , _ 0) - E ! ; � ) } c 0 0 OOO 000 !, !) _ CP , O) _ _ \ |§ ! ; 2 ! uig \ / } cn� � - ) z " To To « 0 00 000222 O0 '2 00C 48 ti >0 . ) to _ k k k 0 § { f E CO & 0 0 0 § e0_ • Z \ ow 2 \ _ eg al j § .9 \ . q ] - - - 2 k k k k 75 , IX Ca E E , E _ ILI V) f : [ E § ; ILI OIX § ) ) § f 0 _ o . 2 ! , � { 2 § 2 ! ) \ - - ® ) « E co ) « E ] * § \ \ \ \ 200 en 2• ;ILI } \ §\ \ � « � » \ \ � \ � \ \ m \ \ � \ CL,—.- k � � ) 5 O - ; S § ; ) ) ) § ) - Q .E..C = � = 2 q @ ; k » � m ; ! J = ! ! ! ! 3 C 2 .. /ig C ` : - L ) t ) a Lll Ill - - f \ t } )) 2 2 � Z f/ / .. % � ou CO jt § ; \ 7k } 'Ed 71 O . § to 2 to I- * § 500 -0 a2 ! 0) CO CO q 2 . ) / \ a r \ \ � E § > / ! ! ! C0 \ , § .- $6 22 000 0 = , ) ! Ui ( \ { { <• � ( Z i- r . \ Zaoc oo 01201 . V . | i $ . § co kkk0.c.c .c .c! iI '0 u o u _• CL z Li 5k \ cck - W .0 12 coo 2 ) § / - 0 2 � * Pi § C § - (75 o . § � ® .9 � 0 o.§ - ! \ Em ®« E { Era ) ) ! a cucc- )o ka j / ; I- 0 � ) } c,\ \ � « � � \ \ \N- � � o / moo aco D {_ $ }J . } I. co co. co c —I coo-c .0 rI- q § ) > § SkaaW ; U_ � % ! ! ! Z ) .. \) % {) / ( . f ) ) e 22 5 y 2 ! } iti }} / \\ E IL� ] jt ) k \ 7k \ ! k) in co M a ± 000ale3 • aa ! 2 2 2 1° 8_ a 0 § ; ; ) } C 0U) 000 N N {/ ) ; ) $ I E o ! < ) � ( \ ,- \ 0 a i. `� ° z coo co ) ] § ) k 60 ! . _ 7 # / / i , � o ] ) / ® ® G No, & § k - # _ 4:t ca to TO a � \ \ co , IXk ( § \ _ \ / k re ) a - 3 d ® ! CO C { 2 S O 3 \ Lt ae E5 3 ) . B. CO ti` ® { a ! \ § ; ! 0E ; k 2 § ! ` ! O E / § Ja # ID Lu � . ) 0r } � « � � / j \ \ �00 / c CO co• I:- {^. 2 {k � { k to co co 5 •` or. ; s ; ; ) § § _ 2 § m0 . 0) a , � ! 2 ! 2 - � ; m - lmm ! 2g ,§ C O .. f| 2 % {) ] § ! ) co ! \ t 7 •• !§ Cr8 8 .0 .° 5� w j• t § ) ) = Eo $ kE § ca) ! I re0000E- 0 a2 ! CO < 2 ! ! z ) \6 eee ° ° ee ! " E § ; | f < o a ) 0 0 / )? in� 8 * � LLa \ } / E ) 3Z z ; ; " ' 22 ): I > 0 ! s 0 k _ 0 //| Co ] ) r N ° g © m cm k C to Eko 2k § k \ 2 / 2c CL } k65 0 2 � a _ — ` Ce M \ ) r § q 2 \ D k / it co i § ci. , k § � a /or . {) \ f a # - ® } § = a » LU a J ) d mJ q $ < c ) = . « uC < mo < CD < CO § — Lij \� k /§ �oo { ) Tr ui n ® ` {k \ fk � ! ) ) in § § 2ka � mm ! ] 2 ! ! Ui ii c Z 2E cc � : - ] § f ) ) a / � f 23 \ / � � •13-6 / ( .. k { .a ] jt � ; \ ) / ) tit 0 N 03 I- y0000 f- C aa ! § co 2 • 8831) cpc • CS -4q/ ; t r - r# k ) It 0 § ; , ] ) C . § . s , = OO OO `` C ] ) a ; , > a \I // P. < E , r 2 z t_ 222 a) 22 © 00 22 i'l is E / . (I ta \ / | § S e0- • Ci Fa ci 2k C [ \ § ; - • } �§ k § _ co re } ) 3 ) - ( > _ \ra 0 . S § � E :L- .c 0 ) ] / oi 7 . 2 2 : m : : { § 2 \ ( k § § § « ; + c ! i ( c $ ) co, ot z � \ co \\ 7 � . / moo \ j \ c co } m co al 74 C..1 g. „,O 2 ® ogNT {k4r 22 ) § ) q § 2 § » Iw ; U - g m LU ! 4 ) .. \) % {) , f2 | Co. 2g _I \ \ CD IC co 01 N. \) f\/ , \ \ co in :L 2 221 s— ! kE ! CO co a + 000 ! ! aO ; ; 2 2 2 4 • . . ) ] \ t e ° - °§ ) * E ! ; « 5 = � 2lsOOO OOO :! ) - e ) ] a \ § co ) )_ 0E < < E \ i- / 0 \ ZOOS a' 2 © ; 2 ! I ' ! ( O 6 § § 2 to _ k § k k // .c CO | 00 u C ] ) / © © G tLO & § k a 2 § CI ■ ! ; O \ § \ § \ Z \ � q ] o d � 0 § t ) Q o o. 2 .9 ; ! { ! ) . ! 