Loading...
HomeMy WebLinkAbout20240424.tiffCu nnvaC D Z3Q March 18, 2025 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Patrick O'Neill Subject: Floor Care Services — Downtown Buildings and Crime Lab (2024-0424) In 2024, Graham Brothers LLC was awarded the Floor Care Services contract for the downtown Buildings and Crime Lab. The bid permitted the option for annual renewal for the period of April 1, 2025, through March 31, 2026. Facilities Department is recommending approval of this annual renewal. Sincerely, Patrick O'Neill Director Lunsul+ oce-nciP- 3/24/ZS :OnlockS (BO 3/211 /25 zoz4— 0(-x-24 sc,obUo Printed Name J� CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF FACILITIES AND GRAHAM BROTHERS LLC. This Agreement Extension/Renewal ("Renewal"), made and entered into Zt 'day of Mail 1, 2025, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Facilities, hereinafter referred to as the "Department", and Graham Brothers LLC, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2024-0424, approved on April 1, 2024. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on March 31, 2025. • The parties agree to extend the Original Agreement for an additional 1 (one) year period, which will begin April 1, 2025, and will end on March 31, 2026. The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. Floor care services for April 1, 2025 through March 31, 2026 will be $121,572.96. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Perry L. B; ck, Chair MAR 2 4 2375 ATTEST: .,,,tX;o~ Weld County Clerk to the Board BY: 6YOrn Deputy Clerk to the Boa 2oL4 -042J} T1 ACORD® DATE (MM/OD/YYYY) 2/12/2025 ERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, sub}ect to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONI NAME:AIt Caitlin Duncan Stallings Secure American Insurance Inc PHONE 303 500-3386 FAx (`A/C. No, Est): (303) � (A/C, No): E-MAIL ADDRESS: c.duncan@secureamins.com P.O. Box 350999 INSURER(S) AFFORDING COVERAGE NAIL N Westminster CO 80035 INSURER A : OWNERS INS CO 32700 INSURED INSURER B : ST PAUL PROTECTIVE INS CO 19224 Graham Brothers LLC INSURER C : TRAVELERS CAS COMPANY 29815 INSURER D : PO Box 336307 INSURER E : Greeley CO 80633-0606 INSURER F : ocvrcrnrr Nlltaancc. COVERAGES t.;tts I It1,14I t_ ocoecr+: — THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE NSURANCE 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. INaH TYPE OF INSURANCE wuut.sulnl INSD WVD POLICY NUMBER vuut,Y trr OA/DD/Y A) ruut:v txP (MM/DD/YYYY) LIMITS .TR A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR Y Y 74732017 12/14O024 12/14/2025 EACH OCCURRENCE S 1,000,000 UAMACat I U 1itN I tU PREMISES (Ea occurrence) S 100,000 MED EXP (Any one person) 5 10,000 PERSONAL & ADV INJURY S 1,000,000 GENERAL AGGREGATE $ 2,000,000 GE, AGGREGATE LIMIT APPLIES PER POLICY !Er LOC OTHER- PRODUCTS - COMP/OP AGG S 2,000,000 B AUTOMOBILE LIABILITY X ANY AUTO =WOWNED ows/ - 'AM AUTOS ONLY SCHEDULED AUTOS -' NON SWOV AUTO5 ONLY BA 3Y767561 06/01/2024 06/01/2025 C:UMHIN0U SINGL0 LIMI1 IEa accident) S 1,000,000 BODILY INJURY (Per person) S 000IL0 INJURY (Per awklen0 S PHUPtH i Y DAMAGt {Per accidents S A X UMBRELLA LIAR EXCESS LIAB OCCUR CLAIMS -MADE 5573201700 12/14/2024 12/14/2025 EACH OCCURRENCE S 2,000,000 AGGREGATE 5 2,000,000 H S QED I I RETENTIONS C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR%PARTNERIEXECUTIVE Y / N OFFICE nrn in sER EXCLUDED? a (Mandatory in NH) II yes, describe under DESCRIPTION OF OPERATIONS below N / A UB-4Y137813 06/01/2024 06/01 /2025 X I STATUTE I I ERI E.L. EACH ACCIDENT S 1,000,000 E.L. DISEASE EA EMPLOYEES 1,000,000 E.L. DISEASE - POLICY LIMIT 5 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101. Additional Remarks Schedule, may be attached it more space is required) See ACORD 101 CERTIFICATE HOLDER Weld County PO Box 758 I Greeley CO 80632 ACORD 25 (2016/03) 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 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC #: ACORD ADDITIONAL REMARKS SCHEDULE Page 1 of AGENCY Secure American Insurance Inc NAMED INSURED Graham Brothers LLC POLICY NUMBER ACPCU013049572783, ACPCG013049572783, BA 3Y767561 CARRIER NAIL CODE NATIONWIDE MUT INS CO 23787, 1071 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate Of Liability Insurance Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers are named as an additional named insured. There is a waiver of subrogation in favor of Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name* GRAHAM BROTHERS LLC Entity ID* @00036280 Q New Entity? Contract Name * Contract ID DOWNTOWN AND CRIME LAB FLOOR CARE CONTRACT 9236 RENEWAL Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Contract Description* CONTRACT RENEWAL FOR THE DOWNTOWN AND CRIME LAB FLOOR CARE SERVICES. Contract Description 2 Contract Type* RENEWAL Amount* $121,572.96 Renewable* YES Automatic Renewal Grant IGA Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 03/22/2025 GROUNDS 03/26/2025 Department Email CM- BuildingGrounds@weld.go Department Head Email CM-BuildingGrounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date* 02/02/2026 Renewal Date* 04/01/2026 Committed Delivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 03/19/2025 03/20/2025 03/20/2025 Final Approval BOCC Approved Tyler Ref # AG 032425 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 03/24/2025 con -brad -viol -at BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Downtown Buildings Floor Care Reduction in Services DEPARTMENT: Facilities DATE: February 28, 2025 PERSON REQUESTING: Patrick O'Neill Brief description of the problem/issue. 918 101" Street and the Marlborough building are not currently being used and are not expected to be used in the near future. This change order will eliminate the floor care services to those buildings that we are currently paying for. What options exist for the Board? 1. Approve the change order 2. Deny the change order Consequences: Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): ($995.00) per month Recommendation: Facilities recommends placing this change order on an upcoming BOCC agenda for approval Perry L. Buck Scott K. James Jason S. Maxey Lynette Peppier Kevin D. Ross ontfl* \T\cWflc& 3/I1/Z5 Support Recommendation Place on BOCC Agenda Vt a emit \IW £vnauL Schedule Work Session Other/Comments: CCtOn\X%Q (SG �) pwvcvl!flu IC) 3/VJ/2'3 z 67-4-��`t+z9 bC100-lio Karla Ford From: Sent: To: Subject: Yes Kevin Ross Kevin Ross Tuesday, March 4, 2025 3:21 PM Scott James: Karla Ford Re: Please Reply - Downtown Floor Care CO PA From: Scott James <sjames@weld.gov> Sent: Tuesday, March 4, 2025 3:09:29 PM To: Karla Ford <kford@weld.gov> Cc: Kevin Ross <kross@weld.gov> Subject: Re: Please Reply - Downtown Floor Care CO PA Approve ** Sent from my iPhone ** Scott K. James Weld County Commissioner, District 2 1150 0 Street, P.O. Box 758, Greeley, Colorado 80632 970.336.7204 (Office) 970.381.7496 (Cell) Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. On Mar 4, 2025, at 11:53 AM, Karla Ford <kford@weld.gov>wrote: Please advise if you support recommendation and to have department place on the agenda. February 27, 2025 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Patrick O'Neill Subject: Flooring maintenance — Reduction in Services (2024-0424) Graham Brothers LLC was awarded the contract for flooring maintenance for the downtown buildings in 2024. The Marlborough building and the building at 918 10' street are no longer being used and it is not anticipated that they will be used again in the near future. This change order will eliminate flooring services in these two buildings and reduce the monthly costs by $995.00. The Facilities Department is recommending this change order be approved. If you have any questions, please contact me at extension 2027. Sincerely, Patrick O'Neill Director -� Name: 11/WL1LIL Title: Yr(J-15C-ccs- Change Order #2 to Service Agreement Between Weld County and Graham Brothers, LLC Date: February 27, 2025 Original Agreement: 2024-0424 County Department. Facilities The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order 1. Contractor agrees to provide the amended services as described in the attached Exhibit. which is hereby incorporated into the Agreement. 