8:30 am call to order by the chairman consent ... - colorado
TRANSCRIPT
11:21 AM12/23/2020
Special Board Meeting Agenda Minutes will be recorded for these formal meetings
Tuesday, December 29, 2020
8:30 am Pledge of Allegiance/Moment of Silence Call to order by the Chairman
Approval of the agenda
Consent Agenda -
Review & Sign the following documents:
a) 2020-138: Transfer of Payment of Warrants b) Preventative Health & Healthcare Services Block Grant c) DHS Conflict Attorney contract d) 2021 Salvage Metal contract w/X Field Services
Staff Reports: 1) Office of Development Services – Roy Tipton - Request to waive the bid process for Emergency Purchase of new Boiler for Road & Bridge Department
shop - Final Settlement letter to Four Rivers Construction for Picnic Pavilion at Loudy-Simpson Park
MOFFAT COUNTY BOARD OF COUNTY COMMISSIONERS 221 W Victory Way, Suite 130 Craig, Colorado 81625
(970) 824-5517 (970) 824-9191 fax
Don Cook Ray Beck Donald Broom District 1 District 2 District 3
The next scheduled BOCC meeting will be Tuesday, January 5, 2021 - 8:30 am
**AgendaisSubjecttoChangeuntil24hoursbeforescheduledHearings**TheBoardmayalterthetimesofthemeetingsthroughouttheday,orcancelorreschedulenoticedmeetings
Adjournment
11:21 AM12/23/2020
For remote participation in this meeting, please follow these instructions:
1. Call 1-303-459-6026 2. Enter the conference code of 1416728. The caller will automatically join the call. If the conference call has not been started yet by the person hosting the call, press 1 to join the waiting room.
TRANSFER OF PAYMENT OF WARRANTS FOR THE MONTH OF DECEMBER 2020
.
WHEREAS, The Board of Commissioners of Moffat County, Colorado,have approved the payment of various debts and obligations from the variouscounty funds:
AND WHEREAS, the warrants issued in payment of said debts and obligationshave been issued against the Moffat County Warrant Fund:
NOW THEREFORE, BE IT RESOLVED that the Moffat County Treasurer be andhe is hereby authorized to transfer money among the various funds as follows:
Check Date: 12/29/2020FROM FUND:
General 110 $72,408.00 CR 0010.7000 Road & Bridge 200 CR 0020.7000
Landfill 240 CR 0070.7000
Airport 260 CR 0120.7000
Emergency 911 270 CR 0350.7000
Capital Projects 510 $25,226.30 CR 0160.7000
Conservation Trust 211 CR 0060.7000
Library 212 CR 0130.7001
Maybell Sanitation 610 CR 0280.7000
Health & Welfare 720 $192,843.38 CR 0080.7000
Senior Citizens 215 CR 0170.7000
Internal Service Fund 710 CR 0325.7000
Lease Purchase Fund 410 CR 0175.7000
NCT Telecom 520 CR 0166.7000
Mo Co Tourism Assoc 219 CR 0320.7000
PSC - JAIL 210 CR 0072.7000
Human Sevices 220 CR 0030.7100
Public Health 250 CR 0065.7000
Sunset Meadows I 910 CR 0168.7000
Sunset Meadows I Security 910 CR 0167.7000
Sunset Meadows II 920 $303,636.61 CR 0169.7000
Sunset Meadows II Security 920 CR 0171.7000
Museum 229 CR 0310.7000
ACET 275 CR 0310.7000
Shadow Mountain LID 530 CR 0110.7000
MC Local Marketing District 231 CR 0050.7000
To Fund Warrant $594,114.29 DR
Adopted this _____________ day of ____________________, 2020
___________________________________________ Chairman
STATE OF COLORADO )ss.)
COUNTY OF MOFFAT )
I, Tammy Raschke County Clerk and Ex-officio Clerk to the Board ofCounty Commissioners, County of Moffat, State of Colorado do hereby certifythat the above and foregoing is a true and complete copy of the resolutionas adopted on the date stated.
WITNESS my hand and seal this _________ day of ______________________A.D. 2020
___________________________________________County Clerk & Ex-officio
RESOLUTION 2020-138
.- II.
I. I,)ntitl Name: Nloltat Countl,Public Health
Project Description: This project serves to support local, cross-jurisdictional, and regional Local public Health
Agency (LPHA) partnership activities during the current Preventive Health and Health Services Block Grant
cycle ending on September 30, 2021 . These foundational activities increase efficiencies, economies of scale and
collaboration between LPHAs and partners within their j urisdictions by aligning strategic, cross-jurisdictional
local public health agency partnerships with the updated Colorado Core Public Health Services and Capabilities
model. The updated Colorado Core Public Health Services and Capabilities model is a framework used to
modernize govemment public health to meet a growing population and address complex public health needs. The
Covid-19 pandemic has uncovered pannership needs and has created an intense need to do all work more
efficiently and effectively. This health project will implement a work plan to coordinate LPHA cross-
jurisdictional sharing activities and pannership activities for the project: "Vulnerable Populations Task Force,"
on behalf of the Moffat, Rio Blanco, Routt, and Grand county Local public Health Agencies. The
implementation, monitoring and evaluation of strategic and cross-jurisdictional pannerships and outcomes willbenefit the citizens of Colorado.
III. Definitions:
l. LPHA: local public health agency
2. CDPHE: Colorado Department ofPublic Health and Environment
3. CHAPS: Colorado Health Assessment and Planning System
4. OPHP: Office of Public Health Practice, Planning, Local Pannerships
Work Plan:I\'.
ciency and effectiveness of Colorado's public health system by increasing local public healthagency capacity to implement, monitor and evaluate strategic, cross-jurisdictional local public health agency
ershi s
Goal #l: Increase effi
ectile #l: No later than the expiration date of this contract. coordinate Vulnerable Populations Task Forceon behalf of four (4) agencies including N{offat, Rio Blanco, Routt, and Grand County Locat Public Healthobj
Primary Activity #l The Contractor shall prepare a partnership lvork plan
Sub-Actiyities #l
l. The Contractor shall prepare a partnership work plan with allpannership members.
