HomeMy WebLinkAboutC17-139 GS Enterprises dba SteamMaster Restoration and CleaningAGREEMENT FOR SERVICES BETWEEN EAGLE COUN'T'Y, COLORADO AND GS ENTERPRISES, INC. DBA STEAMMASTER RESTORATION AND CLEANING THIS AGREEMENT ("Agreement") is effective as of 04/25/2017 by and between GS Enterprises, Inc. a Colorado corporation d/b/a SteamMaster Restoration and Cleaning (hereinafter "Contractor") and Eagle County, Colorado, a body corporate and politic (hereinafter "County"). RECITALS WHEREAS, County desires to utilize Contractor for disaster restoration on-call services for County owned facilities (the "Property" or "County Facility"); and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the Services as defined below in paragraph t hereof; and WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the Services. R_[*1. a0LVA 8aL400 NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and County agree as follows: 1. Services or Work. Contractor agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the services it is called upon to perform (hereinafter "Services" or "Work"). The "Work" is generally described as follows: provide all labor, tools, materials and services to complete the on-call Services which may include fire and smoke damage remediation; mold remediation; water extraction, dehumidification and water damage remediation; sewage decontamination; vandalism remediation; demolition of damaged areas from water, fire, smoke, mold, etc.; air filtration; board up needs; and other remediation services as needs arise including emergency service calls. Service rates are as set forth in Exhibit A, which is attached hereto and incorporated by this reference. Contractor will use its expertise and skill to perform the Services. The Services shall be performed in accordance with the provisions and conditions of this Agreement. a. Contractor agrees to furnish the Services in a timely and expeditious manner consistent with the applicable standard of care. By signing below Contractor represents that it has the expertise and personnel necessary to properly and timely perform the Services. b. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement shall prevail. 2. County's Representative. The Facilities Management Department's designee shall be Contractor's contact with respect to this Agreement and performance of the Services. 3. Term of the Agreement. This Agreement shall commence on April 30, 2017, and subject to the provisions of paragraph t I hereof, shall continue in full force and effect for a period of one year. C17-139 4. Extension or Modification. This Agreement may be extended for up to three additional one year terms upon written agreement of the parties. Any amendments or modifications 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 in accordance with County's internal policies. Accordingly, no course of conduct or dealings between the parties, nor verbal change orders, express or implied acceptance of alterations or additions to the Services, and no claim that County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. 5. Compensation. For the Services to be provided hereunder, County will pay Contractor based upon the hourly rates provided in Exhibit "A." Prior to the commencement of Services at any County Facility, Contractor shall first provide County's Representative with a verbal cost estimate which shall include an estimate of the cost of all labor and materials, as well as any additional costs necessary to perform the Services at that particular County Facility. Each cost estimate must be verbally approved by the County's Representative prior to commencement of the Services by Contractor. Total compensation under this Agreement shall not exceed seventy five thousand dollars ($75,000) for any one (1) year term without a written amendment signed by both parties. a. Payment will be made for Services satisfactorily performed within thirty (30) days of receipt of a proper and accurate invoice from Contractor. All invoices shall include detail regarding the hours spent, tasks performed, who performed each task and such other detail as County may request. b. 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 Contractor was improper because the Services for which payment was made were not performed as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor 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. C. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. d. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefor 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). 