0 to' � « y / « Ei a 0 ea ; * m 2 ; m Q = § C u)- ' In --I \ \ \ < MU \ CO a � j� k /\ � } ) co co co 2 § 7 { ; S § ; § ) ) ( © © . .0 « � 3 2 !m ; ka2m ; ! ] g 2 .. \) 4 T - d m ) ) ) !: - - ? \ t ) A} 22 � � f.0) a cTo 5.1 ii: ] \ t § ; \ ) / ) ! kk 03 co § 4 Qt0000 e0 a22 4 2 < • • )E re j \ E " - ( § ; - # $ o :! / A5t § OO 0o tnoc0 _ , w / �f - .E ! - E § k < E z " c . g2 2 ; ; 2 | « E \ k ` . ^ $ • ! # _ / | u _ ct Li 0 2 \ z 'a ! � ! § \ W . / di , co } , } 3 § � 0 _ >1 To 45 k ` ) § co� \ \ Co § = t ! Jo o in i- § 3 . A) 2 « - c ■ O IR HO j \ 32 I-1.0 E }LU 0N5 \ < » : � / m / � / � \ } CCI0� ! {k .. Z. ) CD N « CI 0)4 2 ) § ) ) § cc ; § » LLl ; 2 w = w ! W L ,§ z 2 .. f| 2 y {\ 2 I- f ® § © !! M / Za a)0 ti }} / \\ E k � n . 03 co 4). E2 e ! k) § r N § I- lE000 -o a2 ! CO co co CO • C C / N� Ill k � \ \ � / 7).,J I , \ ! O / 2f ; « # 2fa E ) \ § < � E ) § Ez o § - < - z22 ! 5E i ) k i 0 ^ ! a $ , eo_ C IC Ek } ! ) ; - § � W .2 ea \ � rej -J fp - a 0 � 0 > 03 o CI) § 6. CoIX \ 0 to 2 ! \ \ § ; ! § } ! ■ / HO < g _ 71 § In —I « u Z < COLLI` \� \ /� � / 0 NI 03 Cl- 2 § . { 22 § 2 ) � « _ .0 ] Z is § § ) k » u_ m ; ! g /. 7 LA Z 2E ) : { $| 2 � Z - E \ ) § ) j ) - !: \\ y J ! � , / i§ .re,� \\/ ,. 7 u < { .� ) jt ) k % 7 \ \ ) k) co LIJw f � OOO0E- 0 •OJ ! 2 # .• . 1 1 I , f f`: u- $l i r- I ' .I i I.-- r:"L.S:15 �, a Fe I ! iI d N mi I - i I ' v z° a x au O e 11 -q ',3 N II U II it O zI I r V al!a_.r;It al It 1 1[Ti V'c;`` �\1�� 4.„.„,_\04_,_\..._,C1 i 1- ~ o'• x• • , , :G Or C� O t 9 I 13 i ? . VI c 1rr11R100D 111 A �. -- — 8 � ' Y. v -' ¢lG�vl .J1 � � j � __ 1111. I � 9 ` a.k,c J e .: a• .. a. ___._ Jpo'J><t11eY# 11� L - i rFi 1 r.. > ! ` i 1:7 f t. f,-, 0.0 a, . �ti earyllll i a r w a t� �' a1u.,pnewlWe$ I I i L. ]i , : ;Y I y,,; `moo SR1Qtr n3t OUOSlvul�tS,a3ld/rvs .... II , ~ tu, - wrlr ltiuIu'O uale�MlviVl • J• pNri i . . ! I 71 9 (^ It 1 • lrxIP JJI,.u.0 w •J• 14 11 A, f �� �'' u.,,Wv�.11wnp to IL snags. • _ f • • .yt. n I�i T11 F W'KJNIYArtI) N y• 'cw .uj' _. w III r> I _ _ . 4 y wue4IMVI,41 • le p,j c i 1111.-- C w '1 ih ILI. 1111 was Y.�4np w •J• auv,J•mld>t.lU..,tl•a • .... jj! - n ,y T .l. .i.us cn 1 1 ^ -. ,...I ..-• :?: ( m �,� i d '!♦ .1HeSlOi'as� I_._.._�. _1 I _ I . ! `a• " `.S °0 �' (�J a I �+ t C o• a 0 IWWI-SOI4V l'sO f • , �^ 1 3 a �1 • I r t o S f ' • !X.'S•ae$N 'co,u,4 ec,1PMM'dl%i li yelp$ I .. I • Z : w� k II\ • ^ 'b ,. t, -- —, W �._ . _. .. illetirmir - visuals' . I i^ F .. t u 1 waeJ.Ga21 a; SY 'semi • iSn0 , I O F 1 1, 7' S n YHSC '11C✓_•e. 7pCtL Mod I • I : Q f If la .. 4 Z''''4' 1; I , 3 Wn 4 W (11aJ.1 rsAv44Vtii Jnn.1.;114 Kurz,I , , i I •• , 1 i I o 13 y V 1_° tu.r ',AMU t• 10Si'WW1,•11a•w1 Yb3H1l- I131 •11• , a l, a I 1 ;4.9� .' a N z /IawJ xno,/ 'lletlol DI1Cl "yalJJ tors - old � .7ay "' �•••�'J �'`� ''� s ro t` III" L P 01 o 1 I c= u, 1 _ I 1 1L ! E \JS W 117•. l 1 I I I : 1 I A p ti gg le 4n` 41 r1 1 I lj S7 ►: i- �1 z �q { I • I j f 3 e a ro3 LI N 1 P 1 I I 1 } I •, a '£ c • , ofiii I I i I tilJ jj( m _ a c�'i v 1 ¢ $ r o o , T VI Gk E 1° Ci '" x ; t y, i I i C f] 5, V T 4 0 V 7! E " M N I Z D I I X O.i Z u n ,n I . }fT Il gill 1 I �.4 .41_,1611 z ,t. t F RI I J . q t , �w * ••i I 1 f ii f ft z q L7 • .. a i a 7 v V Ym cv w C E i i f e'-, 5 u u ry yE. . r C. v, ,h N I t. 1 1 1 , I g a at- O 1i =I i i i I I I C Al f I ! 1� W `E v}• N i? 1I . I I I m w I�k K to I I a a ! ! I I i S Q ? 