2 Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 125,472.00 $ 4.500.00 $ (995.00) $ 128,977.00 Original Contract Amount Previously Approved Change order(s) Amount Current Change Order Amount New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By C--1 r2L'k-kfv\n ?..)Q.c.wCt. PLC. Date 3112 120Z Sass GIL AmAA f_ ATTEST: Wa."- :es Weld County clerk to the Board BY. eputy Clerk to the Bo w BOARD OF COUNTY COMMISSIONERS WELD COUNTY. COLORADO uck, Chair MAR 1 7 2025 Page l of l oz. L -L-047 4 additional personnel hired during the course of this contract to the Facilities Director for review. Background checks must be updated annually. P. If the vendor/contractor violates the provisions of this section, the County may terminate the contract for breach and the vendor/contractor shall be liable for actual and consequential damages. 4. Sub -contracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 5. Contractor Supplied Items. The contractor will supply A. All cleaning supplies and equipment. B. Supervision of cleaning crews. C. Uniforms for cleaning staff with company logo and badge. D. Safety Data Sheet (SDS) binder on all products used in buildings E. All products used for cleaning must nave proper labeling. 6. This bid is for a (1) year contract which can be renewed annually up to (3) three additional years at the County's discretion. S QUARE FEET Below are the square feet measurements of differing types of flooring: Carpet, VCT, Hard Surface. Actual measurements would need to be verified by vendors. SQUARE FEET Building Main Court House Centennial Building Location 901 Stn Ave. 915 10t'' St. Carpet VCT Other Hard Surface 30.100 840 46,662 * 351 16,358 5,252 Plaza West 910 101h Ave. 32,245 3,317 13,745 . r West Annex 901 10t" Ave. 5.000 0 700 i9P89SttFormcrJiVet) 1 t" 008 9 S t 1684 1781 0 Marlboro BuildingjCHAN) 934 9th Ave 14,792 50 300 918 (Probation) 918 10th St. 6,700 . 500 500 1 Crime Lab/Evidence T 2329 115th Ave. _ 9,000 0 8,000 TOTAL 146,183 5,236 1 44,855 P RICING P lease provide price per building for the Monthly Service in space below with a total for all s Buildin Location Carnet VCT Hard Surf Monthly Price Main Court House 901 9th Ave. 30.100 840 16,358 7.1.7Jo • cfi° Centennial Building 915 10th St. 46,662 _ 351 • 5,252 zy 36 . °" Plaza West 910 10th Ave. 32,245 3.317 13,745 340 5 • °" West Annex 901 10th Ave. 5,000 0 700 Zoo .0° 1008 9th St (Formerly Vet) i 1008 9th St 1,684 178 0 I t o .00 Marlboro Building (CHAN) 934 9th Ave. 14,792 50 300 Lott ,O° 918 (Probation) 1 918 -10t" Si 6700 500 son ..1cty .n o Crime Lab/Evidence 2329 115th Ave. 9,000 0 8,000 s : c3 30 TOTAL 146,183 5,236 44,855 I O y S L0 . ° ° RID REQUEST #B2400046 Page 10 vL ntract F Entity Information Entity Name * GRAHAM BROTHERS LLC Entity ID" @00036280 Contract Name* DELETE FLOOR CARE SERVICES FROM MARLBOROUGH BUILDING AND 918 10TH STREET Contract Status CTB REVIEW Contract ID 9211 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov New Entity? Parent Contract ID Requires Board Approval YES Department Project # Contract Description* DELETE FLOOR CARE SERVICES FROM MARLBOROUGH BUILDING AND 918 10TH STREET Contract Description 2 Contract Type * CHANGE ORDER Amount* ($995.00) Renewable"' NO Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 03/13/2025 GROUNDS 03/17/2025 Department Email CM- BuildingGrounds@weld.go Department Head Email CM-BuildingGrounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date 03/31/2025 Committed Delivery Date Renewal Date Expiration Date* 03/31/2025 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 03/12/2025 03/12/2025 03/12/2025 Final Approval BOCC Approved Tyler Ref # AG 031725 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 03/17/2025 C6nhvact t 3(pOq BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Family Time Center — 810 9TH Street Floor Maintenance DEPARTMENT: Facilities DATE: August 5, 2024 PERSON REQUESTING: Curtis Naibauer Brief description of the problem/issue: The Family Time Center at 810 9T" Street needs to have flooring maintenance services started to maintain the floors in this building as we do the other buildings. What options exist for the Board? 1. Approve the change order request. 2. Deny the change order request. Consequences: If floors are not cleaned and maintained they will wear prematurely and not look good. Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $4,500.00 annually Recommendation: The facilities department recommends placing this change order request on an upcoming BOCC agenda for approval. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine '1. 11iC� Pr nai v� a trnau Con,cn+ firda-ec' 071-46-4'*) 8/l4/24 BeAOOZ0 August 6, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Curtis Naibauer Subject: Flooring maintenance — Family Time Center — 810 9Th Street (2024-0424) Graham Brothers LLC was awarded the contract for flooring maintenance for the downtown buildings. The Family Time Center at 810 9TH Street needs to have flooring maintenance services to maintain the flooring and keep it clean. A change order to the contract identifies the costs of these services to be $375.00 per month. The Facilities Department is recommending this change order be approved. If you have any questions, please contact me at extension 2027. Sincerely, Curtis Naibauer Interim Director Change Order # 1 to Service Agreement Between Weld County and Graham Brothers, LLC Date: August 5, 2024 Original Agreement: 2024-0424 County Department: Facilities The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit A, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit A. 3. The amount of the contract is adjusted as follows: $ 125,472.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 4,500.00 Current Change Order Amount $ 129,972.00 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: Name: I ANQ(L C n,,tkVA Title: Pusc.,s; ATTEST: Weld BY: dir-44) Date /V/76.2� BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Cl �k to the :?i.',�j+ 4 ,_a" in D. Ross, Chair AUG 1 4 2024 Page 1 of 1 -� 1 9 7 1 Exhibit A ESTIMATE Graham Brothers, LLC 336307 PO Box Greeley, CO 80633 Bill to Weld County 1105 H St Greeley, CO 80634 Estimate details Estimate no.: 1109 Estimate date: 07/16/2024 tanner@grahambrothersllc.com 970-381-6908 www.grahambrotherslIc.com # Date Product or service Description 1. Annual Maintenance Building: Family Time Center 810 9th Street Greeley CO 80634 1) Clean Carpet (extract 4x per year, maintenance 8x per year) NOTE: 2400 SF of carpet + stairs 2) Clean Tile & Grout (monthly) NOTE: 130 SF of tile & grout MONTHLY PRICE: $375.00 Total Note to customer FAMILY TIME CENTER 810 9th St Greeley CO 80634 Accepted date Accepted by Ship to Weld County 1105 H St Greeley, CO 80634 Qty Rate Amount $375.00 $375.00 $375.00 ACC:WO CERTIFICATE OF LIABILITY INSURANCE DATE (MMX)D/Y) 8024YYY THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME CT Caitlin Duncan Stallings Secure American Insurance Inc P.O. Box 350999 (aC No, Est): (303) 500-3386 I (A/C, No): ADDRESS: c.duncan@secureamins.com INSURER(S) AFFORDING COVERAGE NAIL # Westminster CO 80035 INSURER A: NATIONWIDE ASSUR CO 10723 INSURED INSURER B : ST PAUL PROTECTIVE INS CO 19224 Graham Brothers LLC INSURER C : NATIONWIDE MUT INS CO 23787 PO Box 336307 INSURER D : TRAVELERS CAS COMPANY 29815 INSURER E : Greeley CO 80633-0606 INSURER F : VERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE NSURANCE 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. 