6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the performance of any of the Services or additional services without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be 2 G:A4WCAntract Final Drafsl$tean asteAG$ Eixerpris dba$te=Master Pmtmtion aiidClean ing.On 0 fad lit imCLEAN.040417.docx hound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 7. Insurance. Contractor agrees to provide and maintain at Contractor's sole cost and expense, the following insurance coverage with limits of liability not less than those stated below: a. Types of Insurance. Workers' Compensation insurance as required by law. ii. Auto coverage with limits of liability not less than $2,000,000 each accident combined bodily injury and property damage liability insurance, including coverage for owned, hired, and non -owned vehicles. iii. Commercial General Liability coverage to include premises and operations, persona I/ad vert i s ing injury, prod uctslcompleted operations, broad form property damage with limits of liability not less than $2,000,000 per occurrence and $2,000,000 aggregate limits. iv. Professional Liability Insurance with prior acts coverage for all Services required hereunder with limits of liability of not less than $1,000,000 per claim and $2,000,000 in the aggregate. In the event the professional liability insurance is on a claims -made basis, Consultant warrants that any retroactive date under the policy shall precede the effective date of this Agreement. Continuous coverage will be maintained during any applicable statute of limitations for the Services and Project. V. Pollution Liability Insurance with limits of liability not less than $1,000,000 per occurrence and $2,000,000 in the aggregate. Contractor shall name County as an additional insured. b. Other Requirements. The automobile, commercial general liability and pollution liability coverage shall be endorsed to include Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached hereto as Exhibit B. ii. Contractor's certificates of insurance shall include subcontractors, if any as additional insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each subcontractor. iii. The insurance provisions of this Agreement shall survive expiration or termination hereof. iv. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities and protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise 3 GAA4WCAntract Final Drafsl$tean asteAG$ Eixerpris dba$te=Master Pmtmt ion a iid C lean ing. 0n 0 fad lit imCLEAN.040417.docx available to County, its affiliated entities, successors or assigns, its elected officials, employees, agents and volunteers. V. Contractor is not entitled to workers' compensation benefits except as provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax on any moneys paid pursuant to this Agreement. 8. Indemnification. The Contractor shall indemnify and hold harmless County, and any of its officers, agents and employees against any losses, claims, damages or liabilities for which County may become subject to insofar as any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall reimburse County for reasonable attorney fees and costs, legal and other expenses incurred by County in connection with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not apply to claims by third parties against the County to the extent that County is liable to such third party for such claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination hereof. Contractor shall further indemnify and hold harmless County and any of its officers, agents and employees ("Indemnitee") against any losses, claims, damages or liabilities, costs or expenses including, without limitation, interest, penalties and reasonable attorney fees and reasonable expenses of investigation and remedial work (including investigations and remediation by engineers, environmental consultants and similar technical personnel) asserted against or imposed upon or incurred by Indemnitee arising in connection with, or resulting from, any environmental law, including but not limited to, any use, generation, storage, spill, release, discharge or disposal of any hazardous substance to the extent caused by Contractor or any of its employees, agents or subcontractors hereunder. This paragraph shall survive expiration or termination hereof. 9. Ownership of Documents. All documents (including electronic files) and materials obtained during, purchased or prepared in the performance of the Services shall remain the property of the County and are to be delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement. 10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv) when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing the date, time and receiving facsimile number for the transmission, or (v) when transmitted via e-mail with confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five (5) days prior written notice of such change to the other party. COUNTY: Eagle County, Colorado Attention: Ron Siebert 590 Broadway Post Office Box 850 Eagle, CO 81631 Telephone: 970-328-8881 Facsimile: 970-328-8730 E -Mail: 4 G:A4Wcantract Final Drafsl$tean asteAG$ Eixerpris dba$te=Master Pmtmtion aiidCleaning.0n 0 fad lit imCLEAN.040417.docx With a copy to: Eagle County Attorney 500 Broadway Post Office Box 850 Eagle, Co 81631 Telephone: 970-328-8685 Facsimile: 970-328-8699 E -Mail: atty@eaglecounty.us CONTRACTOR: SteamMaster Restoration and Cleaning P.Q. Box 399 Minturn, Colorado 81645 Telephone: 970-827-5555 (p) Facsimile: 970-827-4217 E -Mail: rai@steammaster.corn 11. Termination. County may terminate this Agreement, in whole or in part, at any time and for any reason, with or without cause, and without penalty therefor with seven (7) calendar days' prior written notice to the Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents as defined in paragraph 9 hereof, in such format as County shall direct and shall return all County owned materials and documents. County shall pay Contractor for Services satisfactorily performed to the date of termination. 12. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to this Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be governed by the laws of the State of Colorado. 13. Execution by Counterparts-. Electronic Signatures. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3401 to 1.21. 14. Other Contract Requirements and Contractor Representations. a. Contractor has familiarized itself with the nature and extent of the Services to be provided hereunder and the Property, and with all local conditions, federal, state and local laws, ordinances, rules and regulations that in any manner affect cost, progress, or performance of the Services. b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems necessary for the performance of the Services. C. To the extent possible, Contractor has correlated the results of such observations, examinations, investigations, tests, reports, and data with the terms and conditions of this Agreement. 5 GAA4WCAntract Final Drafsl$tean asteAG$ Eixerpr is dba$te=Master Pmtmt ion a iid C lean ing. 0n 0 fad lit imCLEAN.040417. docx d. To the extent possible, Contractor has given County written notice of all conflicts, errors, or discrepancies. e. Contractor shall be responsible for the completeness and accuracy of the Services and shall correct, at its sole expense, all significant errors and omissions in performance of the Services. The fact that the County has accepted or approved the Services shall not relieve Contractor of any of its responsibilities. Contractor shall perform the Services in a skillful, professional and competent manner and in accordance with the standard of care, skill and diligence applicable to contractors performing similar services. Contractor represents and warrants that it has the expertise and personnel necessary to properly perform the Services and shall comply with the highest standards of customer service to the public. Contractor shall provide appropriate supervision to its employees to ensure the Services are performed in accordance with this Agreement. This paragraph shall survive termination of this Agreement. f. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and professional standards, in the performance of this Agreement. Time is of the essence with respect to this Agreement. g. This Agreement constitutes an agreement for performance of the Services by Contractor as an independent contractor and not as an employee of County. Nothing contained in this Agreement shall be deemed to create a relationship of employer-employee, master -servant, partnership, joint venture or any other relationship between County and Contractor except that of independent contractor. Contractor shall have no authority to bind County. h. Contractor represents and warrants that at all times in the performance of the Services, Contractor shall comply with any and all applicable laws, codes, rules and regulations. i. This Agreement contains the entire agreement between the parties with respect to the subject matter hereof and supersedes all other agreements or understanding between the parties with respect thereto. j. Contractor shall not assign any portion of this Agreement without the prior written consent of the County. Any attempt to assign this Agreement without such consent shall be void. k. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations hereunder are reserved solely for the parties, and not to any third party. 1. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach. M. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity or enforceability of any other provision hereof. n. The signatories to this Agreement aver to their knowledge no employee of the County has any personal or beneficial interest whatsoever in the Services or Property described in this Agreement. The Contractor has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the Services and Contractor shall not employ any person having such known interests. o. The Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to 5 GAA4WCAntract Final Drafsl$tean asteAG$ Eixerpr is dba$te=Master Pmtmt ion a iid C lean ing. 0n 0 fad lit imCLEAN.040417. docx federal law, (ii) to the extent applicable shall comply with C.R.S. 24-76.5-103 prior to the effective date of this Agreement. 