0 E } a k ` I I ;`, u,i "J c C a * " fi .E i j : I • r ^J •• .) • d Q I 4lai A r Ir7til 1 '•F ^�. i ,CI) p ;l m „ Iygy, �r�R tim .aLL ,ILI 0 5 d % , el��, •F fY °r . cc IJ l\ 'tT,,,.., , 'v • F IS a , G+� Vll t t• a O N I^ V t4. a v- »• N .\ t, Ion ' J ;u E 0 Da to ii, �! '� A a s2 - . � yao6 € a7. I ,e 9# sg 12 a ii.' 4 a # 3 D y !$ I* & = i : u E eU g g 5 & .- ,- avI Ml41 bori°1 t-te,i o, .- x ce Ir. 0 0 .i II o USCG u_ u`,5-W ., 2 t u1 31 1 o y '1ri• v'~ r .a I \\t • o ES z `m z J W 4 i • i1 t j? a .. W of a 2 ; ' u.g c., • d, s t z ei0treIuO o '-....' .. ..: ., J :.4, • j 4#41;p3 iuiryy�,d�t�.. � nirtt ,,,,z `..`e ; « • w n racy r .. ` 1' ownlq+t aldums • I GdUJN MANIA)du 1;11/4M1►.I1d 1ewvl; - i u-rc:wrJeenp V. • Ir+n+of4.;a1 1s Muir: In.',silo.'wei,In 1r-I •'MiMn'9 smtlO- lus .avann al-:' MIIMIAII$.I i) ,O�! N «at:7s0;.nnp,.i •, YI 4 A Y N .0)n1a1.51111'Nncl a.hi::rx+ay tummy 1aM0»ILr m i • 7 -I 1 d :,,,,,1p;u11nI1 v .• swueplo3 sgr,wv Itos 3 s 2 • d O .n7Q971tt•ent)A, i+ bi:'M•Jg4s..,s1 0100.4 C • W 10 Mal'i11.21.40 i.r)}V20117....1 It $o boyu. • W 14 L 1,04•c34 VetiO F ai w brag bltigA a an 6u4AA,M K1n1. 6 Vtrite • alfic.ntlau 'F'r=1• 2980 v114.'• k'Gtt r`Cirt vi d v I Ca 4 ►aa 44 I :.t.1-i:cI :r o-o.cgry 'ar•b..1.n\ { n ^d I ....0 •1• O �C* II r*•'+7 Yt1]H4• 11311.11311. {j i 1 I I 3..10,-..,Iwa� 'W9u•6..01 1lc lul Iw>'tg`- 1L?a1 A...„.„,,, .wt�t!is Cai 1:? .7!.6061 .004;V: e . • I N . I 1 I F, a I • '` \ • tri".. ca. ),,,,,,),.....3,,, .rk ....1k4.\: ;‘) 7,, Vkr0 ,..* 1,,..< . IV \17 11 lil, to E L {- 15iiilli Lis .• N M ♦ W) i0 N ce T O r �•'� Y`N 10 t- OQ A .I +-1 N H1 X 1' f0 A. 00 OI O •- a a V` N N N`N^N1N�N N N NI e'7 Il P7J e'7 Pf1 P) M 19 M1 M M +f ft I REQUEST FOR BID , 1gg� WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 , , MU U DATE: March 6, 2015 `u; " = BID NUMBER: #B1500083 DESCRIPTION: ASBESTOS REMOVAL- 1024 9TH Ave DEPARTMENT: BUILDGINS & GROUNDS MANDATORY PRE-BID CONFERENCE DATE: 3/12/15 @ 1:30 PM BID OPENING DATE: 3/19/15 @ 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- 1024 9th AVENUE, GREELEY CO 80631 A mandatory pre-bid conference will be held at 1:30 pm, on Thursday, March 12, 2015 at the Weld County Building located at 1024 9th Avenue, Greeley, CO. 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: Thursday, March 19, 2015 at 10:00 am (WELD COUNTY PURCHASING TIME CLOCK). PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above-listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find bid information on the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasingf'ndex.html located under Current Request for Bids. Weld County Government is a member of the Rocky Mountain E-Purchasing System. The Rocky Mountain E-Purchasing System (BidNet®) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Did Delivery to Weld County— 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids @ 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#B1500083 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 submit/mail 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#B1500083 Page 2 • 4. SUCCESSFUL BIDDER HIRING PRACTICES- ILLEGAL ALIENS: Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E-Verify