17R TYPE OF INSURANCE Via INSD VIND POLICY NUMBER POLICY tfF (MM/DD/YYYY) POLICY tXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR Y ACPCG013049572783 12/14/2023 12/14/2024 EACH OCCURRENCE $ 1,000,000 PREMISES (Eatoccurrence) $ 100,000 MED EXP (Any one person) $ 10,000 PERSONAL 8 ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY E jE T E LOC OTHER: PRODUCTS - COMP/OP AGG $ 2,000,000 B AUTOMOBILE LIABILITY X ANY AUTO - OWNEDSONLY AUTOUTOS - HIRED AUTOS ONLY - SACHEDULED - NON -OWNED AUTOS ONLY BA 3Y767561 06/01/2024 06/01/2025 COMBINED SINtaLE LIMI I (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPER fV DAMAGE (Per accident) $ C X UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE ACPCU013049572783 12/14/2023 12/14/2024 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 $ DED I I RETENTION $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR PEZTLZ ER/EXECUTIVE Y / N oFFlCER/MEMBERExcLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A UB-4Y137813 06/01/2024 06/01/2025 y XI STATUTE I I ER H E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Weld County is an additional insured in regards to general liability. CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 758 AUTHORIZED REPRESENTATIVE Cfifk. Dwuaa $h(1µ14 I Greeley CO 80632 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name* Entity ID* GRAHAM BROTHERS LLC @00036280 Contract Name DOWNTOWN AND CRIME LAB FLOORING MAINTENANCE CHANGE ORDER #1 Contract Status CTB REVIEW O New Entity? Contract ID 8604 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* PROVIDE ADDITIONAL FLOORING MAINTENANCE SERVICES FOR THE FAMILY TIME CENTER AT 810 9TH STREET. (2024-0424). Contract Description 2 Contract Type" CHANGE ORDER Amount* $4,500.00 Renewable* YES Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 08/10/2024 GROUNDS 08/14/2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date* 08/01/2025 Renewal Date * 09/01/2025 Committed Delivery Date Expiration Date Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Approval Process Department Head CURTIS NAIBAUER DH Approved Date 08/09/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 08/14/2024 Finance Approver CHERYL PATTELLI Purchasing Approved Date Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 08/12/2024 08/12/2024 Tyler Ref # AG 081424 Originator CNAIBAUER Coin - a C+ lIAk1951 SERVICE AGREEMENT BETWEEN WELD COUNTY AND GRAHAM BROTHERS LLC DOWNTOWN AND CRIME LAB BUILDINGS FLOORING MAINTENANCE THIS AGREEMENT is made and entered into this � day of v ` , 2024, by and between the Board of Weld County Commissioners, on behalf of facilities Department, hereinafter referred to as "County," and Graham Brothers LLC, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; 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 equipment, materials and services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2400046. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement, and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. COYISQYI+ N2YlGtifx' 4A/zy z o2q- 04-24 8c1062 /v 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $125,472.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. 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 service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, 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. 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. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). 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 therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled 2 to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. 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 completion of the Work 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 Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound 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. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance. 3 Workers' Compensation / Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. b. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 12. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to 4 conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 13. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 14. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 15. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 16. Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Tanner Graham Position: President Address: PO Box 336307 Address: Greeley CO, 80633 E-mail: tanner@grahambrothersLLC.com 5 Phone: 970-381-6908 TO COUNTY: Name: Chris Coulter Position: Facilities Director Address: 1105 H Street Address: Greeley, CO. 80632 E-mail: rcoulter(a,weldgov.com Phone: 970-400-2023 17. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 18. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 21. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 22. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this Agreement shall be construed 6 or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 29. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: (-t (1-NAAAN (7.,(10TVCa. L -LC_ By: � l z Zl z y Name: 1-4..) U E2 C1 R AANA Date of Signature Title: Q u s= oc.".) 7 WELD COUNTY: ATTEST: Weld BY Deputy Clerk the :the : oard/ re -It BOARD OF COUNTY COMMISSIONERS WELD CO 7�— 1 evin D. Ross, Chair APR 0 12024 020,(4, .0-a EXHIBIT A REQUEST FOR BID WELD COUNTY, COLORADO 1301 N. 17TH AVENUE GREELEY, CO 80631 DATE: January 19, 2024 BID NUMBER: B2400046 DESCRIPTION: DOWNTOWN & CRIME LAB BUILDINGS FLOORING MAINTENANCE DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: FEBRUARY 1, 2024 BID OPENING DATE: FEBRUARY 15, 2024 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: DOWNTOWN & CRIME LAB BUILDINGS FLOORING MAINTENANCE A mandatory pre -bid conference will be held on February 1, 2024 at 5:15 PM at the Centennial Building located at 915 10tH Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre - bid conference to be eligible to submit bids. Bids will be received until: February 15, 2024 at 11:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on February 15, 2024 at 11:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 772 918 021# PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find infcrmation concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: A. Emailed bids are required. PREFERRED: email bids to bids(a�weld.gov; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. B. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUC-IONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships mast furnish the full names of all partners and must be signed with the partnership name by one of the membe-s of the partnership or by an authorized representative, followed by the signature and title of the person sign ng. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other -itle without disclosing his principal, may be held to be the bid of the individual signing. When requested k y the Weld County Controller, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are ncluded in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned k ids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice tc Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No resporsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, -ailure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that 'A eld County will give preference to suppliers from the State of Colorado, in accordance with C. R.S. § 30-11-1 ' 0 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinior of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded tp more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained ierein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, t 3gether constitutes a contract, with the contract date being the date of signature by the Chair of the Boarc of County Commissioners. 4. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon fonds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal }ear. BID REQUEST #B2400046 Page 2 B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. BID REQUEST #B2400046 Page 3 I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will b 3 afforded full opportunity to submit bids in response to all invitations and will not be discriminated aga nst on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products n 3cessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extensior or Modification: Any amendments or modifications to this agreement shall be in writing signed by both pa ties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgemen- by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of an / increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which m 3y be withheld in County's sole discretion. County shall have the right in its reasonable discretion to apprc ve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enfc rce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will cc nform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all wor< performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether r atent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. BID REQUEST #B2400046 Page 4 Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial nterest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance o' the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. BID REQUEST #B2400046 Page 5 X. Taxes: C )unty will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bic der agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writi ig by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or corn mencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the brm of the Agreement, or any extension thereof, and during any warranty period. The required insuranca shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or rec uction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any polic' is in excess of a deductible or self -insured retention, County must be notified by the Successful bidde . Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance Df the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, n- aintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any addtional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under thi 3 Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or othe r deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising mut of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fu ly responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of tie Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the BID REQUEST #B2400046 Page 6 successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2400046 Page 7 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Downtown and Crime Lab Buildings Flooring Maintenance Weld County is seeking bids to perform carpet and hard surface flooring maintenance services for its buildings in Downtown Courts and the Crime Lab located in Greeley, CO. SPECIFICATIONS Below is a list of specifications for the floor maintenance that includes the carpet, vinyl composite tile (VCT), and hard surface flooring. 1. Tasks to be performed: A. Monthly for Carpets i. Vacuum (vacuum only — no sweepers or brooms) and maintenance -clean all traffic lanes with an approved carpet maintenance system such as encapsulation or extraction. ii. Remove all spots, stains, and gum. iii. Clean all floor mats. iv. Due to after-hours building security, Weld County requires the use of portable cleaning equipment only. B. Quarterly for Carpets i. Vacuum entire carpeted area wall-to-wall including under desks. ii. Perform wall-to-wall wet carpet extraction cleaning using CRI (Carpet and Rug Institute) "Gold -Seal" or better rated equipment and process (see www.carpet-rug.org). Bidders must provide a description of how they will meet this requirement as we must approve all equipment and chemicals. iii. Due to after-hours building security, Weld County requires the use of Portable Extraction cleaning equipment only. iv. Remove all spots, stains, and gum. v. Clean all floor mats including those located on hard surface floors. C. Monthly for Hard Surface Floors i. Machine scrub all resilient and hard surface flooring including restrooms. ii. Machine scrub and burnish all VCT flooring. D. Quarterly for Hard Surface Floors i. Machine scrub all resilient and hard surface flooring including restrooms. ii. Recoat service all VCT flooring: 1. Machine scrub and add two coats finish (min. 25% solids). 2. Special Needs Services/Areas: A. All non -secured stairs and stairwells must be included in this bid. B. Some VCT floors may need a complete strip and refinish. This will be at the Weld Custodian Supervisor's discretion. There is place for a special quote on this underneath the regular bid pricing. BID REQUEST #B2400046 Page 8 3. General Operating Instructions. The following is a listing of General Operating Instructions: A. The work is to be completed within the following hours: Sunday between the hours of 3:00 PM and 11:30 PM and/or Monday through Thursday between the hours of 6:00 PM and 11:30 PM. B Contractor must provide the schedule for each month's work at least one week prior to the work being started. C We will approve your schedule based upon a first come first serve basis. If your schedule conflicts with other commitments, you will have to adjust your schedule. D Notify building contact (Weld Custodial Supervisor or Weld Security) of any irregularities (e.g., defective plumbing, unlocked doors, lights left on, etc.). E. The Contractor will ensure that only assigned personnel will be permitted on County premises and no other personnel including, but not limited to, salesmen, friends, relatives, or minors will be allowed on County premises without prior notice and approval from the County. F. Contractor shall provide a list of contractor supervisor(s) and personnel who will be working in each facility. G. Contractor access to all buildings will be provided by Weld County staff only. No keys or access badges will be issued to the Contractor. H. The Contractor shall prohibit its employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephones or equipment provided for County use only. When the Contractor's employee is found in violation of the foregoing, the employee shall be escorted to the nearest exit, and the Contractor shall be notified that such employee shall not be allowed entrance to the facility in the futu Fie until reauthorized by the Director of Facilities. I. Contractor guarantees that an employee or supervisor will be fluent in English and be able to effectively communicate with all members of their staff so that there is no breakdown in passing work related requests/information between your technicians and the Weld County staff. Contractor will ensure that all employees working within County facilities can read and understand warning signs that are written in English. J. Any intentional or unintentional damage caused by Contractor's employees to County property or theft of County property will be settled in accordance with the insurance carried by Contractor. K. Employees of the contractor are not considered employees of the County. Therefore, the contractor shall provide workers' compensation insurance coverage for all persons employed to perform the work to be done under the contract and assure that all workers will receive the compensation for compensable injuries. A copy of the workers compensation policy is required to be submitted to the County as part of this proposal. L. Contractor may store supplies, materials, and equipment in storage areas within the County building facilities as designated by the Weld Custodian Supervisor. Contractor agrees to keep his portion of this storage area in accordance with applicable fire and safety regulations. M. Carpet and floor cleaning personnel will be responsible for leaving all janitor and storage closets and equipment in the same condition as they found it. N. Contractor employees must wear appropriate clothing. O. Successful respondent/vendor will be required to complete Colorado Bureau of Investigation (CBI) criminal record checks on all employees who work on County property for this contract. Any fees for checks will be paid by contractor. Employees who have been convicted of a theft in the past 5 -years or a violent or serious felony will not be permitted to work in County facilities. Provide results of all background checks to the Facilities Director for review. Provide background check results for any BID REQUEST #B2400046 Page 9 additional personnel hired during the course of this contract to the Facilities Director for review. Background checks must be updated annually. P. If the vendor/contractor violates the provisions of this section, the County may ter iiinate the contract for breach and the vendor/contractor shall be liable for actual and consequential damages. 4. Sub -contracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 5. Contractor Supplied Items. The contractor will supply: A. All cleaning supplies and equipment. B. Supervision of cleaning crews. C. Un forms for cleaning staff with company logo and badge. D. Sa-ety Data Sheet (SDS) binder on all products used in buildings. E. All products used for cleaning must have proper labeling. 6. This bid is for a (1) year contract which can be renewed annually up to (3) three additional years at tie County's discretion. SQUARE FEET Below are the scuare feet measurements of differing types of flooring: Carpet, VCT, Hard Surface. Actual measurenents would need to be verified by vendors. SQUARE FEET Building Location Carpet VCT Other Hard Surface_ 16,358 901 9th Ave. 30,100 840 Main Court House Centennial Building 915 10th St. 46,662 351 5,252 Plaza West 910 10th Ave. 32,245 3,317 13,745 West Annex 901 10th Ave. 5,000 0 700 1008 9th St (Former y Vet) 1008 9th St 1,684 178 0 934 9th Ave. 14,792 50 300 Marlboro Building (CHAN) 918 (Probation) 918 10th St. 6,700 500 500 2329 115th Ave. 9,000 0 8,000 Crime Lab/Evidence TOTAL 146,183 5,236 44,855 PRICING Please provide p rice per building for the Monthly Service in space below with a total for all buildings. Building Location Cars et VCT Hard Surf Monthly Price Main Court House 901 9th Ave. 30,100 840 16,358 Centennial Building 915 10th St. 46,662 351 5,252 Plaza West 910 10th Ave. 32,245 3,317 13,745 West Annex 901 10th Ave. 5,000 0 700 1008 9th St (Formerl / Vet) 1008 9th St 1,684 178 0 934 9th Ave. 14,792 50 300 Marlboro Building (CHAN) 918 (Probation) 918 10th St. 6,700 500 500 Crime Lab/Evidence 2329 115th Ave. 9,000 0 8,000 TOTAL 146,183 5,236 44,855 BID REQUEST #B2'400046 Page 10 ADDITIONAL WORK Weld County recognizes there may be times when additional work may be required due to unplanned events. Therefore, bidders shall provide a cost per square foot for additional floor striping and finish to VCT. • All finish must be 25% solids or greater. • All strip and refinish jobs must have a minimum of 3 coats of finish. • Refinishes must not contain any footprints, hair, or other debris. • All stripping/refinishing is on an as -needed basis to be determined by Weld Custodian Supervisor. If these additional services are needed, contractor will be requested to provide a quote and invoice for each occurrence or instance. Please provide pricing for the following: 1. Price floors per up square to foot 250 square for complete feet stripping and refinishing $ 2. Price floors per 251 square to 1,000 foot square for complete feet stripping and refinishing $ 3. Price floors per 1,001 square and greater foot for complete square feet stripping and refinishing $ ANNUAL ESCALATION Provide escalation percentage for each subsequent annual term, as applicable: Annual Escalation BID REQUEST #B2400046 Page 11 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 11:0( AM on February 15, 2024: 1) Pages 8 tf- ru 13 of the Bid Specifications and/or Scope of Work. 2) W9, if app icable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2400046 Page 12 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2400046. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE E-MAIL FAX TAX ID # DATE WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 7. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller GS0124 BID REQUEST #B2400046 Page 13 EXHIBIT B Carolyn Geisert From: Sent: To: Subject: Attachments: Tanner Graham <tanner@grahambrotherslIc.com> Monday, February 12, 2024 10:15 AM bids Bid# B2400046 / Graham Brothers LLC 82400046 (Downtown & Crime Lab) GRAHAM BROTHERS LLC.pdf Caution: This email o -iginated from outside of Weld County Government. Do not click links or open attachments unless you recognize the ser der and know the content is safe. Hi there, Please let me know vd ith confirmation and a receipt when this bid has been received. Thank you so much and have a wonderful day. Tanner Graham 1 REQUEST FOR BID WELD COUNTY, COLORADO 1301 N. 17TH AVENUE GREELEY, CO 80631 DATE: January 19, 2024 BID NUMBER: B2400046 DESCRIPTION: DOWNTOWN & CRIME LAB BUILDINGS FLOORING MAINTENANCE DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: FEBRUARY 1, 2024 BID OPENING DATE: FEBRUARY 15, 2024 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: DOWNTOWN & CRIME LAB BUILDINGS FLOORING MAINTENANCE A mandatory pre -bid conference will be held on February 1, 2024 at 5:15 PM