15. Prohibitions on Government Contracts. As used in this Section 15, the term undocumented individual will refer to those individuals from foreign countries not legally within the United States as set forth in C.R.S. 8-17.5-101, et, seq. If Contractor has any employees or subcontractors. Contractor shall comply with C.R -S. 8-17.5-101, et. seq., and this Agreement. By execution of this Agreement, Contractor certifies that it does not knowingly employ or contract with an undocumented individual who will perform under this Agreement and that Contractor will participate in the E -verify Program or other Department of Labor and Employment program ("Department Program") in order to confirm the eligibility of all employees who are newly hired for employment to perform Services under this Agreement. a. Contractor shall not: Knowingly employ or contract with an undocumented individual to perform Services under this Agreement; or ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an undocumented individual to perform work under the public contract for services. b. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform Services under this Agreement through participation in the E -Verify Program or Department Program, as administered by the United States Department of Homeland Security. Information on applying for the E -verify program can be found at: http://www.dhs.gov/xprevprot/programs/�c 1185221678150.shtm C. Contractor shall not use either the E -verify program or other Department Program procedures to undertake pre-employment screening of job applicants while the public contract for services is being performed. d. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an undocumented individual, Contractor shall be required to: Notify the subcontractor and County within three (3) days that Contractor has actual knowledge that the subcontractor is employing or contracting with an undocumented individual; and ii. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or contracting with the undocumented individual; except that Contractor shall not terminate the contract with the subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented individual. C. Contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to its authority established in C.R.S. 8-17.5-102(5). 7 GAA4WCAntract Final Drafsl$tean asteAG$ Eixerpris dba$te=Master Pmtmt ion a iid C lean ing. 0n 0 fad lit imCLEAN.040417.docx If Contractor violates these prohibitions, County may terminate the Agreement for breach of contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Contractor shall be liable for actual and consequential damages to County as required by law. g. County will notify the Colorado Secretary of State if Contractor violates this provision of this Agreement and County terminates the Agreement for such breach. [REST OF PAGE INTENTIONALLY LEFT BLANK] 8 GAA4WCAntract Final Drafsl$tean asteAG$ Eixerpr is dba$te=Master Pmtmt ion a iid C lean ing. 0n 0 fad lit imCLEAN.040417. docx IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above. Attest: m By: -------- -- Regina O'Brien, Clerk to the Board COUNTY OF EAGLE, STATE OF COLORADO, B y and Through Its BOARD OF COUNTY COMMISSIONERS By: ------------- Jillian H. Ryan, Chair CONTRACTOR: GS ENTERPRISES, INC. DBA STE�"sw e a �QN AND CLEANING By---------88-00''. Print Name: Rajakumar Manickam CEO Title: 9 GAA4WCAntract Final Drafs\SteanunasteAGS Eixerpris dbaSte=Master Restmtion aiidClean ing.0n 0 fad lit imCLEAN.040417.docx PROPOSAL SUBMITTAL REQUIREMENTS 1. PROPOSAL FORM REQUEST FOR PROPOSAL PROPOSAL FORM THIS PROPOSAL FORM MUST BE SUBMITTED WITH YOUR PROPOSAL TO: Eagle County, Colorado 500 Broadway Post Office Box 850 Eagle, CO 81631 Re: REQUEST FOR PROPOSALS DISASTER CLEAN-UP AND RESTORATION CONTRACTOR SERVICES The undersigned, having examined the Instructions to Proposers and any and all documents related to the above referenced RFP: (a) agree to comply with all conditions, requirements, and instructions of the Request for Proposal as stated or implied therein; (b) Acknowledges the right of Eagle County, Colorado in its sole discretion to reject any or all proposals submitted, and that an award may be made to a proposer even though not the lowest cost; (c) Acknowledges and agrees that the discretion of Eagle County, Colorado in selection of the successful proposers shall be final, not subject to review or attack; and (d) Acknowledges that this proposal is made with full knowledge of the foregoing and full agreement thereto. By submission of this proposal, and signature below, the respondent acknowledges that he has the authority to sign this Proposal Form and bind the company named below. The proposer further acknowledges that Eagle County, Colorado has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the proposal and related documents, and authorizes release to Eagle County of any and all information sought in such inquiry or investigation. Company Name: 9.cam�l ter �e.5fior- k- 1r.