Program or State of Colorado program procedures to undertake pre-employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a 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, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. BID REQUEST#B1500083 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. Attorneys 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. BID REQUEST#61500083 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#B1500083 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. BID REQUEST#81500083 Page 6 BID SPECIFICATIONS: This bid is for the abatement asbestos containing materials in a building located 1024 9th Ave Greeley, CO 80631. This is a turn-key abatement project to remove asbestos containing materials in their entirety by May 1, 2015. The building is located at 1024 9`h Ave Greeley CO 80631. 1. All abatement actions shall be completed by May 1, 2015, so demolition can remain on schedule. 2. The building is scheduled to be demolished on May 1, 2015. 3. All asbestos containing materials, described in the March 4, 2015, report from MEC, Inc., are to be removed from the site and disposed of in accordance with state and federal regulations. The report on the findings, locations and quantities of asbestos containing materials is attached. 4. Permits must be included in price. Exception: Fees for permits through Weld County will be waived. 5. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory requirements. 6. Bidder is required to verify quantities, dimensions, and locations of asbestos containing materials. Price shall be all-inclusive. 7. It is anticipated bid will be awarded on April 6, 2015. 8. Contractor will be required to enter into a contract for this service (See attached) 9. Evidence of all required insurance shall be provided prior to conducting work. PRICING: TOTAL $ START DATE FINISH DATE 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. #61500083. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL **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#61500083 Page 7 F • 3 - M ~ L. O, O N 4- z i I rc'E II GOT v 3 u ° a nee n E E 3 3 I `m I QJ o E m It m I oIm a. ° a 3 n - cl o I E . A m -n -- : I_ a a `- m k L_2 m__.. 0 - °n o' n 0 N vp I ! l ,AF' d d, N -a I I C .L i i. u m W 0 0 $ ! L , t I t t m I = = I = t Com_ ml teo' m " m m'' ` m COm _m m CO 0- G00J '= o m m m x _ ' ._ _ t _ _ 3 _ I ._ ._ _ - -_ -- x x Y, �_ x x x . x D a. x x z x ' x x x x L N °.. x x x ' 9 xx x x x'� x x x x _ �- A." _. . .— Q U I c I m m m m m m m m m m m rlsm1 m A m m mIriJ m Io _ I gjr0 al .. ERI 1I E - E cif I 10 E E E na E E ea E E E E 'I E' E E E . E E E' E. E' E , E E W I MI O O o O o'I a' 0 0 0 1 0 0 0 0 O no 0 O O co re 0 0 0 O O 0q l O q TO S ' O A C q o A ! m m o m o o o _ CD °- �. 3 J ° sl "I- CI N Z J y. b o 3 3ai n O m UJII ~ I d I I U o zo � �� � Ep t, Cfl A m _ o I— N to,_ uc —.