at the Centennial Building located at 915 10'' Street, Greeley. CO 80631. Bidders must participate and record their presence at the pre - bid conference to be eligible to submit bids. Bids will be received until: February 15, 2024 at 11:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on February 15, 2024 at 11:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17'" Avenue, Greeley, CO p 9 80631. Phone number: 720-439-5261 Phone Conference ID: 772 918 021# PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: A. Emailed bids are required. PREFERRED: email bids to bids c weld.Qov; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. B. PDF format is required. Emailed bids must include the following statement on the email: "1 hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 9704004222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authcrized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," 'agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this Did as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or otter supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID REQUEST #B2400046 Page 2 T B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denotng in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is adv sed that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (C0RA), with regard to public records, and cannot guarantee the confidentialit ' of all documents. The bidder is responsible for ensuring that all information contained within the confiden ial portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). if Welc County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confiden ial materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and c inclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and lot separately identified. Any document which is incorporated as an exhibit into any contract executed by :he County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Gcvernmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any age -it or employee thereof shall be deemed to be an agent or employee of Weld County. The successful t dder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall lot have authorization, express or implied, to bind Weld County to any agreement, liability or understandir g, except as expressly set forth in the contract. The successful bidder shall have the following responsibilites with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts reruired by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discriminztion and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in he interpretation, execution, and enforcement of the contract. Any provision included or incorporatec herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcemen of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the cc ntract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the paymen of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. BID REQUEST #B2400046 Page 3 GET / HTTP/1.0 I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both part es. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel b whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. 0. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specificatons herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. BID REQUEST #B2400046 Page 4 Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to ass gn or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors cr persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signator es to this Agreement agree that to their knowledge, no employee of Weld County has any personal or oeneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall lot employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations uider this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, ii County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Seve•ability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceab e by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provisic n, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Corn sensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bic. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. BID REQUEST #B2400046 Page 5 HELP X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy s in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, :he timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder tD conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the BID REQUEST #824J0046 Page 6 successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insr rance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Canpensation Insurance as required by state statute, and Employer's Liability Insurance covering all e the successful bidder's employees acting within the course and scope of their employment. Policy shall c )ntain a waiver of subrogation against the County. This requirement shall not apply when a successful bic der or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bic der or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile _lability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 fir bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating boti on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used P 9 in the perform ance of this Contract. Successful udders shall secure and deliver to the County at or before the time of execution of this Agreement, aid shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property darrage, in form and company acceptable to and approved by said Administrator, covering all P Y operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional In ;ureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Sujroc ation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities proviiing ling goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder a9 ree to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST#B2400046 Page 7 VtIaC SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Downtown and Crime Lab Buildings Flooring Maintenance Weld County is seeking bids to perform carpet and hard surface flooring maintenance services for its buildings in Downtown Courts and the Crime Lab located in Greeley, CO. SPECIFICATIONS Below is a list of specifications for the floor maintenance that includes the carpet, vinyl composite tile (VCT), and hard surface flooring. 1. Tasks to be performed: A. Monthly for Carpets i. Vacuum (vacuum only — no sweepers or brooms) and maintenance -clean all traffic lanes with an approved carpet maintenance system such as encapsulation or extraction. ii. Remove all spots, stains, and gum. iii. Clean all floor mats. iv. Due to after-hours building security, Weld County requires the use of portable cleaning equipment only. B. Quarterly for Carpets i. Vacuum entire carpeted area wall-to-wall including under desks. ii. Perform wall-to-wall wet carpet extraction cleaning using CRI (Carpet and Rug Institute) "Gold -Seal" or better rated equipment and process (see www.carpet-rug.org). Bidders must provide a description of how they will meet this requirement as we must approve all equipment and chemicals. iii. Due to after-hours building security, Weld County requires the use of Portable Extraction cleaning equipment only. iv. Remove all spots, stains, and gum. v. Clean all floor mats including those located on hard surface floors. C. Monthly for Hard Surface Floors i. Machine scrub all resilient and hard surface flooring including restrooms. ii. Machine scrub and burnish all VCT flooring. D. Quarterly for Hard Surface Floors i. Machine scrub all resilient and hard surface flooring including restrooms. ii. Recoat service all VCT flooring: 1. Machine scrub and add two coats finish (min. 25% solids). 