2. The Contractor shall use the CDPHE CHAPS website for assessmentand planning guidance.
3. The Contractor shall attend at least one ([) phone call with OPHP.
The Contractor shall implement the work plan.
l. The Contractor shall coordinate the partnership members toSub-Activities #2
STATENIENT OF WORK
Primary Activity #2
1
Agencies to build partnership gapacity through the completion of regional projects.
implement the work plan.
2. The Contractor shall monitor the work plan once implemented
Primary Activity #3The Contractor shall prepare repons
Sub-Activities #3
l. The Contractor shall prepare a mid-year progress report.2. The Contractor shall prepare a final repofl.
Standards andRequirements
The content of electronic documents located on CDPHE and non-CDpHEwebsites and information contained on CDPHE and non-CDpHE websitesmay be updated periodically during the contract term. The contractor shallmonitor documents and wehsite content for updates and comply with allupdates.The partnership work plan shall be aligned with the Colorado Core pubticHealth Services model. This model is incorporated and made a part of thiscontract by reference and is available at the following website:ht googlc.cirnVti LVrl/ I pk-1id8GlKC[* j t-lovQrt qi\Il)\'(r
)
s://drir ..iirr'ltts -: h llin g
c0-l-ld.ld[i-1]lcttirnc=LN.Adr ance.C
lc'-trCa P I -lerLk6 I a X LC \\'r
-oni.'tttV i;ri . gctl-u llToc&nr
)'h5\'\ AIri,/\
3. The Colorado Core Public Health Services rule 6 CCR l0l4-7, Corc publicHearlth Services. etltctive lanuary 1,2010 is incorporated and made a part ofthis contract by reference and is available at the following website:!tip:/l!l y ro
'...r:r!q, r1L!!!'CC'Rlq D!\'kc tl)utailr.r.lo .,r liie kincN u nt-]0li)_00r01
4. The Contractor shall meet the minimum requirements set forth in the ColoradoPublic Health Act and the voluntary Public Health Accreditation Boardstandards. The Colorado Public Health Act is incorporated and made a part ofthis contract by reference and is available at the following website found atSection 25-l-505 CRS et seq. Title 25 - public Health and Environment _
Article I: Administration - Part 5 Public Health Act - Subparr 2 public HealthPlans: Act)lrt$1114!1t11c.I.t.j r iltrur./gq41i1irtr/.,p{ll'iJ= ltX)O5 l6&cr.id=e c.ti I lt)7__1l.tblL tr(,-hSiJ
r.l. iJ-.\.\lA.\Jf-A18.\]!A1yrqolenrr'\ =Brcirdcrunlb.tconlig=0-]-+-5 }91_tjJA Ai4.i_Elt f ej!YrllNz/tLTRkNzttYl k-rNiS0-t_)'rnl hgEl\1,\,,t1g1{Kr\FU r ZENhdGFsb
t-BO9&ae ! i on=pLrbl ictoc& pddo.llirl lplrh=l.i I [shlrrctis - le g ir llt io n',t llirru 1 i .iaurrntr'utltcnr',i -la5T\'l-- B \ tJ0-
00lp-llll iums,aa.tp1!11!fulll1rtl=,ll]ir]aail :ilDlcot.on te nl \ rii
% Iltkrcu Ilrintrl ll\1iltutL.
-lt)(r j -at -1 f -i 7 da-'r I I().1
liun':i -lacont..ntlrent,.i -luli00 i -T0H0-1'905-5-1Rl-ttilO0l.i{0c!r,'conr bg.t tLkkct prid btrlcht9a (r-l6tl-
cl6c5. The Contractor shall use the Colorado Health Assessment and planning
System (CHAPS) guidance as a technical assistance resource for assessmentand planning related activities. This document is incolporated and made a partof this contract by reference and is available at the following website:Irtip!/[rr rr .color.ado. gor /paci fi !.lr!!h!-]p!!/,-lhap
6. OPHP will provide technical assistance to the Contractor within five (5)business days oI receipl of a question.
7. OPHP will provide the work plan template no Iarer than thiny (30) days aftercontract execution.
8. The work plan shall include rhe following:a. Partnershipcoordinationactivities.b. Funding distribution to partnershi p members
2
c. Regional project goals.
d. Regional project objectives.
e. Regional project activities.f. FPHS Partnership Capability related performance measures.
g. Partnership capacity building performance measures.
h. Equity specific performance measures.
i. Work plan evaluation measures.
9. OPHP will schedule the phone call rvith the Contractor no later than fourteen( l4) days before the phone call.
10. OPHP will provide the mid-year progress report template no later than three(-1) monlhs after contract execution.
I l. The reports shall include input from all partnership member agencies.
12. OPHP will provide the final report template no later than thiny (30) days
before the end of the contract.
13. The Contractor shall update the work plan if proposed outcomes and
performance measures are not being met.
14. If the Contractor updates the work plan then the Contractor shatl submit therevised work plan no later than seven (7) days after the work plan has been
updated.
l. Increased capacity in the coordination and implententation of a local publichealth agency, cross-jurisdictional partnership.
2. Increase alignment between local public health agency cross-jurisdictionalpartnerships and projects u'ith the new Colorado Public Health Services andCapabilities model.
3. More efficient and eft'ective delivery of core public health services acrossrnultiple jurisdictions that may not occur $'ithout the u'ork of the Moffat, RioBlanco, Routt, and Grand County Local Public Health Agenciespartnership.
Nleasurenrent ofExpected Results
l. Nurnber of completed work plan activities.2. Number of performance rleasures met in work plan.3. Number of work plan activities that align with the Colorado Core Public
Health Capabil ity Partnership operational defi nitions.4. Final report's answer around the perception of capacity change due to
implementation of pannership work plan.