� I u nl..o z z n E MM .. .E, u z n z m u �� oIII oI, a o 0 O O O O O, oz a o , a o 0 o o c I _ z u o I! E. Q z z z z z z z E z z z z z z z z z z z z I z z __. « M O1 I I I W G V � ° - - LL LL _LL — LLu — u. !ILL - ILL LL — iu. . z _ LL z z I— I I I >. T T C C T !. T T j - I rl N m II,E E - E 'o n c E E E u I y I a 2 N i u a E r 3 N _ _ CI N d L IQ < T Truk F a o o a a ° v < < m J > vi C. c s q = ' o I« a c �n i° n ° - a. N I �O a E. 3 I m o o o $ i o 1 p d I$ ° CO I— al l u m I m m m u « n m 3 3 3 w m m m lI m u o if CZ u O A A d V LL 3 u" 3 n I� c° Iii 3-__m w s ii '.3 c° a �+ 3 3 c° ° 3 'u I oe C -- -- E l-E m m E = a ee O 9 Ip e° 2 — ae °' m E' d „ v ₹ 9 . I 'E u — lip I E — p E o a E — o .o o o m ' 3 a u v i p U j 'i Im z _ Ic u mom x m m u _ Ica — —It...)u e I I ai it. v ° d x x x u u u ID a v NI a ,_ 5 EL 5 LL LL LL o E ° _ 2 E ° I I m 3 3 3 3 3 3 3 3 3 3 3 3 - ; ; _ !a 3 m A m m 1p Iw aI Y. ° 9 ° C ~ O. '. v J V L I O I O O, m , F - I I I I m V N 2 Iii c c c I • Li ----. U O O G L _'. N N _ N U V V U U `- U N N N_ N N U V 1.- �_ O. W LOU N N V u U u U U V O U U I V V U U z I I O I# m Q C Z I.') a C O 1 - N m e N co N 00 m I o - N en a N m N m 0. , N m O N m N m o I M - - f1 N N N N N N N N N NN d in ,,,-4 m m m l m 'Lill Cell m m m m m 0 010: 0 m m m m m m m m m m ' m m U. o'I CI V1 O2, a 'Jilin- a a. al. a a '' a1 a' a a a al a, a a1I a a al a'. a' a a al a1 a .-I N M V in ID r-• c° c'' .~-I el o- rI ti N ri CO ti NN N N N N N N N N N MM O1 in 01 M O1 ' 810 III A t tit a a I ii NI al a' a .—°y O n C'I a c a' 0.t nI m `m 3 3 m v o 0 o v A v I « E n 1 o o o ° ° ° ° ° a , o. c r' o 3 3 c o. 00: o' o. T. v a'.. v c n °i n n v v °1 ' _ .0 o .0 ° o n a III 0a ° ° A' a 3 3 - J I_ -.- o o o 3 3 I 3 3 1 3 3 3 3 1 3 3 3 ° ° ° 9 1 3 3 9 0 0 0 ° _ 3i 3 of 3'. 3 3 3 3' 1 ..- T . -' _ - O 0 0 0 3 3 '' 0 3 0 0 0 3 3 _ v ,° v o 0 , 0 0I 0 0 0 '' 0 0 0 0 i 0 0 0 0 0 0 0 0 0' 0', 0. 0 0 0' 0 0 0 0 00 O 0 0 l 0 0 0 0 o 0 0 0 0 0 ° 0 0 0 0 o ° ° 0 0 0 0 0 0 0 0 '• U� l9 U' t9 U' U' U' U' l9 U' �. O U' U' t9 I U' U' l9 V' U' U' U' U' 0 I I l7 m 0 M m ',al a0 00 m a Im a a L7, 1 , P J ai = v u es2m 0 z o _ _ a - o °t - r. z c p..__ -_m z o o .. o z z z z zm rmtimr � U' rm � z z zol- z zmr z F. mr zj 2zz 0 0 0 0 0 o o w u z IT; : T:: T E � F 2 f f 2 i, ,a f f g f F c u E °D E j E E 8' m "' o 3 a '.W oil ci 'm d °a o 0 r 0 ¢ 'd °a a y o ,o c ° u c a - is n v v v Iv is - _ _ A _0 _ - '' m 3 _ m ° E l a a cc E f d ti � �_ lam- � �� I� I~ � _ I` !n a O m m ' c \ u b I _ _ - -ea_ u In Ih 'l o to o o E o f o IIm !. i 1s % '', 0 V E 03 0• 111 II u III V - -c 3 ¢ ¢ < ¢ ¢ m e e •_ o` m - tt ca °o '^ a i ≥ u E v 0 m v 5 v 3 .- 0 m 3 °1 O °o °o °o o I o c o o 0 13 2 v o, v v v v m v v v c c c m1 3 q d a, „ a l° v 3 3pp n. 3 3 3 3 3 3 3 3 r 3 3 3 3 0 22l2 c o a Y" W ° ! 3 o • N IJ 3 3 , - J J YJ� YIJ -f- N IN-._. N N n n � _ -3 I ''., I , cNuI I I00 ticiciti, tiuuu6 c c c c cc c c c c c cU cU cU cU c c c c c c c U ¢71 _ _ V_I VI VI G G tilci,. L L L',. G G I C G CSI L L I C L C L L L C L I C I N VI Z cM cU cU cV V1 Vf VI N VI U1 VI N VI VI UI c N lI Q z I O N MI IN en' min fin min mI mrt- CO m d 1 C V, O O O, O Cr- C V' O in Le) LII NI in N UI In o O m m I m o m m I m m o m m T o] 0 m m f0 0 0 m m 0 ' O m m m ' m m ' 0 a s a I a' a'. a a . a a' a , a a a' a . a '. a a a 4 4 a a a s a' On a a On a a LO N 00 01 0 el N en V U1 LO I-- 00 01 O r-I N M at U7 Lo N CO Ot O I--I N M V in LO m m en en v at at at v at at at at at In v1 v1 in 1n v1 v1 v1 v1 v1 1n LED c4D L 10 ID 1D 3 tc 2 2 0 o o o o o . Q LJ O 2 W 2 2 E E ; I E c 3 111 Co U u h h Q o O ill e 4 m m N. CO Lc; Le ckh,Uf y MAHONEY ENVIRONMENTAL CONSULTING INC. IMYMMOAVENUE GREELEY'COLORADO 10611 710.312,2641.