2. Special Needs Services/Areas: A. All non -secured stairs and stairwells must be included in this bid. D. Some VCT floors may need a complete strip and refinish. This will be at the Weld Custodian Supervisor's discretion. There is place for a special quote on this underneath the regular bid pricing. BID REQUEST #B2400046 Page 8 3. General Operating Instructions. The following is a listing of General Operating Instructions: A. The work is to be completed within the following hours: Sunday between the hours of 3:00 PM and 11:30 PM and/or Monday through Thursday between the hours of 6:00 PM and 11:30 PM. B. Contractor must provide the schedule for each month's work at least one week prior to the work being started. C. We will approve your schedule based upon a first come first serve basis. If your schedule conflicts with other commitments, you will have to adjust your schedule. D. Notify building contact (Weld Custodial Supervisor or Weld Security) of any irregularities (e.g., defective plumbing, unlocked doors, lights left on, etc.). E. The Contractor will ensure that only assigned personnel will be permitted on County premises and no other personnel including, but not limited to, salesmen, friends, relatives, or minors will be allowed on County premises without prior notice and approval from the County. F. Contractor shall provide a list of contractor supervisor(s) and personnel who will be working in each facility. G Contractor access to all buildings will be provided by Weld County staff only. No keys or access badges will be issued to the Contractor. H The Contractor shall prohibit its employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephones or equipment provided for County use only. When the Contractor's employee is found in violation of the foregoing, the employee shall be escorted to the nearest exit, and the Contractor shall be notified that such employee shall not be allowed entrance to the facility in the future until reauthorized by the Director of Facilities. I. Contractor guarantees that an employee or supervisor will be fluent in English and be able to effectively communicate with all members of their staff so that there is no breakdown in passing work related requests/information between your technicians and the Weld County staff. Contractor will ensure that all employees working within County facilities can read and understand warning signs that are written in English. J. Any intentional or unintentional damage caused by Contractor's employees to County property or theft of County property will be settled in accordance with the insurance carried by Contractor. K Employees of the contractor are not considered employees of the County. Therefore, the contractor shall provide workers' compensation insurance coverage for all persons employed to perform the work to be done under the contract and assure that all workers will receive the compensation for compensable injuries. A copy of the workers compensation policy is required to be submitted to the County as part of this proposal. L Contractor may store supplies, materials, and equipment in storage areas within the County building facilities as designated by the Weld Custodian Supervisor. Contractor agrees to keep his portion of this storage area in accordance with applicable fire and safety regulations. N . Carpet and floor cleaning personnel will be responsible for leaving all janitor and storage closets and equipment in the same condition as they found it. N. Contractor employees must wear appropriate clothing. C. Successful respondent/vendor will be required to complete Colorado Bureau of Investigation (CBI) criminal record checks on all employees who work on County property for this contract. Any fees for checks will be paid by contractor. Employees P Y who have been convicted of a theft in the past 5 -years or a violent or serious felony will not be permitted to work in County facilities. Provide results of all background checks to the Facilities Director for review. Provide background check results for any BID REQUEST #B2400046 Page 9 additional personnel hired during the course of this contract to the Facilities Director for review. Background checks must be updated annually. P. If the vendor/contractor violates the provisions of this section, the County may terminate the contract for breach and the vendor/contractor shall be liable for actual and consequential damages. 4. Sub -contracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 5. Contractor Supplied Items. The contractor will supply: A. All cleaning supplies and equipment. B. Supervision of cleaning crews. C. Uniforms for cleaning staff with company logo and badge. D. Safety Data Sheet (SDS) binder on all products used in buildings. E. All products used for cleaning must have proper labeling. 6. This bid is for a (1) year contract which can be renewed annually up to (3) three additional years at the County's discretion. SQUARE FEET Below are the square feet measurements of differing types of flooring: Carpet, VCT, Hard Surface. Actual measurements would need to be verified by vendors. T Building Location Carpet I VCT Other Hard Surface Main Court House 901 9th Ave. 30,100 ' 840 16,358 Centennial Building 915 10th St. 46,662 351 5,252 Plaza West 910 10th Ave. 32.245 3,317 13,745 West Annex 901 10th Ave. 5,000 , 0 700 1008 9th St 1,684 _ 178 0 1008 9th St (Formerly Vet) Marlboro Building (C -IAN) 934 9th Ave. 14,792 50 300 918 (Probation) 1 918 10th St. 6,700 500 500 Crime Lab/Evidence 2329 115th Ave. 9,000 0 8,000 146,183 { 5,236 44,855 TOTAL I PRICING Please provide price per building for the Monthly Service in space below with a total for all buildings. Building Location Carr • et VCT Hard Surf Monthly Price 1 Main Court House 901 9th Ave. 30,100 840 1 16,358 2 o .°13 i Centennial Building 915 10th St. _ 46,662 351 5,252 z93(40." Plaza West f 910 10th Ave. 32,245 3,317 13,745 12)40 56 °`' West Annex 901 10th Ave. 5,000 0 700 23.0 .0° 1008 9th St _ 1,684 + 178 f 0 \ S D , ° 0 1008 9th St (Formerly Vet) Marlboro Building (CHAN) 934 9th Ave. 14,792 50 300 LoS ; f °° 918 (Probation) 910 10th St. 6,700 500 1 500 Z� V ode Crime Lab/Evidence 2329 115th Ave. 9,000 0 l 8,000 S so - °� TOTAL 146,183 5,236 44,855 1 I U ,'s Q0 . O ° BID REQUEST #B2400046 Page 10 ADDITIONAL WORK Weld Count/ recognizes there may be times when additional work may be required due to unplanned events. Therefore, bidders shall provide a cost per square foot for additional floor striping and finish to VCT. • All finish must be 25% solids or greater. • All strip and refinish jobs must have a minimum of 3 coats of finish. • Refinishes must not contain any footprints, hair, or other debris. • All stripp ng/refinishing is on an as -needed basis to be determined by Weld Custodian Supervisor. if these add tional services are needed, contractor will be requested to provide a quote and invoice for each occurrence or instance. Please prov de pricing for the following: 1. Prica persquare floors up to foot 250 square for complete feet stripping and refinishing $1.15 6s(),`' rE t `�o i T M=. tMuM') for and refinishing $ a . 