Conrpletion Date
l. The Contractor shall submit the partnership work plan viaemail to the Director of the Office of Public Health Practice.Planning. and Local Pannership\.
No later thanl amary 22 , 2O2l
2. The Contractor shall attend one ( I ) phone call scheduled u,ithOPHP staff.
No later thanFebruary 12, 2021
3. The Contractor shall submit the mid-year progress updateusing a template provided by OPHP via email to the Director ofthe Office of Public Health Practice, Planning, and LocalPartnerships.
No later than four(,1) months aftercontractexecution.
4. The Contractor shall submit via email to the Director of the
Office of Public Health Practice, Planning, and LocalPartnerships:o Meeting minutes and agendas for the Vulnerable
Ongoing and nolater than thirtydays before theend date of the
Expected Results ofActivity(s)
Dclilerables
3
Populations Task ForceFinal product for, or links, to the joint messagingcampaigns
contract
5. The Contractor shall submit the final report using a templateprovided by OPHP via email ro the Director of the Office ofPublic Health Practice, Planning, and Local Partnerships.
No later thanthiny days beforethe end date of thecontract.
\'. Additional Pror isions:The following terms and conditions are in addition to the standard purchase order terms and conditionsand are to be read and interpreted in conjunction rvith the provisions of the purchase order. Wherever usedin the following provisions, "Contractor" and "Vendor" shall have the same nreaning. Contractor and/or Vendor -any party to which a Purchase Order is issued.
A. ADDITIOTT-AL PROVISION S -- I nr oicing
Yt.
\ II.
To receive compensation under the Purchase Order, the Contractor shall submit a signed monthly CDPHEReimbursement Invoice Form. This form is accessible from the CDpHE intemet w;hsirel]!!.p:/At N.c!.llra&.g!V!.!c{@rrrdizcd-in r oie c- lblrn-ancl- l irr Ls and is incorporated and made part ofthis SOW by reference. CDPHE will provide technical assistance in accessing and completing the form. TheCDPHE Reimbursement Invoice Form and Expenditure Details page must be submitted no later than forty-five(45) calendar days after the end of the billing period for which services were rendered. Expenditures shall be inaccordance with the Statement of Work and Budget.
l. Scan the completed and signed CDPHE Reimbursement Invoice Form into an electronic document. Emailthe scanned invoice and Expenditure Detaits page and to:
Michele Shimomura, MS, MPHDirector of the Office of Public Health Practice, planning, and Local pannershipsmichele.shimomura@ state.co.us
Final billings under lhe Purchase order must be received by the State within a reasonable time after the expirationor termination of the Purchase Order; but in any event no later than forty-five (45) calendar days from theeffective expiration or termination date of the purchase Order.
Unless otherwise provided for in the Purchase Order, "Local Match", if any, shall be included on all invoices asrequired by funding source.
The Contractor shall not use federal funds to satisfy federal cost sharing and matching requirements unlessapproved in writing by the appropriate federal agency.
Monitoring:CDPHE's monitoring of the purchase order for compliance with performance requirements will be conductedthroughout the purchase order period by the Director of the Office of Public Health Practice, planning. and LocalPannerships. Methods used will include a review of documentation determined by CDpHE to be reflective ofperformance to include progress reports and other fiscal and programmatic documeniation as applicable
Resolution of Non-Compliance:The Contractor will be notified in writing within ten (10) calendar days of discovery of a compliance issue.Within (30) calendar days of discovery, the Contractor and the State will collaborite, when appropriate, todetermine the action(s) necessary to rectify the compliance issue and determine when the acti;;(s) must becompleted. The action(s) and timeline for completion will be documented in writing and agreed to by both panies.If extenuating circumstances arise that require an extension to the timeline, the Contractor-must em;il a ..qr"rt to.1the Director of the Office of Public Health Practice, Planning. and Local Partnerships and receive app.ouil for , '
new due date. The State will oversee the completion/implementation of the actionlg to ensure timelines are met
4
vIII.
and the issue(s) is resolved. If the Contractor demonstrates inaction or disregard for the agreed upon complianceresolution plan, the State may exercise its rights under the Terms and Conditions of this Purchase Order.
Attestation:The Vendor agrees to perform services in accordance with the terms and conditions of the Purchase Order toinclude Statement of Work and Budget-
Contractor Name (Print) and Title
Contractor Signature
Date
5
NIOFFA.T COUh.TY DEPARTN,IENT OF HUMAN SERVICESLE(;AL ItEPllliSE\T,\TION i\CREEI\IENI'
TlllS ACREEMENT, nrade and enrered into by and behveen the Moffat County Deparlment ofI-.lrrnran Scrvices, hereinafter called the "f)epartmcnt", and Casey Quillen, Attorney al Law,27373Brapdol Circle, Steamboat Springs, Colorado 80487, hereinafter called "Attomey." This Agreement
shall bc eltectivc beginning January l,202 I, no rratter the date this Agreement is signed by all the
parties.
WITNESSETH: That for and in consideration of the prenriscs, the parties agree as tbllou's:
Attomey agrees to provide legal services as requestcd by the Department during the term of this
Agreement any tinte a conflict arises lor the County Attorney or as determined appropriate by
rhc Departnenl. Legal serviccs shall includc, but are not limited to thc follorving: (a) legal
rcs*archl (b) clraliing pleadings; (c) clraliing conrracts; (d) representing thc Department in (lourt
irppcarancL's and litigation; (e) advising the Departnrent upon legal issues, and iliterpretation ofrcr:ulations, statutes, and casc lari ; and (t) prcr'iding serr ice-s incidental to those listed above, and
othcrrvisc normal and nccessary lbr thc efllcient operation o1'tlle Department.