£u V]U3SHSN Mr. Toby Taylor, Building Maintenance Coordinator Weld County Building Dept P.O. Box 758 Greeley, Co. 80632 March 14, 2015 RE: Asbestos Inspection Clarifications—from the Abatement Proposal Walk Through March 12, 2015. MEC#2015.118 Mr. Taylor, The following are the clarifications and additional information regarding the questions and comments from abatement contractors during the March 12, 2015 Walk-Through. If there are any additional questions please let me know. 1) Mudded Pipe Joints: following the walk-through additional tracking of the pipe joints were observed. - 5 or 6 pipe joints were observed above the women's bathroom ceiling in the lower level. It is likely that the bathroom ceiling will have to be removed to easily access the joints. The bathroom ceiling is less approximately 80 square feet. A sample of the ceiling material (ASB60) was non-detect for asbestos. - It appears that the pipe wrap on the piping did not continue through the hallway walls except for the readily accessible areas in the boiler rooms, room 6, and the apartment. It does not appear that the piping above the men's bathroom does not have pipe wrap or mudded joints. - Therefore, it is likely that most of the abatement joints are located in the hallway, the boiler rooms, above the women's bathroom ceiling and in room 6. 2) Room 7: site diagram indicates that there are `no floor tiles' below the carpet. This was confirmed but there is `black mastic'. Material was sampled and confirmed asbestos containing, ASB59. 3) Sample ASB7, fiber ceiling from corner conference room, is indicated as containing asbestos in the summary table. This was a typo. The lab report indicated that the ASB7 material was non-detect. MEC Inc. collected a confirmation sample, ASB 58, which was non-detect. The lab report indicated that ASB8 contained asbestos but was listed as non-detect in the table. Therefore, it appears that the results indicated on the sampling summary table for ASB7 and ASB8 were flipped, my apologies. Sample ASB 8 was a sample of the green floor MEC Inc 2014.182 and 2015.118 1 w tile, which has been confirmed in numerous samples to contain asbestos, throughout the building. 4) ATTACHED UPDATED/REVISED SAMLPLING TABLE: the above sampling results for ASB58, 59, & 60 has been added to the sampling table. The typos for ASB7 and ASB8 were corrected. 5) 2n° floor bathroom was checked and it was confirmed that the asbestos containing green floor tile is present below the new linoleum floor covering. The bathroom is 16x7 feet (112 sq feet). 6) The main floor office unit on the east end, with the exterior access door to the parking lot and an interior door going into the remainder of the building, was checked and it was verified that there is no tile or mastic below the carpeting. 7) Non-asbestos containing waste materials generated may be left IN the building. No materials are to be left on the property exterior. 8) The contractor is required to arrange for the air clearance testing. Mahoney Environmental Consulting Inc. will perform the final walk through and provide the county with the demolition permit application, if necessary. 