91 c Q Se- CT 2. Pricy per floo s 251 square to 1,000 foot square complete feet stripping for and refinishing $ 0. 9s rFt_ ;a Ter 3. Prica foot per 1,001 square and foot greater complete square stripping feet ANNUAL ESCALATION Provide escalation percentage for each subsequent annual term, as applicable: Annual Escalation BID REQUEST #82400046 Page 11 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 11:00 AM on February 15, 2024: 1) Pages 8 thru 13 of the Bid Specifications and/or Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your_bid_may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies, submitted with your bid it may be disqualified, BID REQUEST #02400046 Page 12 The undersi jned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2400046. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and lo :al taxes. 3. Hi or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, bLt not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM (fl(1A&W\ Sci:ct t44. 2.5. LW. BUSINESS ADDRESS n� C\(V)C, 3,5 (S -.12)L 7 CITY, STATE, ZIP CODE GILE-C-{1-`i (a StS(c33 `� c.\ �0S FAX ti IA TELEPHONE NO 7L � 3�, 9 9) PRINTED NnME AND TITLE I fk )C Gort PAP. SIGNATURE Tex ID 5 - PS c‘, PLC Sir* NIT E-MAIL cc; 5r-,AAL.,,v4sk- DATE LIZ.] ZU Z' -A WELD COU s1TY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 7. ATTEST: Weld CountClerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller GS0124 BID REQUEST #B2400046 Page 13 ACOREP CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 3/20/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME C r Caitlin Duncan Stallings Secure American Insurance Inc P.O. Box 350999 (P(HONE 303 500-3386 FAx Ext): ( ) (A/C, No): EaM�11Lo, AODREss: c.duncan@secureamins.com INSURER(S) AFFORDING COVERAGE NAIL # Westminster CO 80035 INSURER A : NATIONWIDE ASSUR CO 10723 INSURED INSURER B : BRISTOL W INS CO 19658 Graham Brothers LLC INSURER C : NATIONWIDE MUT INS CO 23787 PO Box 336307 INSURER D : HARTFORD INS CO OF THE SOUTHEAST 38261 INSURER E : Greeley CO 80633-0606 INSURER F : ATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE NSURANCE 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. -� -POLICY TV LTR TYPE OF INSURANCE AUULSUdK INSD WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) EXP (MM/DDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR ACPCG013049572783 12/14/2023 12/14/2024 EACH OCCURRENCE $ 1,000,000 PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 10,000 ooesooAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X jECT LOC OTHER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE LIABILITY ANY AUTO -OWNED AUTOS ONLY - 'VOIDS IRED AUTOS ONLY �/ SCHEDULED A AUTOS - NON -OWNED AUTOS ONLY M00004703400 06/01/2023 06/01/2024 ( Ea OMaccidenBINEDt)SINGLL LIMI f $ BODILY INJURY (Per person) $ 1,000,000 BODILY INJURY (Per amide., $ 1,000,000 PROPERI Y DAMAGE (Per accident) $ 1,000,000 C X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE ACPCU013049572783 12/14/2023 12/14/2024 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 $ DED I I RETENTION $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A 34WECAX3T7S 05/01/2023 05/01/2024 XI STATUTE I I ER H E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 758 AUTHORIZED REPRESENTATIVE CO... Shiny! I Greeley CO 80632 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract F Entity Information Entity Name* Entity ID* GRAHAM BROTHERS LLC @00036280 Contract Name * DOWNTOWN AND CRIME LAB FLOORING MAINTENANCE Contract Status CTB REVIEW Q New Entity? Contract ID 7951 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description * PROVIDE FLOOR CARE FOR THE DOWNTOWN BUILDINGS AND THE CRIME LAB PER BID #B2400046 Contract Description 2 Contract Type* CONTRACT Amount* $125,472.00 Renewable" NO Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 03/23/2024 GROUNDS 03/27/2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date * 02/28/2025 Committed Delivery Date Renewal Date Expiration Date* 03/31/2025 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head CURTIS NAIBAUER DH Approved Date 03/22/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 04/01/2024 Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 03/22/2024 03/25/2024 Tyler Ref # AG 040124 Originator CNAIBAUER March 7, 2024 FACILITIES DEPARTMENT PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Chris Coulter Subject: Downtown & Crime Lab Buildings Floor Maintenance - Bid (B2400046) As advertised, this bid is for the flooring maintenance for the downtown buildings and crime lab. Clean NOCO was the low bid but did not meet specifications. The bid specifications required that the contractor have a carpet extractor that was rated "Gold — Seal" or better. Clean NOCO does not have this equipment and has sent correspondence stating that they cannot obtain it. The second low bid was from Graham Brothers LLC and meets the specifications. Therefore, Facilities is recommending the bid be awarded to Graham Brothers LLC in the amount of $ 10,456.00 per month and $125,472.00 annually. In addition, this bid is for a (1) year contract which can be renewed annually up to (3) three additional years at the County's discretion. If you have any questions, please contact me at extension 2027. Sincerely, Chris Coulter Director 3A3 2oZ4-oozy PC�002 co DATE OF BID: FEBRUARY 15, 2024 REQUEST FOR: DOWNTOWN & CRIME LAB FLOORING MAINTENANCE DEPARTMENT: FACILITIES BID NO: B2400046 PRESENT DATE: FEBRUARY 21, 2024 APPROVAL DATE: MARCH 13, 2024 VENDOR CLEAN NOCO 2519 S. SHIELDS ST, STE 1K #540 FORT COLLINS, CO 80526 MONTHLY PRICE $6,375.00 GRAHAM BROTHERS LLC $10,456.00 P.O. BOX 336307 GREELEY, CO 80633 METRO MAINTENANCE INC. $12,581.00 4601 QUEBEC STREET, #C4 DENVER, CO 80216 CCS FACILITY SERVICES - COLORADO, INC. $23,709.74 1485 S. LIPAN STREET DENVER, CO 80223 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett(6 weld.gov coeisert(a,weld.gov ttavlor@weld.00v Phone: (970) 400-4222, 4223 or 4454 ANNUAL TOTAL $76,500.00 $125,472.00 $150,972.00 $284,516.88 ANNUAL ESCALATION % 2% 3% 3% 3% 2_62- 04 Z4 -t- 3/1 3 March 1, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Curtis Naibauer Subject: Downtown & Crime Lab Flooring Maintenance — Bid #B2400046 The facilities department requests that the approval date for the Downtown & Crime Lab Flooring Maintenance bid be moved to Wednesday, March 13, 2024. The postponement will allow us time to further review and confirm that the low contractor meets the specifications. If you have any questions, please contact me at extension 2027. Sincerely, Curtis Naibauer Interim Director 3/Co 202-042'-I thObao DATE OF BID: FEBRUARY 15, 2024 REQUEST FOR: DOWNTOWN & CRIME LAB FLOORING MAINTENANCE DEPARTMENT: FACILITIES BID NO: B2400046 PRESENT DATE: FEBRUARY 21, 2024 APPROVAL DATE: MARCH 6, 2024 VENDOR CLEAN NOCO 2519 S. SHIELDS ST, STE 1K #540 FORT COLLINS, CO 80526 MONTHLY PRICE $6,375.00 GRAHAM BROTHERS LLC $10,456.00 P.O. BOX 336307 GREELEY, CO 80633 METRO MAINTENANCE INC. $12,581.00 4601 QUEBEC STREET, #C4 DENVER, CO 80216 CCS FACILITY SERVICES - COLORADO, INC. $23,709.74 1485 S. LIPAN STREET DENVER, CO 80223 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverettnmeld.qov coeisert@weld.gov ttavlorI6 weld.gov Phone: (970) 400-4222, 4223 or 4454 ANNUAL TOTAL $76,500.00 $125,472.00 $150,972.00 $284,516.88 ANNUAL ESCALATION % 2% 3% 3% 3% 2024-0424 2/Z I Hello