-) Attorncy is an indcpcndent contractor and shall not be deemed to be an employee of the
l)r'parttncnt lirr iiny purposc. Attorney shall provitlc all rnaterials necqssary to perlorrn all
scrriccs to bc providc-d as dcscribcd hc-rcin.'l-hc Attorncf is expcctcd to perlbrm the duties at
Alorlcy's own expcnse, recciving no aclclitional rcinlburscments lbr e.rpenscs rvithoLrt prior
lpproval liont tlre Dcpanmcnt (i.c'., computer supplies, ureeting expenses ol its enlployees,
pironellirx/intcrner Iees, etc.). In addition, thc Attorney is responsible lbr all employment
c\penscs of its employees, inclLrding tax withholding, worker's compensation, unemployrnent,
rctlrement, health insurance, and other related costs. The Attomey agrees to bear full risk ofanyloss or damage to persons o[ property, including the loss or damage of the Attorney's property,
l,hich tnay occur during thc. perlirrnrancc of dutics nccdcd to complcte this contract. The
Attorncy also agrees to indcnrnify and hold the Dcpartment harmless lrom any and all clainls,
c\penscs and li;bilities in conncction rvith thc Perlolmancc olits duties under tlic ternts of thc
Agreemcnt.
'l'hc antount to bc expcnded pursuant to this Agreemcnt shall be up to a maximum of 55,000.00
rihich can bc increascd subjcct to authorizations b1' the DepartnrL'nl and thc Moftat County
Soard ol' C6utrty Conrrn issioucls. 'l h,-' Mollat Countl' Iloalcl ol' Cotrnty Conlntissionels has
la\tirlly appropriated an anloul'lt that is equal to or in cxccss ot'the conlpensation set forth
Ircrein.
The Dcpafiment agrees to pay Attomey the sum ol ONE HUNDRED (S100'00) per hour for
cach hour of legal services including collrt ilppearances lbr hearings involving the Department.'l he Departmeni shall pay Attorney FlFl'Y (S50.00) dollars per hour ol'orientation and training
by County Attomey ind D.po.tn.,.nt managers. The Dcpartmcnt shall pay Attorncy FIFTY-
ttbuR ccnts ($.54) per nrile lbr all nrileagc travelcd by Attorney on behall of the Department. ln
addition, the Department shall pay thc sum o1'TWENI'Y-FIVE (S25.00) per hour fot each hour
3
-t
of travcl time or any portion of hour thereof traveled by the Attorney on behalf ol thef)epartment between the Attorney's Steamboat Springs, Colorado office or home to Craig,Colorado or as otherwise directed and authorized by the Department. For any trip that involvesthe Attorney providing legal services to multiplc clients and/or multiple court dates, the Attorneyrlill chargc fbr travel tinre proportiorrate to the numbcr ofclients served in Moffat County.
'fhe Attolney shall submit an itemizcd uronthly billing to the Department for all lees and costsincurred pursuant to this agreenient in accordance u,ith thc rules and regulations ol the Coloradol)eparlnrcnt of'Human Services. The Attorney shall submit all itemized rnonthly billings to the[)!'partnlent priol to thc sixth (6) day ol the month fbllowing the month the cost was incurred.Billings must be signecl by the Attorney.
5. lnsuranc,--. Attorney docs not elcct hcrsclt'as hcr osn crnployec. At all tinres during thc term ol'tliis Agreement, Attorney shall maintain the lbllorving ir.rsurance in the minimurn coveragc limitsspccitied:
In the event Attorney hires an employee or cmployees or Attomey elects to consider herself ashr-r orvn employee, Attorney shall maintain the follorving insurance in thc minimum coveragelinr its spcc ificd:
Worksrs' Conrpensatiorr & [inrployers' Liability arrcl lJnenrployn]cnt lnsurance: in accordancel'ith \rs8-40-l0l and 8-70-101, ctser7., C.R.S., as anrcnded;
At all tirncs during thc terms of this Agreement, Attorney shall maintain the follorving insurancein the mininrunr covcragL'linrits specilied: Prof'cssiorral Liability Insurancc: $250,000 per claim,rund S500,000 aggregate.
ll'any aggregatc limits set lbrth abor,e arc rcduccd bclori, the statcd amount bccause ol'clainrsnrade or paid during the required policy period, nttomey shall inrmediately obtain additionalinsuLance to restore the full aggregatc limit and fi.rrnish a certificatc or other docunlent showingconipliance rvith this provision.
l
All insurance shall be issued by conrpanics authorized to do business in the State of Coloradoantl shall be ririttcn in a lornr satislactory to Moflht County and tllcd lvith and approved by thcC'olorado Departnrent of Instrrance. Attorncy shall demonstrate contractual liability coveragesupporting the indenrnity provisions ol'this Agrccnrent, cither through policy language or byriaiver of'exclr-rsion. Prool ol Workers' Compensation, Enrployer's Liability and Unemploymentlr]surarrce shall be provided by Attonrcy to the Departurent as soon as Attorney has an employeeot clects to consider hcrselfas her on,n enrployee. Prool- o[ Prof'essional Liability lnsurance is
lccluired. Certilicates ol'insurancc shall be delivert'd to Moll'at County at the time originals ofthis Agreenrcnt, e\ecutcd b1, the Attorney. arc d.-lircrccl to Moll'at County's Rcprescntatire,idcntitlcd belou. l'he Ccrtilicatcs shall proridc that thc insurance rnay not be materiallychanged, altercd or canccled by the insurer ri'ithout llrst giving tcn (10) days rvritten notice byceltitled or registered U. S. Mail, return reccipl requested, to Mollat County.
6. Tlre ternr 01'this Agreement shall bc lionr January 1,2021 through Decembet' 31,2021, no
tuialtcr the datc the Agreement is signed.
7, The Departrnent agrees to provide Attorney with access to all the records and documents as
necessary to satistactorily perform the serviccs required by this Agreement.
lnlbrnration provided by the f)epartrnent for purposes of this Agreement shall be used only forthe purpose intended and in accordancc u'ith federal and state larvs and regulations.
'lhe Attorncy shall providc tbr the sccurity ol'inlbrrnation collccted pursuant to this agreement
and as provide d in the rules and regulations ol'the Colorado Departmcnt of Human Se'rr ices.