9) The parking lot at the corner of 1 l`h Street and 10`h Avenue is to be used for staging. If there any additional questions please contact me at 970-381-5951. Thank you John Mahoney Asbestos Inspector Certification Number: 10524 MEC Inc 2014.182 and 2015.118 2 e)k,L';+ s Below are the answers to questions that occurred during the pre-bid meeting for the Asbestos Removal 1024 9th Avenue bid (B1500083) which was held on March 12, 2015. 1. Is a bid bond required? Answer: No 2. Is the contractor required to remove any tile located under walls? Answer: No. However, the contractor is required to provide a cost per lineal foot of 4"thick interior walls as a separate line items should asbestos tile be discovered under walls. Addendum will be generated to reflect that. The cost for removal under walls shall include the means/demo to access the flooring material for removal. Additional material under walls will need to be documented and verified by the owner or owner's representative "prior" to removal. If removed without approval price per foot fees will not be paid. 3. Can the completion date be made May 15, 2015 to allow enough time to get a permit from the state? Answer: Yes. Addendum will be generated to reflect that. 4. Since the base boards need to be removed to access the tile, can these be trashed? Answer: Yes 5. Can we keep trash generated from this project in the building or do we need to haul it off? Answer: It can remain in the building. 6. Should we includ the air clean contractor and equipment in our bid? Answer: Yes 7. What will be the cut off for questions? Answer: Given the time line questions will be accepted up noon the day before the bid which is March 18,2015. 8. The report identified there are 50 fittings. How do you want us to treat it if we find more? Answer: Since 40 fitting are readily accessible, it is not expected more exist than the 20% over estimate of 50. However should the contractor discover more,you will be required to provide a cost per additional fitting discovered with your bid. Addendum will be generated to reflect this. The cost per additional fitting you identify shall include the means/demo to access the fitting for removal. Additional fittings will need to be documented and verified by the owner or owner's representative "prior" to removal. If removed,without approval fees will not be paid. 9. Is the removal of the cabinets or built in components to access the flooring material required by the winning bidder? Answer: Yes. Accessing flooring tile along with its removal is the responsibility of the winning bidder 10. Will the utilities be"ON" during this? Answer: Yes. All utilities will be "ON" and running during this removal/abatement. Therefore, you will need to take appropriate precautions around electrical,water and sewer lines. 