�eAnC- Title of Proposer: GEo Signature of Proposer: RP. - t Cie wl EXHIBIT A 2. QUALIFICATIONS Briefly explain your company's qualifications to provide the services requested, e.g., years in business, staffing, vehicles to be utilized and experience. SteaniMaster has set the standard for water. fire and mold damage restoration for over 39 years in the valley. We continue to use the most innovative methods available in order to dr} losses as quickly as possible, with minimal damage to home or office. SteaniMaster's services go beyond extracting water. We can remove excess moisture from the entire structure. whether it is a residence or large commercial or government building with our dellunlidihcation systems and equipment. This helps prevent mold growth. eliminates musty smells and helps maintain a healthy atmosphere and indoor air duality. SteamMaster's IICRC (Institute of Inspection Cleaning and Restoration Certification) certified and trained technicians are capable to identify, categorize water -damaged environments by their relative degree of saturation, which is then used to determine the approximate initial amount of dehumidification equipment necessary for an efficient drying system as defined by the IICRC 5-500. For Mold remediation SteamMaster refers to IICRC 5-520 for remediation guideline, requirements and protocol as well as the 2008 AIHA Green Book. Employvee Housing In order to facilitate a quick response after hours, StearnMaster built four employee housing units with nine bedrooms at our owned Minturn headquarters in 1995. All emergency crews are radio dispatched in specially equipped flood trucks and professionally respond to any losses, water. sewage, smoke or fire. All our vehicles are equipped with GPS for efticienev tracking and quick dispatch based on nearest location. Capacity StearnMaster employs between 23 to 25 employees. 21 vehicles, 350 air movers, 60 low grain refrigerant dehumidifiers, G extraction vans. 23 air scrubbers, two 1200 CFM desiccant dehumidifiers, 2 325 CFM desiccants. 8 wood floor drying systems. 2 Electric heat systems. 2 glycol heat system and l indirect fired heater. We have a leased second building in Minturn for climate -controlled storage. We have a satellite office in Frisco and Eagle. We serve 9 counties including. Eagle, Summit. Garfield. Pitkin. Routt, Lake, Park. Grand and Chaffee for emergency and specialty jobs. Background screening on employees As a general practice and requirement for several insurance vendor program we belong to, StearnMaster screens our employees every year. New employees are automatically screen using the Quick Search Screening services for State and National criminal background; the screening also verifies ❑FAC. sexual offender and driving; records validity. A. Experience. Each contractor will be evaluated based on its overall experience providing on call services for public building and residential projects, experience with construction in mountain environments and experience with local government projects and regulations. Evaluation of experience will include the following. A — 1. Resumes of the proposed members of the team who will be committed to the project. Resumes must include a description of the person's qualifications, professional licensing and past experience with similar projects. Gary Gilman, CMRS, President Founder of the company with 39 years' experience in the Industry. Council -certified Mold Remediation Supervisor (CMRS) ACAC and IICRC Certified Matt Monica, VP and company's Technical advisor The Charter and Seasons Large Loss — Numerous Large Fires 29 years of experience in the Restoration and Cleaning Industry Expert in Water and Fire Damage Restoration and Large Losses IICRC Certified Raj Manickam, CEO and Large Loss Project Manager The Charter and Seasons Large Loss 12 years' experience with the company Project Coordinator for communications in Losses IICRC Certified Jeff Sandoval, Project Manager Most certified senior staff in Restoration and Cleaning Day to day Project manager on losses IICRC Certified Greg Tracy, Project Manager Expert in Water Damage Restoration and Fire Project Day to day Project manager on losses IICRC Certified All of SteamMaster's technicians are IICRC trained and Certified. Most of the crew has more than one certification. A - 2. The contractor's experience in providing on call services for public and other building facilities. Provide specific examples of similar or larger projects and all applicable contact information, including owner and other parties. SteamMaster has met the qualification, requirements, terms and conditions of The Vail Corporation and has a signed `Master Service Agreement' with Vail Resorts. Example of projects 1. E1 Jebel Community Center 2. Miller Ranch Community Center 3. Graffiti at Edwards Skate Park 4. Graffiti at Eagle Fairgrounds 5. Water Damage at the Fairgrounds 6. Water. Fire and Mold losses at Hyatt Regency Beaver Creek 7. Large Loss Water Damage at The Charter, The Seasons at Avon (tw ice) 8. Major Mud Slide at Gallegos Corporation in Walcott. 9, Water loss at the Eagle's DA's and Probation Offices on Chambers over Thanksgiving Holiday. 10. Teak Simonton's water loss at personal residence. 