8. The Departrnent shall have the right to access all records and documents prepared by Attorney
on br'hall'of the Department.
9. No subcontract shall be made by the Attorncy rvith any othcr party for f-urnrshing any services
coulracted lbr rvithout the prior written conscnt and approval of tlre Departrncnt. For services
provided under any subcontract, the Attorney shall be rcsponsible for contract perlbrrllance and
ionrpliance rvith the terms and conditions ol this agreement. The Attorney shall select
subcontractors on a competitive basis to the maximum practical extent consistent with the
objectives and requirements of this agreement'
10. Nolc of thc lirnds, nlaterials, property, personnel or scrvices contributcd by the United States,
tlir. State ol'L'olorado, the Colorado Dcpartnront ol'llumau Scrviccs ol thc Dcpartnlcnt under this
Agrcerucnt shall be used fbr any paftisan political activity, or to litrther the clection or delcat ol'
a1y candidatc fbr public otfice in a manner rvhich uould corrstittltc a violation ol llvc (5) U.S.C.
Scctions l50l et. seq.
I l. Attorncy is legally prcsent in thc Unitcd Statcs. See attachcd Affidavit'
12, II.t-l:GAl- Al-lEN: ll'n ttomey has any cntployces or subcontracl.ors. Attorncy shall comply ri'ith
$8- I 7.5- l0l C.R.S., el ser7., rcgarding lllcgal AIicns - Public contracts lbr Scn'iccs, and this
ion,rn.t. By execution of this Contract, Attorney certilles that she does not knorvingly cnrploy
or contracr ivith an illegal alien rvho will perlbrm rvork under this Contract and that Attomey rvill
participate in either the E-Verify Program or Dcpartment Program in order to confirm the
.tlglUiiity of all crnployees rvho are newly hired tbr ernployment to perform work under this
Contmct.
Attol'ncy shall not:iL
Knorvingly ernploy or contract with an illegal alien to perform rvork under this Contract;
of
Entcl into a conl.ract $,ith a subconrl'actor that lails to certify to Attorney that the
subcontractor shall not kno$ingl1- cnlploy or colltracl. with an illcgal alicn to perforrn
ri,ork under this Contract.
-)
lt.
b. Attomey has confirmed the employment cligibility ol'all employees who are newly hired lbrcmployment to perlorm Work undor this Contract through participation in either the E-VerifoPrograrn ot Department Program.
Attomey shall not use either the E-Verify Program or Department Progranr to undertake pre-errployment screening ol'job applicants rvhile this Contract is in eft'ect.
d. Il Attorney obtains actual knorvledgc that a subcontractor perfbnring rvork under thisContract knorvingly employs or contracts with an illegal alien, Attorney shall:
ll
Notily thc subcontractor and the County rvithin three days that Attorney has actual
knos ledge that the subcontractor is ernployir.tg or contracting l'ith an illegal alien; and
Terminatc the subcontract *ith the subcontractor ils'ithin three days o1'rccciving thcnolice required pursuant to thc prcccding sub-subparagraph o1'this subparagraph, thcsubcontractor docs not stop enrploying or contracting with the illegal alien; except thatAttorney shall not tenrlinate thc contract rvith the subcontractor if during such threc days
the subcontractor providcs inlbrmation to establish that the subcontractor has not
knos ingly employcd or contracted rr'ith an illcgal alien.
Attorncy shall comply \\'ith any reasonable requcst by the Depa(nlcnt ol' Labor and
Enrploynrent rlade in thc course of an investigation that the Departnrent is undertakingpursuant to thc authority established in $8- 17.5- 102(5), C.R.S.
Il' Attorncy violatcs this provision ol' tlris Agreenrcnt, the County tnay terminate the
Aqrecn'tcllt l'or. a b;cach ol- contt'act. ll' thc Asreentcttt is so terntinatcd, Attorney shall be
Iiatrlc lirl actual and cortsc(ltlctltia l tlantagcs to (ltc County as rcquircd by Iau.
g. 1'hc County will norily thc Olllce of thc Sccrctary ol'Statc if Attorney violates this provision
of this Agreement and the County tenninates thc Agreen.rent tbr such breach.
13. In thc event that Attortrey flails to conrply rvith the ternrs of this contract and provide services
herein, thc colitract may be terntinated by thc Dcpartnrent upon ten ( I 0) days rvritten noticc.
14. This Agreernent may be tcrrninatcd by cither party upon thirty (30) days rvritten notice.
15. The Artorncy shall at all times during the execution ol'this Agreement strictly adhere to all
applicable lbderal and state laws and implernenting regulations as they currently exist and may
hercirlicr bc lnrencled. 'fhis includcs protection of tlrc confidentiality of all recipient/applicant
rccor.cls, papcrs, documcnts, tapc-s and any other rrraterials that have been or may hereafter be
csrablishccl ri,hich relatc l.o this agrccnre-nt. -l hc n ttor'lroy acknorvlcdgcs that thc lau's includc
'fitlc lV ( Iirlc' 45 Code of Fedcral Regulations), and l-itlc VII of the Civil Rights Act ol 1964,
Sccrion 504 of thc Rehabilitation nct ol 1973, thc Agc Discrimination Act of 1975, the Age
Discrimination in Erlployment Act ol 1967, the Equal Pay Act ot' 1963 and the Education
c
-l
r\nlcndmcnls o[ 1972. ar)d all rcgulations applicable to tlresc laws prohibiting discrinrinatiortbccausc oi'race. color, national origin, handicap. rge, sex and religiorr.
I)ATtlD tlris da1 of Decenrbcr. 2020
l\tot't.,\1 c()UN't'\ t)l.tPAR'l'tI I.tNt oF NIoFFAI'( OUli'l'\',IIOARD OF IlLir\1,,\)Ilt',ll,\\ sL){\'l('ES sulrvlcus und rhe llol.'1".,rl.'t cotiN'I}
lloARD oF ('otiN-r\' ('oi\I\llssloN1..Rs
,4\)l)ir r:e ti r r
..\'l'r oR\t.\
sl).rlc
1.4,UL)atc
Chairperson I)atc
)
.\ tt o rne\
Ut t; illt'i
CONTRACT AGREEMENT
This CONTRACT OF SERVICES AGREEMENT ("Agreernent'') made this
22 day of Decernber. 2020 by and between the Board of County Commissioners of Moffat
County, Colorado ("BOCC") and X Field Services , ("Contracto[''), whose address is
P.O. Box 1i I i Crai s. CO 81626.
WHEREAS, the Contractor has been selected to provide services; and
WHEREAS, the BOCC wishes to use the services of Contractor as an independent
contractor and Contractor wishes to provide services to the BOCC; and
WHEREAS, the BOCC has authority to acquire the services described in this Agreement
under the provisions of $30- I 1-101, e/ seq., C.R.S., as amended.
NOW, THEREFORE, in consideration of the mutual covenants and agreements set forth
hereinafter, the BOCC and the Contractor agree as follows:
l. Scope of Work The Contractor shall pickup and dispose of Salvage Metal and
perform in a satisfactory and proper manner, as determined by the BOCC, the work identified in
the January l, 2021 Salvage Metal (Pickup and Disposal) Specifications, for the Moffat County
Road and Bridge Department and Moffat County Landfill, attached to and incorporated in this
Agreement by reference as "Exhibit A".
2. Time of Performance. Services of the Contractor shall commence on the 1st day
of Januarv, 2021, and shall be substantially completed on or belbre December 3 1 2021 no matter
the date of execution of this Agreement.
3. Compensation/Appropriation. Contractor shall pay the Moffat County Road
Department fbr Salvage Metal Twenty Eiqht Dollars and 00/100 ($28.00) per ton for loads
CONTRACT\EORI,I DOCS\Purchase of Services Agreement Fom(3-06)
CONIRACI\FORM Docs\Purchase of selvices Agr€ernent Eorm(3-05)
picked up at 822 E. l " Street and shall pay the Moffat County Landfill for Salvage Metal
Twenty Eisht Dollars and 00/100 ($28.00) per 1on tbr loads picked up at 1806 County Road 107.
Payments shall be sent to P.O. Box 667, Craig, CO 81626.
4. Method of Payment. Each load must be weighed and a scale ticket must be
included with payment detailing date olpickup and total tons picked up at each location.
Payment must be made by the 20th of each month for loads picked up the previous month.
5. Records, Reports, and Information. At such times and in such forms as the
BOCC may require, Contractor shall lurnish statements, records, reports. data and information
pertaining to matters covered by this Agreement. The Contractor shall maintain its records in
accordance with requirements prescribed by the BOCC. Except as otherwise authorized by the
BOCC, Contractor shall maintain such records fbr a period of seven (7) years after receipt of
final payment under this Agreement.
6. Audits and Inspections. At any time during normal business hours and as often
as the BOCC may deem necessary, Contractor shall make its records with respect to matters
covered by this Agreement available tbr examination. The Contractor shall permit the BOCC to
audit, examine, and make excerpts from such records and audit all contracts, invoices, materials,
payrolls, records of personnel, conditions ol employment, and other data relating to this
Agreement. The BOCC may call for a certified, independent audit to be performed by a
mutually agreed upon auditor.
7. Independent Contractor.
A. The Contractor shall perform its duties hereunder as an
independent contractor and not as an employee. Contractor affirms that it has or will
secure at its own expense all personnel and materials required to perform the services
detailed in Exhibit A. Such personnel shall not be employees ofnor have any contractual
relationship with the BOCC
B. Services required hereunder shall be perfirrrned by the Contractor or under
its supervision, and all personnel engaged in the work shall be lirlly qualified and
properly licensed or certified, as required by local. state and t-ederal law or regulation to
pcllbrm such sorviccs. Ncither Contractor nor its Dersonnel. il anv. is entitled to
Worker's Comoensation Benellts or anv other benetit of emDloyment with Mof'fat
Countv. Colorado. l"ufther. Contraclor is obli ated to t'cderal and state income tax onD2IV
anv comocnsation naid oursuant to this Asreement
C. None ofthe services to be performed by Contractor under this Agreement
shall be subcontracted or otherwise delegated without the prior written consent ol the
BOCC. The work subcontracted shall be specitied in a written agreement between
Contractor and its subcontractor(s), which agreement(s) shall be subject to each provision
of this Agreement.
8. No Assignment. The Contractor and subcontractor(s) hereto shall not assign or
transfer any rights in this Agreement without the prior written consent of the BOCC.
9. Illegal Aliens - Public Contracts. If Contractor has any employees or
subcontractors. Contractor shall comply with $8-17.5-101 C.R.S., el seq., regarding Illegal
Aliens - Public Contracts lbr Services, and this Contract. By execution of this Contract,
Contractor certifies that it does not knowingly employ or contract with an illegal alien who will
perform work under this Contract and that Contractor will participate in either the E-Verify
Program or Department Program in order lo confirm the eligibility of all employees who are
newly hired for employment to perfbrm work under this Contract.
CONTRACT \ FORI, DOCS\Purchase of(3-05)
Contractor shall not:
(i) Knowingly employ or contract with an illegal alien to perform work under
this Contract; or
(ii) Enter into a contract with a subcontractor that fails to certify to Contractor
that the subcontractor shall not knowingly employ or contract with an
illegal alien to perlbrm work under this Contract.
Contractor has confirmed the employment eligibility of all employees who are
newly hired for employment to perform Work under this Contract through
participation in either the E-Verify Program or Department Program.
Contractor shall not use either the E-Verily Program or Department Program to
undertake pre-employmenl screening ofjob applicants while this Contract is in
etlbct.
IfContractor obtains actual knowledge that a subcontractor performing work
under this Contract knowingly employs or contracts with an illegal alien,
Contractor shall:
(i) Notifo the subcontractor and the County within three days that
Contractor has actual knowledge that the subcontractor is
employing or contracting with an illegal alien; and
(ii) Terminate the subcontract with the subcontractor if within three
days ofreceiving the notice required pursuant to the preceding sub-
subparagraph of this subparagraph, the subcontractor does not stop
employing or contracting with the illegal alien; except that
Contractor shall not terminate the contract with the subcontractor ifduring such three days the subcontractor provides information to
establish that the subcontractor has not knowingly employed or
contracted with an illegal alien.
Contractor shall comply with any reasonable request by the Department ofLabor
and Employment made in the course of an investigation that the Department is
undertaking pursuant to the authority established in $8-17.5-102(5), C.R.S.
tl
C
t)
E
CONTAACT\FORI.I DOCS\Purchase of services Aqreen((3-06)
IfContractor violates this provision of this Contract, the County may terminate
the Contract tbr a breach ofcontract. Ilthe Contract is so terminated, Contractor
shall be liable ibr actual and consequential damages to the County as required by
law.
The County will notify the Office of the Secretary of State if Contractor violates
this provision of this Contract and the County terminates the Contract for such
breach.
10. Compliance with Laws. The Contractor shall comply with all applicable federal,
state and local laws, ordinances, resolutions, codes and regulations in providing the services
detailed in Exhibit A.
I l. Indemnification. The Contractor agrees to indemnify and hold harmless the
BOCC, and its officers, employees and agents, acting officially or otherwise, from any and all
claims, demands, damages, and actions ofany kind brought by anyone, including attomey's fees,
which may arise out of or result liom the negligent or willful misconduct of Contractor or its
subcontractor(s) in the pertbrmance of services as set forth in this Agreement and/or the breach
ofany condition(s) of this Agreement.
Nothing herein shall be interpreted as a waiver of govemmental immunity to which the
BOCC may otherwise be entitled under the provisions of $24-10-101, er seq., C.R.S., as
amended.
12. Insurance. At all times during the term olthis Agreement, Contractor
shall maintain the following insurance in the minimum coverage limits specified:
Workers' Compcnsation & Itrnolovers' Liabili 1v and IJ nenrrrloymcnt Insurancc
F'
(;
in accordance with $d8-40-l0l and 8-70-101, el .rcq., C.R.S., as amended;
coNTPaCl\FORM DoCS\Purchase of Servlces Agreenent Eolm(3-06)
Cotnprehensive General Liability. including broad Iorn, property damage:$1.000.000.00 per person and $600,000.00 per occurrence or as specilied in theColorado Govemmental Immunity Act, \24- l0- 10 I , et se(1., C.R.S., as amendedwhichever amount is greater. and in addition $ I ,000,000 aggregate.
If any aggregate limits set forth above are reduced below the stated amountbecause of claims made or paid during the required policy period, the Contractorshall immediately obtain additional insurance to restore the full aggregate limitand furrrish a certificate or other document showing compliance with thisprovision.
All insurance shall be issued by company(ies) authorized to do business in the State of Colorado
and shall be written in a lbrrn satislactory to the BOCC and tiled with and approved by the
Colorado Department of lnsurance. Contractor shall demonstrate contractual liability
coverage supporting the indemnity provisions of this Agrecment, either through policy
language or by waiver ofexclusion. The BOCC shall be named as an additional insured on
Contractor's C-omprehensivc General Liability Policy. Proof of Workers' Compensation &
Employer's Liability antl Unemployment Insurance is requircd. Certificate(s) of insurance
and appropriate endorsements required by this Agreement shall be delivered to the BOCC
at the timc originals of this Agrccment, executed by the Contractor, are delivered to the
BOCC's Reprcsentative, identified below, for exccution by the BOCC. The Certificate(s)
shall provide that the insurance may not be materially changed, altered or canceled by the insurer
without first giving ten ( l0) days written notice by certilied or registered U. S. Mail, retum
receipt requested. to the BOCC.
13. l)ocument Ownership - Works Madc for Hire. Atl ol the deliverable iterns, if
any, prepared lbl the BOCC under ll.ris Agreement shall belong exclusively to the BOCC and
shall be deemed to be "works made fbr hire" under the copyright laws of the United States. To
the extent any olthe deliverable items may not. by operation of law or otherwise. be works made
CoNTRACT\FORM DOcs\Puxchase of Services Asleement Form
for hire, the Contractor hereby assigns to the BOCC the ownership of the copyright in the
deliverable items, and the BOCC shall have the right to obtain and hold in its own name,
copy, ights, registrations, and similar protections. The Contractor agrees to give the BOCC or its
designee all assistance reasonably required to perf'ect such rights. To the extent that any pre-
existing malerials are contained in the deliverable items, the Contractor grants to the BOCC an
irrevocable, non-exclusive, worldwide, royalty-tiee license to use, execute, publish, reproduce,
display, perform, distribute copies of, and prepare derivative works based upon such pre-existing
matedals and derivative works thereof and to authorize others to do any, some, or all of the
foregoing.
14. Termination for Cause. Il the Contractor or the BOCC fails to fulfill its
obligations under this Agreement in a timely and proper manner or violates any of the provisions
of this Agreement, the non-defaulting party shall thereupon have the right to terminate this
Agreement for cause by giving written notice to the defaulting party of such termination and
specifying the effective date of termination. The defaulting party, however, shall not be relieved
of liability to the non-detaulting party for damages sustained by virtue of any breach of this
Agreement. In the event of default by the Contractor, The BOCC may withhold access to the
containers until such time as the exact amount of payment due the BOCC from the Contractor is
determined.
15. Termination for Convenience. The BOCC may terminate this Agreement
without cause at any time by giving at least thirty (30) days written notice to the Contractor. If
this Agreement is terminated for the convenience of BOCC, the Contractor shall be paid for
services provided prior to the date of termination.