11. How do you want us to treat the boiler since it has not been tested? Answer: Boiler is not part of this scope. Syb1` DEPARTMENT OF BUILDINGS AND GROUNDS II Tr! PHONE: (970) 304-6531 FAX: (970) 304-6532 VJ WEBSITE: www.co.weld.co.us ...C-�U._-TYr 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 1, 2015 To: Board of County Commissioners From: Toby Taylor Subject: Asbestos Removal; Bid #B1500083 As advertised, this bid is to perform asbestos removal/abatement at the property located at 1024 9`" Avenue, Greeley, CO. The low bid for the project appears to be Excel Environmental due to their low base bid pricing. However, it is anticipated that the contractor will encounter the need to remove some additional hidden valves and floor tile that may be located under some standing walls. The bidders were required to submit pricing for these additional items. Once these items are factored (see attachment), the low bid is Argus Contracting. Therefore, Buildings and Grounds is recommending the bid be awarded to Argus Contracting with the fees identified in their bid of a base bid $57,600, additional valve removal $75 each and additional floor tile under walls which will require removal of the wall at$5.50 per foot. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 4445 0?0/51 6779 /3G 0O/7 - O O O N O O O O O N O a - M Ot W O O N O 01 m COm riu 1p N i a a N - -a al o 0 01 ni 0 ni a rJ N N UT IC to N N 00 CO CO m m (7 N Vl N N .1/1 Vf 1/1. V! V! VF V' 0 0 0 0 0 0 Lu 0 o a o o 0 a • cd To ri, co0 o a 0 0 0 0 0 0 • To 6 po o • E " 002 ° 08 ° " ° O O o 04 40 • an to N to u) E C_ _ 2 N 0 0 0 O 0 o o O • 00 a c 33o0 rao o 0 0 0 0 o o ° ti ti 2 ° ,n 6 o o a 0 Noon co• o 0 0 0 0006 o o O O b < Em m m c,• IAA CC E Q • o 0 5 0 c 0 O 0 O O O ▪ N N N H an In to in Vl Jt c2 82 o c O = Q ` Q 3 a s w a 8 6 2 M F S M 0 N W N O O O- r O O O O O O V O W w O O V M m r- C- U ° U N (OO O)) M Qco r) V 6 U o N a — 0 3 N N 1 0 o 0)- S r O o ° � F S S S S S S N a0D � u 0 (Q Sri - O o ° oN W r 0 O D E ° oo r ao M M o w Z N O O O J (n O J J ENOm Ow > O O O (n . O J O M O w O O 0 _ - N ° _ w ON- ( S S M- S O (0 0 c w ww2 EL a W W W a w w • 0 a 0 o o O O o > > N O r 6 6 (O O O Q En N- EA oo SN Lu CO o o o o o CO F Q N u7 V 0 N r O O LL O O V l\!) a in (() 0 Co J m w o a a 0) ,_ F• F > O N N N r N 0 ° <Q V V V V 4 O F I a J W 0 0 O se 0 � z oo o Z W 0 NN U Z 0 Z N r - — NOU' N J - 0 F ¢ m N o a _ _ w0) Um ¢ w 0LU ¢ a MO J 7J H F F w I U M 0 M Q MMO a w2 P ‹ z 0 (j o Z i 4,\ }I Q a m o w CO2 Dr a Z o 2 o J c° F W O 0 t- OLLjF w ZFo < 00 ON Q N Z > CC O L_ a' f- N F a O U w E a' a. O Z O F > O w ¢ U O L �J p mO W m0 � z > w � � U a �_ QO w < O if/ 0 z V 0 .O) F a w z rU > 0 �� 0 F 'r- W we ✓ . ' wwH zJ > w (nQ O - ¢ ZQ zsa m i QXQ C(1 WDaz (oW w0 WO yo > ° � > ¢ 0 > Om <Q Fdaowa UNa Or > ¢ z > rz ogo zo > c(l ¢ ww _ aa XeD ar www Z W ara 000maa w .- ¢ ¢ oC av0 wc0 ¢ m ? a ¢ F- wLo O O O O O o O O O W W N co on LLn O • V W 0 N 0 a2 J 4. W CO CO 0) 0)) Q M S S M M F 0 F- Li O J LL w Q J 0_• J > O O O Ln O , O O 6 O s CD • ce J >• > O0 0 0 0 0 0 0 6 th w M M M a a a = in to Lo Lc Lo zW F- Ln Ln Ln V' Ln E O Ln Ln in Ln ia F- W La Lc) in Lo Li) < 4 H N N N r N V) V V V V 7 0) U) 0 W E U > w I w F- 0) < 0 J rn 0 Z N W • N ~ ? N. J O 0 > Z m Z (n N < 0 J 0 W 0 W J W O 7 V W Hw J Z -J O J J W W 0• 0 O cnm � Q zW } Z > C7 �n o 0 > v0 - < o0 w o ° U p20w 0 0 WOZ X00 n0 � } > d = � OO r z ON WOW> 2i 0 ? cnw woo Z0zg tx — <WH } Om 70 wN 00 < _ 0 $ 0 � O ma Qd0 o Y � Q 0 IQ 00 27ccoP F Hello