11, Eagle County Governilient Building 12. MagnUIII Storage Smoke and Fire Loss — Eagle W'e handled large water loss twice at Charter at Beaver Creek, h", ice at Seasons at Avon. We responded to the Marriot Fire loss emergency response and mitigation. the 5 level water loss at Evergreen hotel. Red Sky Ranch Fazio Golf Course Maintenance office water loss, multiple sewage back-ups into local Business in Frisco, water loss in 3 levels Buffalo Park condominiums in Arrowhead and. the Town of Minturn Community Center building large water loss. We handled thousands of water, fire and sewage, mold and smoke damage in all the mountain con1munities we serve in. Each and every loss is well documented with `Opening Statement' describing the cause and origin and we document the mitigation process daily to Help all stake -holders in detailed documentation. Photographs and Infrared images were taken: temperature and humidity reading were documented and daily drying equipment recorded for verification. Steam Master will provide real jab sample fLles upon request. Contact Information President: Gary Gilman, CMRS CEO: Raj Manickam VP: Matt Monica Julie Stoxen Restoration PM Jeff Sandoval Restoration PM Greg Tracy Cell: 390-1976 Cell: 904-2409 Cell: 904-5000 Cell: 904-5774 Cell: 904-5780 Cell: 376-8924 arvfu. steam m aster. co m ra r,steammaster.com matt@ steammaster.com j u lie a; steam master.com 'eff steammaster.com reg ,steammaster.com 24 Hour Emergency Number Off.: 827-5555 infq@steammaster.com Toll Free 24 Hour Number : 800-527-1253 Fax : 970-827-4217 3. Schedule. Availability to respond to emergency service calls is mandatory. 24/7/365 SteaniMaster is a 24-hour emergency service company. Our service motto has always been 'Ready. willing and able'. During after-hours and weekend. our answering service patches emergency calls directly to the cell phone of the on-call Manager on duty. Our Managers and Technicians are designated for on-call ditty on a rotation basis. During the winter months where higher volume occurs for water damage related emergencies. all our Management staff will participate in 'CodeSlue' and will be ready to respond when dispatched. We have practiced this for numerous years. 4. Budget/Pricing. Provide a detailed fee schedule for services and equipment. Identify your ability to undertake and respond in a timely manner to intermittent requests for emergency services. Fee Schedule Our restoration fee schedules are drawn from Xactware's Xactimat0c, estirnating software. Xactirnate is widely used by the Restoration and Insurance Industry. The software system contains more than 10.000 unit -cost litre items. Each item has labor costs. labor productivity rates for new Construction and restoration, labor burden and overhead, material costs and equipment costs. More than 80 percent of insurance repair contractors and service providers in the country with a computerized estimating system use Xactware's pricing data. The price lists from Xactware are downloaded monthly. SteamMaster's hourly labor rate for all restoration work is $88.08 per matt -hour unless otherwise specified in Xacti+nate. Xactware's 2017 February Fee Schedule is available for your perusal if needed. Timely response and intermittent requests Our response time is within an hour. It is our goal to respond as quickly as possible to minimize damage in any loss. Our GPS systems are real time and accessible over the Internet. With GPS units installed in every vehicle. our Operations/Dispatch Manager- is capable to make quick decisions to dispatch the nearest vehicle to the loss. This will also be the case for after hours and weekends. Timely response and intermittent service is the nature of our emergency work. 5. Familiarity with Eagle County. Provide a narrative describing familiarity with Eagle County and the government offices, and familiarity with local construction conditions, codes and practices. 39 years in the valley All StearnMaster employees live in Eagle Count}' except for three employees «ho lives in Leadville. Several of our management and staff live in Eagle. Most of the management and staff own homes in the valley and are vested in the community. We are familiar with Eagle County and the Government offices in their respective locations. We are familiar and adhere to the Colorado Department of Environmental Protection (CDPHE) requirement and will apply the same when working locally. We are also very familiar with local weather conditions as pertaining to construction and mitigation work. If and when there is a doubt or question to clarify, Ave will contact the relevant parties in the County for direction. 6. References. Please provide three (3) references from current customers receiving the same or similar service(s). Include name of entity, contact name and telephone number. Jason Lee — Procurement — Vail Resorts Management Company (303) 404-6486 JLeel(availresorts.com Devin Squires - Shaeffer Hyde Construction 970-376-3469 kevinsCa)shaefferhvde.com Ulf Lindroth — Ulf & Associates, LLC 970-926-7600 ulf_,ulfbuilt.com 7. Legal Issues. Are there any lawsuits, federal, state or local tax liens, or any potential claims or liabilities against you, your company or the officers of the company at this time or within the last three years? If so, please explain. In Steam Master's 39 -year history «ve have not had any lawsuits against us nor do we have any pending liabilities against the company or its principals. Community Involvement We encourage our employees to be active in the community by volunteering and serving where necessarN,. We have 3 Rotarians on staff. Our Marketing staff, Tim Herbst is the key coordinator for the Rotary's duck race fundraising. Donna