16. Conflict of Interest. During the term of this Agreement, the Contractor shall not
CONIRACT\ FOR!,I DOCS\ PUT( 3- 06l
perform similar services for persons, t'irms, or entities, including governmental entities, which
have the potential to create a conflict of interest, unless the potential conflict is disclosed to and
approved by the BOCC.
l7. Modifications. This Agreement may not be modified, amended or otherwise
altered unless mutually agreed upon in a writing executed by the BOCC and the Contractor.
18. Governing Law. The laws of the State of Colorado shall govem the validity,
performance and enforcement of this Agreement. Should either the BOCC or Contractor
institute legal action for enforcement of any obligation contained herein, it is agreed that venue
shall be in Moffat County, Colorado.
19. Severability. Should any provisions of this Agreement be determined by a court
of competent jurisdiction to be unconstitutional or otherwise null and void, the remaining
provisions ofthe Agreement shall remain in full force and effect.
20. Notices. Notices to be provided under this Agreement shall be given in writing
either by hand delivery or by certified retum receipt requested United States mail, to the
following:
Contractor
Dan MillerMoffat County Road DepartnlenlP. O. Box 667Craig, CO 81626
Jake llaskinsX Field ServicesP.O. Box l3ll
Craig. CO 8 1626
21. Headings, Titles and paragraph divisions are inserted in this Agreement for ease
of ref'erence and do not detinc. limit, or prescribe lhe scope or intent ol the provisions of this
Agreement or an1, part thcreol'.
22, Authority. Each person signing this Agreement represents and warrants that
COmRACT\FORI,! DOCS\Purchase of selvices Asreernent Eoln(3-06)
Road and Bridgq Representative:
he/she is fully authorized to enter into and execute this Agreement and to bind the party
represented to the provisions of this Agreement.
23, Counterparts and Facsimile Signatures. This Agreenrent may be executed in
counterparts, each of which shall be deemed an original. Facsimile signatures of, or on behalf of,
the BOCC or the Contractor on this Agreement and any modification hereto shall be effective for
all purposes.
24. Force Majeure. Neither party shall be liable for its failure to perform hereunder
due to contingencies beyond its reasonable control, including but not limited to strikes, riots,
war, and acts of God.
25, Integration of Understanding. This Agreement represents the entire Agreement
between the parties and supersedes all prior negotiations and representations, whether written or
oral. Nothing herein shall be deemed to give anyone not a party to this Agreemenl any right of
action against either the BOCC or the Contractor.
IN WITNESS WHEREOF, the BOCC and the Contractor have set their hands and
seals.
BOARD OF COUNTY COMMISSIONERS
MOFFAT COLINTY. COLORADO
By('ha ir
ATTEST:
Clerk to the Board
CONTRACT\EORM DOCS\Purchase of Servlces Aqreenent Eoln(3-06)
CON'I'ITACTOI{:
Br':
STATE OF COLORADO )
SS.
filregoing instrulnent was acknorvleol'
dced bctore rne jris-\ 6u,t Vr2J*r'L
day ol Vrurtt r--
fnunalTi
COUNTY OF
The2020 by as LIA,
MY COMMISSION EXPI S: 3-t0-ZZ--
No Public
5- lerrLAddress ol Notary Public
CIrur lotrrJrs-
CONTRACT\EORU DOCS\Purchase ot Services Agreenert Eorm( 3-06)
I :lotlM€rch 2022
; "lY ID
PROPOSAL
=IVIASTERWORKSfriIVIECHANICALTTvcPhone 97G82+321 1 Oa.€:1?J2112020
Job NemelLoEalionRoad and B.idge Main Shop
822 E 1"r StCraiq. CO 81625
lncludes all materials and labor for completionTOTAL- $19,870.00
*The final bill will reflect any extra cost should electrician services be required for this project.
Pricing does not include permit fee or taxes which will be included in final billing.
We Propose hereby to furnish material and labor - complete in accordance with the above specification, for the sum ot $19,870.00Payment to b€ made as follows:
All jobs 50% upon acceptance, full payment upon completion.All material is guaranleed to be as specifled. All work to be completed in a professional manner according to standard prac{ices. Anyaltercation or deviation ftom the above specifications involving extra costs will be executed only upon written orders, and will becorne anextra charge oyer and above the estimate. All agreements contingent upon strikes. accadents or delays beyond our crntrol. Oflner tocarry fire, tomado and cdher necessary insurarrce. Our workers are fully covered by Workefs Comp€nsation insurance.
Acceptance of Proposal - The above prices, specifications and conditions are satisfaclory and are hereby accepted. You are authorizedto do work as specified. Payment will be made as outlined above.
aZaonZ 12n1t2020y4fl.frf6llrrr'atrtc*,tnc Date Customer Authorized Signature
'This proposal may be withdra$/n if nci accepted within 30 days*
461 Yampa Avenue Craig Colorado,81625 (970)82+4840 fax (970)82+7520
The following quote is for the installation of a high efficiency Condensing Lochinvar Boiler. Additionally,this boiler is able to modulate gas usage to the building load requirement, meaning it only fires theburner to meet the specific needs of the building for the conditions of the day. This boiler will vent outof the building in a PVC vent.
(!l tlrl
1-, Development Services
RE: Final Settlement to Four Rivers Construction, lnc. for the construction of the newPicnic Pavilion at Loudy Simpson Park. Pursuant to Revised Statutes 1973, Section 38-26-107 advertising for final payment was posted in The Craig Daily Press on December11, and December 18,2020. No notices of claims or outstanding payments have beenreceived. All Lien releases have been received.
Contract Amount:
Additional concrete installed per contract
Brackets for Light Truss
Total
Retainage
Final payment
Submitted December 22,2020 by
Roy TiptonDirectorDevelopment Services
$137,963.00
$ 17,000.00
$ 1.200.00
$ 156,163.00
4,449.32
4,449.32
$
$
221 West Victory Way, Suite 250Craig, CO 81625
Phone: (97O) 824-9760Fax: (970) 824-9193