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