WiIIianis and Gary Gilman are key board member and volunteer at the Vail Symposium. Giving Back to the Community We raise _just over $440K in the 12 years we organize and run SteamMasterGolf. The proceeds of this event goes to local non -profits. The charity golf tournament will continue every year. Programs or sponsorships We sponsor local school events and gave gift certificates numerous non -profits year-round. We were the supporting founder of the Eagle County Emergency Responders Fund. (ECERF.org) Year-round we help in collecting food for the local food banks. We have also re -instated in 2016 a full day food -drive at all local grocery stores to support the food banks ill the County. Several food bins will be placed at businesses and public places as a food drop off' location. Awards and Recognition We are the Better Business Bureau {BBB} Torch Award for Business Ethics winner in 2014. This is the highest recognition of businesses in all of Wyoming, Northern Colorado and the 1-70 corridor. In 2013, SteamMaster also won the Spirit of the Valley 2013 by Vail Valley Partnership. SteamMaster won the Business of the year twice in 2005 and 2008 SteamMaster's CEO Raj Manickam was awarded the Citizen's Award of Commendation by the Eagle County Public Safety Council in 2012. Glenwood Resort Chamber awarded SteamMaster with the Top Brass Award in 2008. Gary Gilman is awarded the Entrepreneur of the Year in 2009 (Vail Valley Partnership). In 1998, Gary Gilman was awarded the Sam Walton Business Leadership Award. Contact by Raj klanickam. CEO Cell: 970-904-2409 — Off ce: 970-827-5555 Email: raj a steammaster.com A�� '�® CERTIFICATE OF LIABILITY INSURANCE DA D410512017 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 HOT 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(lea) must be endorsed. if SUBROGATION IS WAIVED, subject ED the terms and conditions of the policy, certain policies may require an endarsement. A statement on this certificate does not confer rights to the certificate holder in I I a u of such endorsements . PRODUCER MAME; Debbia Hadacd Michael NeitAgeroy Int Ext ; (970) 949-5533 No); ADORE55: Debbie@hvailstreetinsurance com 003013enchmark ]3d. INS URERIS) AFFORDING COVERAGE NAtC B G6 INSURER A. ARCH SPECLkLTY INS CO 21199 Avon CO 81620 INSURED INSURER B ; INSURER C: GS Enterprises Inc ABA StewnMaster Restoration & Cleaning INSURER D : PO Box 399 INSURER R INSURER F; Mint= CO 81645 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE PCLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE: INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TD ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCK POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CEAI MS. LTR TYPE OF INSURANCE IN" WVO POLICY NUMBER IDD 51IDD LIMITS X COMMERCIAL GENERAL LIABILITY EACHOCCURRENCE S 1DOOD00 CLAIMS44ADE FX—I OCCUR NTEIr- PREMISES Ea caurtence S 5000D MED EXP [Any ane person) S 5000 PERSONALS ADV INJURY S 1000wo A Y Y 12 EW 72036-05 (1313111417 031311Y01 S GWL AGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2GDGD00 RPOLICY Zj� LOC PRCOUCTS•COMPMPAGG 5 2000000 S OTHER.- AUTDMOBU UAHIIATY f a nl S BODILY INJURY IPar person) $ ANY AUTO ALL OWNED SCHEDULEDAUTOS AUrGS BODILY INJURY (Por accident) S HIRE AGTD9 NON -OWNED AUTOS acddonl S 8 UMBRELLA LJABOCCUR HCLAIMS-MADE EACH OCCURRENCE S Excess UAa AGGREGATE S DED I I RETENTION S S WORKERS COMPENSATION D EMPLDYERS' LIABILrEY YIN ANY PROPRIETORIPARTNCRIE%ECUTIIIE ❑ OFFICEFLME MBER EXCLUCE07 NIA STATUTt: ER El- EACH ACCIDENT S E.L. DISEASE. EA EMPLOYEE S (MandatoryIn NH) (ryyeess describe under DESCRIPTION OF OPERATIONS bBluw E.L. DISEASE• POLICY LIMIT $ A COCL UMBRELLA 12 UMM 92906 04 0313I12017 03131P3018 51000000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, AddIdonal Remarks Schedule, may be anachad It more space Is required} Bulk County, its Modeled oraf dialed entities, its successors and assigns, alected officials, corployocs, agents and volunlerrs am additional krureds as required bywritlencontract. General Liability policy includes: Canlradars Pollution and Maid Liability- Claims Made - S1,000,OOD each avaWS2,000,00D aggregate Professional Liability Limit - Claims Made - $1,000,000 each act IS2,000,000 aggregate SHOULD ANY OF7HEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 12AGLE COUNTY ACCORDANCE WITH THE POLICY PROVISIONS. PO SOX 850 AUTHORIZED REPRESENTATIVE EAGLE CO 81631 Drbbu Fivxia++cL ren,siebctt@caglecounty.us 01988-7014 ACORD CORPORATIO EXHIBIT ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD B C1=0TIMNATC ❑r LIAMLITV 1111J911RAIJOE American Family Insurance Company ❑ American Family Mutual Insurance Company If selection box is not checked, 00010 American Pky Madison, Wisconsin 53783.0001 Insured's Name and Address Agent's Name. Address and Phone Number (Agt.0st.) StearnMaster Restoration and Cleaning LLC Tracy J Tyler PO Box 399 PO Box 5107 Mintum, CO 61645 EDWARDS. CO 131632 (970) 926.4370 (0111307) This certificate ]s Issued as a (natter of infarntiation ordy and confers no rights upon the CertMeate Halder. This Certiflem does not amend, extend ora[terthe coverene afforded bvthe no0clas ]]sled below. u•xu>I ter. tow Stock No. 015588 Rev. 7102 Tisa a 4o osrtily ihel peYdes of Ineurap[e► Pelad below have Leen Issued to the �e�red nanmd abai s for ]he pOcy period indicated, num thebmdnp any r whff erd, lean or ration of any wftd or cow document with respect to 1ldiltt Na %may behmod or may pertain, Its Insuarwe anarded by the polides dasulbad hareJn Is eubW to as Rre tans% evtcdielona, end oandgons of sudipolkft TYPE OF INSURANCE POLICY NUMBER POLICY DATE LIMITS OF LIABILITY a Pl n9N Homeowners/ Bodily InjLq 8M Plap" Damage Mobllehomeowners Liability EaehOcamenoe $ 1000 BCatpwnere Liability 8odiy Injury and Prepeny O—aae Eod,Occurrence S 1000 Personal Urnbralla Liability SarI*aywas YDasnaHe Each Oomn wa S ,000 Fans uabplty a Personal uablMy Farm/Ranch Liability Each Omuffm w $ ,440 Farm Employer's uWutgr Each Ooamrrea $ ,000 Statuto7 Workers Compenaation and Earn Aocdeu $ ,000 Employers Llablllty t 079easa-Eerh Empirree $ .000 amass • Pokey um1E $ ,000 General Liability GeneralAeVepsta $ AM ❑ Commercial General Pmducls • Csmplalad operations Aggrapale $ ,000 Liability (occurrence) PoWnS and AdvMOV Irk $ ,000 ❑ Each occurrence $ ,000 ❑ oanmga to Pforriam Ranted to You $ 1000 Medical E»esne WY one Paredn) $ 1000 l3usinassowners Liability EsmOcraurrre oo" $ 1400 Agareaslu" If .000 Liquor WRiblllty Conlan Causa unat $ 1000 Asoma Leer $ 1000 AutornobllsLiability Body lnp,ry-EamPeredn S 2,000,400 ❑ Any Auto El All owned Autos eocfy Iraury-EachAoddard $ 2,000,000 PrapnyDArW $ 2,000,000 ❑ Scheduled Autos 05-XW5260-01 12131/2016 1213112017 ❑ Hired Auto ❑ Nonowned Autos Badly tryM and Property Do-" Cesrt;Mrt $ '000 11 - —] Excess Liability ClCommerclal Blanket Excess Each (k—noefturega[e $ ,004 ❑ Other (Miscellansaus Coverages) OESCRIPnON OF OPERATIONS f LOCATIONS! VEHICLES r RESTRiCTICNS ISPECML ITEMS i.7ha lnd6ddual orpartruora ❑Hare The automobile commercial general liability and pollution liability Coverage shall be ehownpaI"Qo, rdededte endorsed to include Eagle County, its associated or affiliated entitles, its successors and b`a"e'� sidorf"a�� 0Harerm odA ttis equal I ds � I anud is assigns, elected officials, employees, agents and volunteers as additional insureds. kwkWedlnpolicy unregata, rs•' :'-'� �`... _. _ -_-::a mar- .sc�.:� - - Lj Eagle County Colorado Mould » of the above described poticles be canceled baMm the elplratton date '( (hereof, the company will endewoor to mull dam) wriiten nalm to the Cetalicala Attn: Ron Siebert Holder paned, but Mors to mail such nodoe shall Impose no obNgellon or AabMW of airy kind upon company, its agents or representames. -1 a days unless dinerent number m days 590 Broadway awL PO Box 854 x Trda cenEss coverage on me dale of Ieaue only. The above deserved po9des are Eagle, CO 81631 subject to eancelletlon In conwrmlty wfth Mrturns and by she laws of the state of issue_ Pax: 970-328-$730 DATEISSUED TAtr DRIxrnaEPAESENTAnvs 04105/2017 1 Trace Tyler, Agent u•xu>I ter. tow Stock No. 015588 Rev. 7102 CERTIFICATE OF LIABILITY INSURANCE DATE /13120 THIS CERTIFICATE 18 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 pollcAles) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and con dltions of the poil cy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT,len Davis PHONE (970) 926-1717 FAX No: 1970)926-1722 (AIC, No (AIC0225 Alpine Insurance Agency of Edwards, Inc. E.MmLr .jenSAIA>~dwards.coo gain Street, 0-205 P.O. Box 2240 INSURE S AFFORDING COVERAGE NAIC N INSURERA:Pinnacol Assurance CO 4119D Edwards CO 81632 INSURED INSURER B INSURER C GS Enterprises Inc., INSURERD: Steammaster Restoration and Cleaning, LLC INSURER E: PO Box 399 INSURER F: Minturn CO 81645 COVERAGES CERTIFICATE NUMBER-CL171916411 REVISION NUMBER - THIS 15 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 LTRPOLICY I TYPE OF INSURANCE NUMBER POLICY EFF POLICY EXP MM D LIMITS COMMERCIAL GENERAL LIABILITY CLNMS-MADE OCCUR �. EACH OCCURRENCE $ E TO RE NTED RE ISE Ea occurrence $ MED EXP (Any one person)$ PERSONAL 8 ADV INJURY $ GENT AGGREGATE LIM T APPLIES PER: POLICY D JE O FI LOC OTHER GENERAL AGGREGATE $ PRODUCTS - COMPIOP AGG $ $ AUTOMOBILE LIABRLrrY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS AUTOS COMBINED SINGLE LIMIT $ Ea accident BODILY INJURY [Per person] $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ UMBRELLA LUIB EXCESS UM OCCUR CLAIMS-fu1AaE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y 1 N ANY PROPRIETORMARTNEWEXECUTIVE 0 OFFICEWMEMBER EXCLUDED? (Mandatory InNH) ryes describe under DESL�RIPTIONOFOPERATIONS Wow NIA 4136450 1/1/2017 1/1/2018 X STAT X E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1 000 000 E.LDISEASE-POLICY LIMIT I $ 1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACDRD 101, Additional Remarks Schedule, may be attached R more space Is required) 01-I .1111 Y L97-11-6. L■1 Nq ■J -1.1 (970)320-3578 ron.siebert13eaglecounty.us Eagle County PO Box 850 Eagle, CO 81531 ACORD 75 (2014101) INE025 nnlnnn SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Davis/JEN 9 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD