Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20230874.tiff
htnvaq3K, April 11, 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: Custodial Services — Downtown Buildings and Crime Lab (2023-0874) In 2023, ZTL Janitorial Services LLC was awarded the Custodial Services contract for the Downtown Buildings and Crime Lab. The bid permitted the option for annual renewal for the period of May 1, 2025, through April 30, 2026. The Facilities Department is recommending approval of this annual renewal. Sincerely, Patrick O'Neill Director Wn'tM-101GfiqcsL-- (4iaazs c C'. UnloaSe C$4a) 30/' 2b7 3-or1<- �,C Ob25 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF FACILITIES AND ZTL JANITORIAL SERVICES, LLC. This Agreement Extension/Renewal ("Renewal"), made and entered into 36VA day of 2025, by and between the Board of Weld County Commissioners, on behalf of the Weld Co nth y Department of Facilities, hereinafter referred to as the "Department, and ZTL Janitorial Services, 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. 2023-0874, approved on April 19, 2023. 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 April 30, 2025. • The parties agree to extend the Original Agreement for an additional 1 -year period, which will begin May 1, 2025, and will end on April 30, 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. The total annual cost for custodial services will be $16,458.09 • 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: ANDREA GUTIERREZ, Managing Partner Printed Name Signature BOARD OF COUNTY COMMISSIONERS WEL COUNTY, COLORADO Scott K. James, Chair Pro-Tem APR 3 U 2025 ATTEST:ddrAtiVl° ; 4 el Weld County Clerk to the Board BY. eputy Clerk to the Board 20Z3 -0B14-1 ACCMCP CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 04/21 /2025 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 Progressive Insurance PO Box 94739, Cleveland, OH 44101 CONTACT NAME: Progressive Commercial Lines Customer and Agent Servicing PHONE FAX (A/, No, Est):1-800-444-4487 (A/C. Nol: E MAIL ADDRESS: progressivecommercial@email.progressive.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A : Artisan and Truckers Casualty Company 10194 INSURED ZTL Partners Inc. PO BOX 471930 Aurora, CO 80047 INSURER B INSURER C : INSURER D : INSURER E : INSURER F : ERAGES CERTIFICATE NUMBER: 63685423299022130950923241201417 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLCY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑ OCCUR EACH OCCURRENCE $ PREMISES (Ea occwrrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY GENERAL AGGREGATE $ GENT AGGREGATE LIMIT APPLIES PER: PRO- _, POLICY � JECT � LOC OTHER: PRODUCTS - COMP/OP AGG $ $ A AUTOMOBILE LIABILITY ANY AUTO RUTOS ONLY u AUTOS ONLY _ X AUT0SULED X AUOTO ON D Y Y 996014248 04/17/2025 10!17/2025 COMBINED SINGLE LIMIT (Ea ccident) $ BODILY INJURY (Per person) $50,000 BODILY INJURY (Per accident) $100.000 i2ERTY tDAMAGE eOPracciden $25,000 _ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' UABIUTY We ANYPROPRIETOR/PARTNER/EXECUTIVEIll OFFICER/MEMBEREXCLUDED? (Mantlatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A pFR pT I STATUTE I I ERH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A See ACORD 101 for additional coverage details. Y Y 996014248 04/17!2025 10/17/2025 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers 1150 O ST. Greeley, CO 80631 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 y hk44Z A(:r1Rrl 7S I9n1R/nil © 1988-2015 ACORD CORPORATION. All rights reserved. Tha ACIIRr1 name. and Irwin ara ranictararl marlrc of Ar:r1Rr1 AC RD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 04/17/2025 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 Embroker Insurance Services LLC 5214F Diamond Heights Blvd. Unit #1261 San Francisco, CA, 94131 CONTACT NAME: Julie Noonan am. EMI: (844) 436-2765 I (F, No); um.: certificates@embroker.com INSURER(S) AFFORDING COVERAGE NAIL # 5500000; CLEAR BLUE SPECIALTY INS CO 37745 INSURED ZTL Janitorial Services, LLC 16700 E 2nd Ave Aurora, CO, 80011 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 3f14bc30-79fa-11ef-a484-8f67b831ff63 • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1NSR LTR TYPE OF INSURANCE ADDL SUER INSD WVD POUCY NUMBER POLICY EFF 42111 /YYYY) POLICY EXP (SPINYYYY) UMITS COMMERCIAL GENERAL LIABILITY I CLAIMS -MADE O OCCUR EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL 8 ADV INJURY $ GENII AGGREGATE LIMIT APPLIES PER: PRCTO- POLICY JELoc OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE UABIUTY ANY AUTO OWNEDSONLY _ AUTO HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) UMBRELLA LIAR EXCESS UAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS'UABIUTY Y/N ANYPROPRIETOR/PARTNER/EXECUTI VE (Mandatory in H) EXCLUDED? ❑ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A I STATUTE I ERH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Employee Theft of Insured Property EM3EII-CR-000515-01 09/26/2024 09/26/2025 Aggregate 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Evidence of Coverage CERTIFICATE HOLDER CANCELLATION Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1150 O ST. AUTHORIZED REPRESENTATIVE Greeley, CO 80631 I ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACO OR CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 04/17/2025 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 Next First Insurance Agency, Mc. PO Box 60787o. Palo Alto, CA 94306 CONTACT NAME: PHONE (855) 222-5919 I FAX E.:(AIC, No): po I6: support@nextinsurance.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: State National IMu ranCe Company, IrIC. 12831 INSURED ZTL Partners Inc. 16700E 2nd Ave Aurora, CO 80011 INSURER B: INSURER C : INSURER D : INSURER E : INSURER F : REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'NgTYPE OF INSURANCE LTR ADDL SUER INSD WVD POLICY NUMBER 0.721=(MMIDDIYYYY) LIMITS X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE EI OCCUR X X NXTC9JVJJK-00-GL 09/23/2024 09/23/2025 EACH OCCURRENCE $1,000,000.00 M SES Ea occ, encel $100,000.00 MED EXP (Any one person) $15,000.00 PERSONAL & ADV INJURY $1,000,000.00 A GENERAL AGGREGATE $2,000,000.00 GENII X AGGREGATE LIMIT APPL.PER: POLICY E JECT El WC OTHER: PRODUCTS - COMP/OP AGG $ 2,000,000.00 AUTOMOBILE _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINEdent)D SINGLE LIMIT a acci $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Par acci iL $ A X UMBRELLALIAB EXCESS LIAR X CACAO CLAIMS -MADE X NXTC9JVJJK-00-GL 09/23/2024 09/23/2025 EAcHOCCURRENCE $ 2,000,000.00 AGGREGATE $ 2,000,000.00 $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNERIEXECUTIVE Y� OFFICE ItIl BEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A I STATUTE I I ERH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Contractors Errors and Omissions X NXTC9JVJJK-00-GL 09/23/2024 09/23/2025 Each Occurrence: Aggregate: 825,000.00 $50,000.00 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The Certificate Holder is Boulder County. A Waiver of Subroggation appplies in favor of this Certificate Holder on the following Policies: General Liability. This Certificate Holder is an Additional Insured on the General Liability policy and Umbrella/EXcess Liability policy per the Additional Insured Automatic Status Endorsement. All Certificate Holder privileges apply only if required by written agreement between the Certificate Holder and the insured, and are subject to policy terms and conditions. CANCELLATION Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1150 O ST. AUTHORIZED REPRESENTATIVE Greeley, CO 80631 I few -- © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD AC RD® CERTIFICATE OF PROPERTY INSURANCE DATE (MMIDDIYYYY) 04/17/2025 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. PRODUCERNext First Insurance Agency, Inc. PO BOX 60787 8 � Palo Alto, CA 94306 CONTACT NAME: P NNc. Exq: (855) 222-5919 I jg CC, No): E-MAIL sU Ort ADDRESS: PP @nextinsurance.com PRODUC CUSTOMEERR ID: INSURER(S) AFFORDING COVERAGE NAIL 0 INSURED 2TL Partners Inc. 16700E 2nd Ave Aurora, CO 80011 INSURER A: State National Insurance Company, Inc. 12831 INSURER B: INSURER C: INSURER D : INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: LOCATION OF PREMISES I DESCRIPTION OF PROPERTY (Attach ACORD 101, Additional Remarks Schedule, H more space Is required) 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 MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DDIYYYI� COVERED PROPERTY LIMITS A J PROPERTY CAUSES OF LOSS DEDUCTIBLES NXTPDCRPXT-00-CP 09/23/2024 09/23/2025 BUILDING X PERSONAL PROPERTY X BUSINESS INCOME X EXTRA EXPENSE RENTAL VALUE BLANKET BUILDING BLANKET PERS PROP BLANKET BLDG 8 PP $250,000.00 BASIC BUILDING $Included BROAD $Included CONTENTS $500.00 I< SPECIAL $ EARTHQUAKE $ WIND $ FLOOD $ INLAND MARINE CAUSES OF LOSS NAMED PERILS OPEN PERILS TYPE OF POLICY EQUIPMENT MISC TOOLS BORROWED TOOLS $ $ POLICY NUMBER $ CRIME TYPE OF POLICY $ BOILER 3 MACHINERY / EOUIPMENTSREAKDOWN $ SPECIAL CONDITIONS / OTHER COVERAGES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Proof of Insurance. CERTIFICATE HOLDER CANCELLATION Weld County, Colorado, its elected officials, its subsidiary, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1150 O ST. Greeley, C000631 AUTHORIZED REPRESENTATIVE aut- c.,,--- ACORD 24 (2016/03) © 1995-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD P/NNAICOL ASSURANCE 7501 E. Lowry Blvd. Denver, CO 80230-7006 303.361.4000 / 800.873.7242 Pinnacol.com ZTL PARTNERS INC PO BOX 471930 AURORA, CO 80047 ENDORSEMENT: Waiver Of Subrogation NCCI #: WC000313 Policy #: 4216350 GIA Risk Management, LLC PO Box 1246 Arvada, CO 80001 (303) 423-0162 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers 1150 O ST. Greeley, CO 80631 Effective Date: April 17, 2025 Pinnacol Assurance has issued this endorsement April 17, 2025 7501 E. Lowry Blvd Denver, CO 80230-7006 Page 1 of 3 P pashley@e-gia.com - 04/17/2025 14:54:35 4216332 83441368 UW137 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDlYYYY) 04/17/2025 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 Pinnacol Assurance 7501 E. Lowry Blvd. Denver, CO 80230-7006 CONTACT NAME: PHONE a IA/c. No. EMI: (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: PinnaUUI Assurance 41190 INSURED ZTL PARTNERS INC PO BOX 471930 AURORA, CO 80047 INSURER B: INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUM THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. III;TYPE OF INSURANCE LTR ! ADDL SUER INSD WVD POLICY NUMBER POLICY EFF AIDD/YYYY1 POLICY EXP (MMrDD/WY1� LIMITS COMMERCIAL GENERAL LIABIUTY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE ;I'ENTED PREMISEa occurrence) I MED EXP (Any one person) S PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑ ',J7,-- LOC PRODUCTS - COMP/OP AGG $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ ANY AUTO BODILY INJURY (Per person) $ OWNED AUTOS ONLY SCHEDULED _ AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS ONLY NON -01M EL° AUTOS ONLY PROPERTYDAMAGE (Per accident) $ UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS UAB CLAIMS -MADE AGGREGATE $ DED : I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' UABIUTY PER OH - X STATUTE ER AANYPR z,,a OR rcTLNER/EXECUTIVE Y / N IOFFICER/MEMBEREXCLUDED? � N/A 4216350 09/23/2024 09/23/2025 E.L. EACH ACCIDENT $ 100,000 (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 100,000 if yes describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Unless otherwise stated in the policy provisions, coverage in Colorado only. CERTIFICATE HOLDER CANCELLATION Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1150 O ST. AUTHORIZED REPRESENTATIVE Greeley, CO 80631 GIA Risk Management, LLC 1 ACORD 25 (2016/03) A 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER COPY Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers 1150 O ST. Greeley, CO 80631 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT (CONT) AGENCY CUSTOMER ID: LOC B: ACORU® ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Progressive Insurance ZTL Partners Inc. POLICY NUMBER 996014248 PO BOX 471930 Aurora, CO 80047 CARRIER NAIL CODE Artisan and Truckers Casualty Company 10194 EFFECTIVE DATE: 04/17/2025 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Additional v InsuranceCocoverageerages(s) Limits Uninsured/Underinsured Motorist $50,000/$100,000 Liability coverage may not apply to all scheduled vehicles. Additional Information Blanket Waiver of Subrogation in favor of the certificate holder, but only if party to a written waiver agreement executed by the named insured, as required by contract, prior to the occurrence of any loss. The certificate holder is an additional insured if required by written contract executed by the named insured prior to the occurrence of any loss, per blanket Al endorsement. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD tct Entity Information Entity Name* ZTL PARTNERS INC Entity ID* @00045308 ❑ New Entity? Contract Name * Contract ID DOWNTOWN BUILDINGS AND CRIME LAB CUSTODIAL 9380 SERVICVES Contract Status CTB REVIEW Contract Lead CNAIBAUER Contract Lead Email cnaibauer@weld.gov Contract Description* PROVIDE CUSTODIAL SERVICES FOR THE DOWNTOWN AND CRIME LAB BUILDINGS. Contract Description 2 Contract Type* RENEWAL Amount* $16,458.09 Renewable" YES Automatic Renewal Grant IGA Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 04/24/2025 GROUNDS 04/28/2025 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 EY@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 Contact Info Review Date* 02/16/2026 Renewal Date* 05/01/2026 Committed Delivery Date Expiration Date Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head PATRICK O'NEILL DH Approved Date 04/24/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 04/30/2025 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 04/28/2025 04/28/2025 Tyler Ref # AG 043025 Originator CNAIBAUER Cbrkvac9 W*ALt U BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Downtown Buildings Custodial Reduction in Services DEPARTMENT: Facilities DATE: March 4, 2025 PERSON REQUESTING: Patrick O'Neill Brief description of the problem/issue: 918 10T" 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 custodial 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): ($2,059.28) 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 Peppler Kevin D. Ross Conefl+ 3/tl/75 Support Recommendation Place on BOCC Agenda T� Via 4004/ Schedule Work Session Other/Comments: (C:OyAxiSee(BGO pus/ Waotn9 3/11/25 a0z3 cfl4 8c-,OOz5 Karla Ford From: Sent: To: Subject: Yes Kevin Ross Kevin Ross Tuesday, March 4, 2025 3:20 PM Scott James; Karla Ford Re: Please Reply - Downtown Custodial Svc Deduction CO PA From: Scott James <sjames@weld.gov> Sent: Tuesday, March 4, 2025 3:09:54 PM To: Karla Ford <kford@weld.gov> Cc: Kevin Ross <kross@weld.gov> Subject: Re: Please Reply - Downtown Custodial Svc Deduction CO PA Approve ** Sent from my iPhone ** Scott K. James Weld County Commissioner, District 2 1150 O Street, P.Q. 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 11:54 AM, Karla Ford <kford@weld.gov>wrote: Please advise if you support recommendation and to have department place on the agenda. 1 March 4, 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: Custodial Services — Marlborough Building and 918 10TH Street Change Order 1(2023-0874) ZTL Janitorial Services, LLC was awarded the contract for Custodial Services for the Downtown Buildings & Crime Lab. The Marlborough building and the building at 918 10Th 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 custodial services in these two buildings and reduce the monthly costs by $2,059.28 per month. The Facilities Department is recommending this change order be approved. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Director CHANGE ORDER # 2 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND ZTL JANITORIAL SERVICES, LLC Date: March 4, 2025 Original Agreement: Weld County document no. 2023-0874 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: $ 14,632.50 $ 2,564.00 $ (2,059.28) $ 15,137.22 Original Contract Amount (per month) Previously Approved Change order(s) Amount Current Change Order Amount (per month) New Contract Total (Per month) All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: BY: StrC&SalQk (s\LdM Y y °ea Name:ANDREA GUTIERREZ Title: MANAGING PARTNER r �4 ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Boar Date 03/11/2025 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO 'w -4 ----Page 1 of 1 Buck J'o 1e73-CY&14 Good Morning Mr. Naibauer, That is correct. The removal of these two buildings will result in a deduction of $2,059.28 per month. ZTL is in agreement with this amount. ZTL PARTNERS Justin Rogers Risk Analyst I, ZTL Partners 4 (303) 800-9857 x550 ztlpartners.com 'A risk@ztlpartners.com V 16700 E 2nd Ave j Aurora, Co 80011 For Emergencies call 1 (800) 303-6ZTL; available 24/7 I To Submit QA tickets visit ztlportal.com IMPORTANT: The contents of this email and any attachments are confidential. They are intended for the named recipient(s) only. If you have received this email do not disclose the contents to anyone or make copies thereof. From: Curtis Naibauer <cnaibauer@weld.gov> Sent: Thursday, February 27, 2025 10:26 AM To: Risk Management <risk@ztlpartners.com> Cc: Ruben Montiel <rmontiel@weld.gov> Subject: [EXTERNAL]: Weld County Downtown and Crime Lab custodial contract reductions CAUTION: This email originated from outside of ZTL Partners. Do not click links or open attachments unless you recognize the sender and know the content is safe. Per your conversations with Ruben Montiel earlier this week, we are planning on issuing a deductive change order for eliminating the cleaning services at the Marlborough building and the building at 918 10Th street. Before I start the paperwork, I want to make sure we are in agreement on the amounts. The original contract for the Marlborough building was $1,204.50. With the 4% increase that was given on last years renewal, the current amount is $1,252.68. The original amount on the 918 building was $775.58. With the 4% increase that was given on last years renewal, the current amount is $806.60. This would make the total deduct to eliminate these two buildings $2,059.28 per month. Please let me know if you agree with these amounts. If so, I will start the process. Curtis Naibauer Deputy Director Weld County Facilities Department 1105 H Street P.O. Box 758 Greeley, CO 80632 P: 970.400.2027 F: 970.304.6532 cnaibauer@weldgov.com Contract Entity Information Entity Name * ZTL PARTNERS INC Entity ID* @00045308 Contract Name* DELETE CUSTODIAL SERVICES FROM MARLBOROUGH BUILDING AND 918 10TH STREET Contract Status CTB REVIEW ❑ New Entity? Contract ID 9210 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description * DELETE CUSTODIAL SERVICES FROM MARLBOROUGH BUILDING AND 918 10TH STREET Contract Description 2 Contract Type * CHANGE ORDER Amount* ($2,059.28) Renewable * NO Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 03/1 3/2025 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 Contact Info Review Date * 03/31/2025 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 PATRICK O'NEILL DH Approved Date 03/11/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/17/2025 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 03/11/2025 03/11/2025 Tyler Ref # AG 031725 Originator CNAIBAUER Cuh=i-vac+ (Di8'051 April 16, 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: Chris Coulter Subject: Custodial Services — Downtown Buildings and Crime Lab (2023-0874) In 2023, ZTL Janitorial Services LLC was awarded the Custodial Services contract for the Downtown Buildings and Crime Lab. The bid permitted the option for annual renewal for the period of May 1, 2024, through April 30, 2025. Therefore, the Facilities Department is recommending approval of this annual renewal. Sincerely, Chris Coulter Director Come.n-1-- ehdLa � 4/2/2 7) 4/p_q/.2 2023 -off BG,0pZ5 AMENDMENT 1 TO AGREEMENT BETWEEN WELD COUNTY AND ZTL JANITORIAL SERVICES LLC. DOWNTOWN AND CRIME LAB CUSTODIAL SERVICES This Amendment is made and entered into this 2.R day of Pt-pV l ` , 2 Z , by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as the "Department", and ZTL Janitorial Services LLC, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No.2023-0874, approved on April 19, 2024. WHEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amended as follows: 1. The current term of the Agreement will end on April 30, 2024. The term is hereby extended for one year commencing on May 1, 2024 and ending on April 30, 2025. 2. Beginning on the first day of the new term, the 4% annual escalation pricing, detailed in the original contract, shall replace the current pricing. 3. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. Name: Luis Torres Title: Chief Sales Officer ATTEST: ;4. Weld Coen y/ lerk to the Bo BY: .��'%� � , Imo;.-."►-•, Deputy CIe / to the Bo f6:r Date 04/24/2024 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Kevin D.Ross, Chair APR 2 9 2024 Page 1 of 1 D F79- AC RO O® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 04/10/2024 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 Next First Insurance Agency, Inc. PO Box 60787 Palo Alto, CA 94306 CONTACT NAME: PHONE (855) 222-5919 FAX (AIG. No, 8.1:(A/C, No): support@nextinsurance.com MI6, su ort@nextinsurance.com AFFORDING COVERAGE NAIL # INSURERA: State National Insurance Company, Inc. 12831 INSURED TN_ Janitorial Services, LLC 167E nd Ave Auror00a, Co 80011 INSURER B : National Specialty Insurance Company 22608 INSURER C : INSURER D INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 155900618 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. V: LTR TYPE OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER POLICY 'AM (MM/DD/YYYY1 POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X X NXTH4LLQ9D-00-GL 09/19/2023 09/19/2024 EACH OCCURRENCE $1,000,000.00 PREM SES Ea oocTu ante) $100,000.00 MED EXP (Any one person) $15,000.00 RE, soNAL0A0VINJURY $1,000,000.00 GENERAL AGGREGATE $2,000,000.00 GEM_ AGGREGATE LIMIT APPLIES PER: POLICY ❑ PRO ❑ LOC X JE CT OTHER: PRODUCTS - COMP/OP AGG $2,000,000.00 AUTOMOBILE LIABILITY ANY AUTO OWNEDONLY AUTOS HIRED AUTOS ONLY ULED X AUTSCHEDOS NON -OWNED AUTOS ONLY x NXTH4LLQ9D-00-CA 09)122023 09/19/2024 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000.00 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PRengi YDAMAGE (Per accident) $ A UMBRELLA LIAB X EXCESS LIAR X OCCUR CLAIMS -MADE X NXTH4LLQ9D-00-GL 09/19/2023 09/19/2024 0060 000/88006E $ 2,000,000.00 AGGREGATE $ 2,000,000.00 $ DED I RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPR P/RIETOR/PARTLNUT cuTIVE YIN OFFICERIMEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A X NXTH7DQQDD-00-WC 09/19/2023 09/192024 X I STATUTE I I ERH E.L. EACH ACCIDENT $ 1,000,000.00 E.L. DISEASE - EA EMPLOYEE $ 1,000,000.00 E.L. DISEASE - POLICY LIMIT $1,000,000.00 A Contractors Errors and Omissions X NXTH4LLQ9D-00-GL 09/19/2023 09/19/2024 Each Occurrence: Aggregate: $25,000.00 $50,000.00 DESCRIPTION OF OPERATIONS / LOCATIONS NEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The Certificate Holder is weld County. A PJaiver of Subrogation applies in favor of this Certificate Holder on the following policies: General Liability, Workers Compensation. This Certificate Holder is an Additional Insured oc the General Liability policy per the Additional Insured Automatic Status Endorsement. All Certificate Holder privileges apply only if required by written agreement between the Certificate Holder and the insured, and are subject to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION Weld County Its officers, agents, representatives and elected officials SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE PO Box 758 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Greeley, CO 80632 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE a„,„ c-___ ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD CERTIFICATE OF LIABILITY INSURANCE EMBROKER DATE (MM/DD/YYYY) 04/10/2024 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 Embroker Insurance Services LLC 5214F Diamond Heights Blvd. Unit #1261 San Francisco, CA, 94131 CONTACT NAME: PHONE I FAX E d, 8444362765 (Alt, Na): MAILo. ADDRESS: certificates@embroker.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: CLEAR BLUE SPECIALTY INS CO 37745 INSURED ZTL Janitorial Services, LLC 16700 E 2nd Ave Aurora, Co 80011 INSURER B INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR Tr TYPE OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MM/DDIYYYY) LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR EACH OCCURRENCE $ Nal SES Ea occu ante) $ MED EXP (Any one person) $ PERSONAL 8 ADV INJURY $ GENII AGGREGATE LIMIT APPLIES PER: POLICY ❑ PRO ❑ LOC JECT OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ WORKERSCOMPENSATION AND EMPLOYERS' LIABILITY Y / N A'aREcR RIETOR/PE'Ou gigECUTIVE ❑ OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA I STATUTE I I EORH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Employee Theft of Insured Property CR01-100739-231 09/26/2023 09/26/2024 Aggregate $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Evidence of Coverage CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County its officers, elected officials, representatives and agents THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PO Box 758 ACCORDANCE WITH THE POLICY PROVISIONS. Greeley, CO 80632 AUTHORIZED REPRESENTATIVE r} I 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 * ZTL PARTNERS INC Entity ID* @00045308 O New Entity? Contract Name* Contract ID DOWNTOWN AND CRIME LAB JANITORIAL SERVICES 8051 Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description * RENEWAL OF JANITORIAL SERVICES CONTRACT FOR DOWNTOWN BUILDINGS AND CRIME LAB (2023-0874) Contract Description 2 Contract Type* RENEWAL Amount* $214,612.32 Renewable* YES Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 04/20/2024 GROUNDS 04/24/2024 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 * 03/24/2025 Renewal Date* 03/24/2025 Committed Delivery Date Expiration Date Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 04/25/2024 Approval Process Department Head BRIAN HAYES DH Approved Date 04/25/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 04/29/2024 Finance Approver CONSENT Legal Counsel CONSENT Finance Approved Date Legal Counsel Approved Date 04/25/2024 04/25/2024 Tyler Ref # AG 042924 Originator CNAIBAUER Confrael- ibil--75(51 October 23, 2023 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: Toby Taylor Subject: Custodial Services — 810 9th Street Change Order 1 (2023-0874) ZTL Janitorial Services, LLC was awarded the contract for Custodial Services for the Downtown Buildings & Crime Lab. Additional space at 810 9. Street was opened requiring custodial services. A change order to the contract identifies the costs of these services to be $2,564.00 per month. The Facilities Department is recommending this change order be approved. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Cof1W-F 071-6....-e— 6d) /////,9_O Zoz3-og1H sei0025 CHANGE ORDER # 1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND ZTL JANITORIAL SERVICES, LLC Date: October 23, 2023 Original Agreement: Weld County document no. 2023-0874 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: $ 14,632.50 $ 0.00 $ 2,564.00 $ 17,196.50 Original Contract Amount (per month) Previously Approved Change order(s) Amount Current Change Order Amount (per month) New Contract Total (Per month) All other terms and conditions of the Original Agreement remain unchanged. Name: Luis Torres Title: Chief Sales Officer ATTEST: 4% `C1;41 Weld Co t Clerk to the Bo BY: Deputy Cler 1 o th Date 10/24/2023 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ke Freeman, Chair N' 0 L 2223 ge 1 of 1 ZTL PARTNERS Exhibit A 303.800.9857 ztlpartners.com 20390 E 40th Ave Denver Co 80249 1-800-303-6ZTL CUSTOMER: QUOTE NO. 302340 QUOTE ZTL USE ONLY PROJECT NUMBER PROJECT NAME 33 County of Weld 23-24 Janitorial ISSUED ON TOTAL 2023-10-18 $2,564.00 COUNTY OF WELD 1105 H STREET GREELEY CO 80632- ��II��LIII�I�����I��I���IIII���ILI����II������I��I���'�'���I��� CONTRACTOR: ZTL JANITORIAL SERVICES. LLC PO BOX 471930 AURORA CO 80047-1930 PO No Terms Valid Until Issued On Customer 2023-11-17 2023-10-18 COUNTY OF WELD 810 9th St Cleaning Description Cleaning services for 810 9th St. To include: vacuuming, bathroom cleaning and disinfection, glass cleaning, surface cleaning and disinfection, trash removal, and other cleaning services as defined by the County. Qty 1 $2,564.00 MO $2,564.00 Rate U/M Total NO ITEMS BELOW HERE t TO ACCEPT THIS QUOTE PLEASE SIGN BELOW. TOTAL $2,564.00 Per County of Weld: Page 1 of1 Contract Form Entity Information Entity Name * ZTL PARTNERS INC Entity ID* @00045308 ❑ New Entity? Contract Name * Contract ID CHANGE ORDER 810 9TH STREET (2023-0874) 7567 Contract Status CTB REVIEW Contract Lead * SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.0 s;Iredfern@weldgov.com Contract Description* CHANGE ORDER FOR ADDITIONAL CLEANING AT 810 9TH ST Contract Description 2 Parent Contract ID Requires Board Approval YES Department Project # Contract Type* Department Requested BOCC Agenda Due Date CHANGE ORDER BUILDINGS AND Date* 10/26/2023 GROUNDS 10/30/2023 Amount* $2,564.00 Department Email Will a work session with BOCC be required?* CM- NO Renewable * BuildingGrounds@weldgo YES Does Contract require Purchasing Dept. to be v.com included? Automatic Renewal Department Head Email YES CM-BuildingGrounds- Grant DeptHead@weldgov.com Bid/RFP #* B2300082 County Attorney IGA 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 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 04/01/2024 Renewal Date* 05/01/2024 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 CHERYL PATTELLI 10/27/2023 Approval Process Department Head Finance Approver Legal Counsel TOBY TAYLOR CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 10/24/2023 10/25/2023 10/26/2023 Final Approval BOCC Approved Tyler Ref* AG 110123 BOCC Signed Date Originator SGEESAMAN BOCC Agenda Date 11/01/2023 Cori+vac+lb4 ugtz SERVICE AGREEMENT BETWEEN WELD COUNTY & ZTL JANITORIAL SERVICES LLC CUSTODIAL SERVICES CHASE BUILDING THIS AGREEMENT is made and entered into this 10th day of April , 2023, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and ZTL Janitorial Services, 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. B2300082. 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 con wl+ (=So - (A /161/23 4//q/,,2,5 gliq 3G 0OZS written agreement of the Parties. 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 $14,632.50 per month 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). 2 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 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. 3 Types of Insurance. 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 4 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 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 5 Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Luis Torres Position: Chief Sales Officer Address: 20390 E. 40th Ave Address: Denver, CO. 80249 E-mail: luis@ztlpartners.com Phone: 303-800-9857 TO COUNTY: Name: Toby Taylor Position: Facilities Director Address: 1105 H Street Address: Greeley, CO. 80632 E-mail: ttaylor@weldgov.com Phone: 970-400-2021 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, 6 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 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. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not 7 terminate the subcontract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. 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. 30. 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. 8 CONTRACTOR: ZTL Janitorial Services, LLC BY,L.PaarkOck C3L eist. rV"-c3 Name: ANDREA GUTIERREZ Title: Managing Partner 04/10/2023 Date of Signature WELD COWY: ATTEST: .,l,J G. o%o. BOARD OF COUNTY COMMISSIONERS Weld Poyn Clerk to Board WELD COUNTY, COLORADO BY Deputy Clerk 9 -n\;49-3. Mike Freeman, Chair APR 1 9 223 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 Exhibit A DATE: FEBRUARY 23, 2023 BID NUMBER: B2300082 DESCRIPTION: CUSTODIAL SERVICES - DOWNTOWN DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: MARCH 7, 2023 BID OPENING DATE: MARCH 22, 2023 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: CUSTODIAL SERVICES — DOWNTOWN A mandatory pre -bid conference will be held on March 7, 2023 at 4:00 PM at the Weld County Facilities Building located at 1105 H 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: March 22, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on March 22, 2023 at 10:30 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 Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 384 271 952# 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. Email bids to bidsweldgov.com; 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. 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 o ne of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing o n behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone n ot otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County 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 other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to 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 #B2300082 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 n ot 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 n or 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 u nderstanding, 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 o r 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 u nder 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 #B2300082 Page 3 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 parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been u njustly 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 n ot enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 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 o r 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 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 #B2 300082 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 interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. BID REQUEST #B2 300082 Page 5 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 is 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, 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 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 to 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 #B2300082 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 #B2300082 Page 7 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: CUSTODIAL SERVICES - DOWNTOWN BUILDINGS Weld County is seeking bids to perform custodial services for its downtown buildings located in Greeley, CO. The buildings are expected to be cleaned per the frequencies and requirements detailed in this bid request unless otherwise noted. All work must be performed five nights per week during the following hours: Sunday: 3PM through Midnight, Monday through Thursday: 6PM through Midnight. The Crime Lab/Evidence Room must be cleaned during business hours when staff is present. This facility is cleaned three days per week. You will need to schedule cleaning with the Lab Director. Usually, they prefer Monday, Wednesday, and Friday at Noon. SPECIFICATIONS 1. Regular Services. The following is the Task Schedule for Regular Services: A. General, Private Offices, Lobbies and Lounges: Daily • Empty wastebaskets and replace liners as needed • Clean and disinfect tables • Dust all exposed filing cabinets, tables, bookcases, shelves, and cubicle tops • Clean and disinfect drinking fountains • Spot clean reception lobby glass, front doors, partition and interior door glass including cubicles, office doors, and hallways • Dust mop resilient/hard surface floors • Damp mop resilient/hard surface floors • Spot vacuum carpeted floors to remove all visible debris • Spot clean spills and stains on carpeted and resilient/hard surface floors • Remove bags of shredded paper left outside of the shredder machine Weekly • Damp clean chair and desk legs • Low dust all horizontal surfaces below 36" including sills, ledges, moldings, shelves, picture frames, ducts, radiators, etc. • High dust all horizontal surfaces above 72" including shelves, moldings. ledges, etc. • Dust venetian blinds • Remove dust and cobwebs from ceiling areas • Vacuum wall-to-wall — including underneath desks in cubicles and offices • Damp mop chair mats B. Restrooms, Locker rooms, Showers: Daily • Clean, disinfect, and polish all vitreous fixtures including toilet bowls, urinals, and sinks • Clean all glass and mirrors • Empty, clean, and disinfect all containers and disposals, insert liners as required • Spot clean all walls, doors, kick plates, light switches, stall divider walls, and partitions • Refill all dispensers to normal limits (no air fresheners) • Sweep, damp mop resilient/hard surface floors with disinfectant (HALT) BID REQUEST #B2 300082 Page 8 Weekly • Low dust all horizontal surfaces below 36" • High dust all horizontal surfaces above 72" • Flush floor drains C. Eating Areas (Lunchroom, cafeteria, dining room, kitchen, vending): Daily • Damp clean and disinfect tabletops, seats and back of chairs • Clean, polish and refill napkin holders • Empty all containers and disposals — spot clean exterior • Refill all dispensers to normal limits • Clean and disinfect drinking fountains • Spot clean doors, frames, light switches, kick and push plates, handles, walls and glass • Dust mop resilient/hard surface floors • Damp mop resilient/hard surface floors with disinfectant cleaner (HALT) • Vacuum entire carpeted areas • Spot clean spills and stains on carpeted and resilient/hard surface floors Weekly • Damp clean pedestals or legs • Low dust horizontal surfaces below 36" • High dust horizontal surfaces above 72" • Clean entire interior glass in partitions and doors D. Building Entrances (Up to 10 feet outside of entry doors): Daily • Sweep sidewalk • Vacuum walk -off mats • Clean entry door glass • Empty outside trash (some of these are beyond 10 feet) • Stairwells — dust all horizontal surfaces, spot clean walls, wipe down hand railings, sweep and mop stairs and landings E. Elevators: Daily • SweepNacuum • Spot clean doors and walls • Clean spots and spills from carpet/floors Weekly • Wipe down entire doors and walls (stainless steel clean as needed) F. Janitor Closets Daily • Keep clean and orderly • Completely turn off all faucets before leaving facility (y -connectors are NOT faucets) • Keep all products and equipment away from hot water heaters and fixed ladders G. Special Cleaning: • There are secured stairwells within the Plaza West building that require Weld County staff assistance for access. These areas need to be swept and dusted monthly. BID REQUEST #B2300082 Page 9 2. Other Considerations: A. Janitor closets are equipped with HALT disinfectant dispensers. Weld County will supply the HALT and this product must be used daily in the areas and on the floors where disinfectant is required. B. There is a shredding room located on the third floor of the Centennial building that houses a large shredding machine. This generates large bags of shredding that must be taken and thrown out with the regular trash. If there are three or more bags of shredding, take them downstairs to the parking garage, leave them next to the bike rack on the east side of the elevator entrance room and notify the Custodian Supervisor that they have been left there. 3. General Operating Instructions. The following is a listing of General Operating Instructions: A. Notify the Weld County Custodian Supervisor of any irregularities (e.g., defective plumbing, unlocked doors, lights left on, etc.) and/or hazards such as damaged floor mats, etc. B. At the end of shift, turn off all lights except those to be left on, close windows and lock all doors, set alarm. C. Contact Security each time you enter and exit all buildings after-hours. D. You are NOT required to service Bio-Hazard trash containers or recycling containers. E. You are NOT required to service office shredding machines, but if the shredding is left outside the shredder, you need to take it out with the rest of the trash. F. If boxes or other small items are marked "trash," you need to take it out with the rest of the trash. Large items marked "trash" such as chairs and boxes filled with heavy books should be left alone. G. If an individual office door is closed and locked, do not enter it; if it is closed but not locked, it must be entered and serviced. H. Perform monthly building walk-through reviews with Weld County Custodial Supervisor. I. 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. J. Contractor shall provide a list of contractor supervisor(s) and personnel who will be working in which facility. K. The Contractor shall establish and implement adequate methods of ensuring that all keys/access cards entrusted to the Contractor by the County are not lost or misplaced and are not used by unauthorized persons. No keys issued to the Contractor shall be duplicated. The Contractor shall report the occurrence of a lost key immediately to the Custodial Supervisor or Superintendent. Costs associated with key replacement and any need to re -key locks will be the sole responsibility of the Contractor. L. 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. M. 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 custodians 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. N. 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. O. 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. BID REQUEST #B2300082 Page 10 P. Contractor shall be allowed job -related use (e.g., calling Security for check in/out procedures) of County telephones at no cost to the Contractor. Q. Contractor may store supplies, materials, and equipment in storage areas within the County building facilities as designated by the Custodial Supervisor. Contractor agrees to keep his portion of this storage area in accordance with applicable fire and safety regulations. R. Contractor employees must wear appropriate clothing. S. 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 additional personnel hired during the course of this contract to the Facilities Director for review. Background checks must be updated annually. T. 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 — this could be an apron or t -shirt D. Safety Data Sheets (SDS) on all products used in buildings 6. Consumable items. A listing of current consumables is identified in the following table. You are required to maintain these items for each building that you service. This is to be done by completing an inventory of each item and submitting an order to a Weld County contact person weekly. The order will be delivered to a specific supply building. You are required to meet the truck to receive these weekly shipments and see to it that they are secured inside this building. You will supply all the other buildings from this supply building. Product Toilet tissue Jumbo Jr. 2 -ply Toilet tissue Universal 2 -ply Multi -Fold towels EnMotion Roll towels Cormatic Roll towels Hand Soap - GoJo Foam - 2 mil Sanitary Napkins (4" Tampons Wax Paper liners 24X33 trash liners I 30X37 trash liners 40X48 trash liners Urinal Screens HALT Disinfectant • BID REQUEST #B2 300082 Page 11 SQUARE FEET Building Court House r Centennial Plaza West West Annex Veteran's Services Marlboro Building 918 Crime Lab/Evidence Room Location 901 9th Ave., Greeley 915 10th St., Greeley 910 10th Ave., Greeley 901 10th Ave., Greeley Approximate Cleanable Sq. Ft 47,298 52,265 49,307 6,328 1008 9th St.. Greeley • 934 9th Ave., Greeley • PRICING . 918 10th St., Greeley • • 2329 115th Ave. , Greeley 1,862 15,142 9,750 19,996 • Provide total pricing for Custodial Services per month and labor estimates per day for Custodial Services for all the buildings identified in this bid: Building Court House Centennial Plaza West West Annex Veteran's Services Marlboro Building 918 Crime Lab/Evidence Room Location 901 9th Ave., Greeley 915 10th St. , Greeley Bid Price per Building 910 10th Ave., Greeley $ 901 10th Ave. , Greeley $ 1008 9th St. , Greeley $ 934 9th Ave., Greeley Estimate Labor Hours per Day r • 918 10th St., Greeley 2329 115th Ave., Greeley . TOTAL BID PRICE FOR ALL BUILDINGS PER MONTH Annual Escalation increase percent per year of additional yearly renewal CONTRACT TERM Initial contract term is May 1, 2023 through April 30, 2024. This bid is for a (1) year contract which can be renewed annually up to (3) three additional years at the County's discretion. BID REQUEST #B2300082 Page 12 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 10:00 AM on March 22, 2023: on or before the bid opening 1) Pages 8 thru 14 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 #B2300082 Page 13 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. #B2300082. 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 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** 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 Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller GS0223 BID REQUEST #B2300082 Page 14 Exhibit B SQUARE FEET Building Location Court House Aooroximate Cleanable Sri. Ft 901 9'h Ave., Greeley 47,298 Centennial 915 10' St., Greeley Plaza West 91010t. Ave., Greeley West Annex 901 10. Ave., Greeley Veteran's Services 1008 9th St, Greeley Marlboro Building 934 9. Ave., Greeley 918 918 10'h St., Greeley Crime Lab/Evidence Room 2329115th Ave., Greeley PRICING 52,265 49,307 6,328 1,862 15,142 9,750 19,996 Provide total pricing for Custodial Services per month and labor estimates per day for Custodial Services for all the buildings identified in this bid: Court House Plaza West West Annex Veteran's Services Marlboro Building 918 Crime Lab/Evidence Room Location 1901 9. Ave., Greeley 91510. St., Greeley 91O10 '" Ave., Greeley } 901 10'" Ave., Greeley 1008 9. St, Greeley 934 9. Ave., Greeley 918 10. St., Greeley 2329 115'" Ave., Greeley Bid Price der Building $ 3,762.41 $ 4,157.52 $ 3,922.22 1.204.50 $ 775.58 158.78 TOTAL BID PRICE FOR $ ALL BUILDINGS PER 14,632.51 MONTH Estimate Labor }lours oar Dan 13 15 114 Annual Escalation increase percent per year of additional yearly renewal 4 % CONTRACT TERM Initial contract term is May 1, 2023 through April 30, 2024. This bid is for a (1) year contract which can be renewed annually up to (3) three additional years at the County's discretion. BID REQUEST #82300082 Page 12 Pricing To be the most competitive responsive bidder ZTL has prepared the below pricing chart to help guide the County of Weld, Due to the outfall from the Covid-19 Pandemic ZTL has adjusted its operations to offset a price increase due to rising inflation. Through this successful offset, ZTL has managed to maintain its pre -pandemic pricing in an effort to ensure your monies are spent in an accountable and transparent way. The tables below were prepared in accordance with APPA standards, both for the cleaning operation (ZTL assumes APPA level 1 & 2 cleaning) and for the staffing. The pricing below takes into account labor costs, administrative and supervisory costs, materials and consumables equipment necessary to provide the service as mentioned within the RFP. DISCLAIMER, unless otherwise mentioned the below hours are "man hours" and not "work hours." The distinction between the two is that "man-hours" are the sum of all the hours worked between all custodial staff for the location listed, whereas "working hours" is just the amount of time that ZTL estimates will take to clean the facility per week. Custodial Pricing - Year 1/Base Year Code Lor+aticn Cast per Month Cost perYeer eF Court House 3,762.41 45,148.95 Centennial 4,157.52 49, 890.27 Plaza West 3,922.22 47,066.67 West Annex 503.37 6,040.48 Veteran's Services 148.12 1,777.40 Marlboro Building 1,204.50 14,454.00 918 775.58 9,307.00 Crime Lab/Evidence Room 158.78 1,905.31 Total $14,632.50 $175,590.06 Additional Pricing Avail. On ZCustodial.com Other Price Listed Cost + 6% Price Listed Cost + 10% Out -of -Scope Pricing Gam_ s Day Porter $23.00 /hr $27.50 /hr Night Porter $23.00 /hr $27.50 /hr Bio-Hazard Cleaning $100 minimum $27.50 / hr $130 minimum $28.00 / hr Bio-Hazard Base Fee $35.00 / round trip "$35.00 non-refundable cancellation fee $40.00 / round trip "$40.00 non-refundable cancellation fee Emergency Services $35.00 / round trip $40.00 / round trip Carpet Shampooing & Extraction $0.24 $0.30 Floor Waxing & Stripping $0.24 $0.30 Vacuuming $0.08 $0.10 Crew Dispatch $35.00 / round trip $40.00 / round trip 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. 582300082. 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 ZTL Janitorial Services, LLC BUSINESS ADDRESS 20390 E 40th Ave CITY, STATE; 7IP CODE Denver, Co 80249 TELEPHONE NO 303. 57 FAX TAX ID 8 88-3438258 PRINTED NAM ND / .Luis Ton* '.s, Chief Sales Officer SIGNATURE E-MAIL LUIS@ZTLPARTNERS.COM DATE 03/10/2023 "ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS 098-03551-0000. 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 Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller GS0223 BID REQUEST #82300082 Page 14 Form (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. a gZIndividual/sole O y w ao Z. I.'. = cn '� cn 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. ZTL JANITORIAL SERVICES, LLC 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check following seven boxes. proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership single -member LLC ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) Note: Check the appropriate box in the line above for the tax classification of the single -member owner. LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single is disregarded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other (see instructions) ► only one of the ElTrust/estate P. 4 Exemptions certain entities, instructions Exempt payee Exemption code if an ( Applies to accounts (codes apply only to not individuals; see on page 3): code (if any) from FATCA reporting y) Do not check of the LLC is -member LLC that maintained outside the U.S.) 5 Address (number, street, and apt. or suite no.) See instructions. 20390 E 40TH AVE Requester's name and address (optional) 6 City, state, and ZIP code DENVER, CO 80249 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to cued Seoul security number backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. or Employer identification number 8 8 3 4 3 8 2 5 8 WM Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting fora number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of r!" Here U.S. person ► 1. General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W. requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Outer 10/01/2022 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) AL CERTIFICATE OF LIABILITY INSURANCE DATE (MMR)Dn,rn 04/10/2023 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(les) 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 en endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Next First Insurance Agency, Inc. PO Box 60787 Palo Alto, CA 44306 INSURED ZTL Janitorial Services, LLC 20390 E 40th Ave Denver, Co 80249 COVERAGES CONTACT NAME: PHONE (855)222-5919 (AfC, No. Extl: su ort ADDDREDRE SS: PP @nex[Insurance.com _..__ INSURER(S) AFFORDING COVERAGE INSURER A : Next Insurance US Company INSURER FAx (A(C, Not NAIL 0 85 INSURER C 1NSURER0 : INSURER E INSURER F _- -. _ .._.-.__.., _ - .__ _.._ KGVISILIN NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN AbDLiS I LTR I TYPE OF INSURANCE INSD I unro POLICY NUMBER - tMM(DD/YimFY1 fMM RCD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY ( CLAIMS -MADE X OCCUR ' •' -'- - -- - - -- - - - - A X X NXTIKYD37K-00-GL EACH OCCURRENCE 51,000,000.00 •HrED - PREMISES SES EaEoccurrence) 3100,000.00 ,. MED EXP (My one person) , $15,000.00 06/29/2022 06/29/2023 PERSONAL a ADV INJURY $1,000,000.00 GEN'L AGGREGATE LIMIT APPLIES PER; .--.X .: .. . pp.. POLICY _ JECT r�, LOC '' OTHER: GENERAL AGGREGATE $ 2,000,000.00 ..- ; PRODUCTS - COMP/OP AGO , S2,000,000.00 -_. $ i AUTOMOBILE LIABILITY I ANY AUTO A . OWNED ,•SCHEDULED ,._; AUTOS ONLY _ AUTOS X NXT47DCW49-00-CA ' HIRED ; NON -OWNED , AUTOS ONLY ' AUTOS ONLY : COMBINED SINGLE LIMrr $ 1,000,000.00 fEaacddent) BODILY INJURY (Per person) $ ----------------_.. .._—_ 06/29/2022 06/29/2023 , BODILY INJURY (Per =kiwi); $ PROPERTY DAMAGE UMBRELLA LIAR OCCUR EXCESS UAB CLAIMS -MADE _.. ... I -------- - -- -- -- --• I DED RETENTIONS i EACH OCCURRENCE : $ - - AGGREGATE WORKERS COMPENSATION AND EMPLOYERS' LIABILITY �, / N i ANYPROPRIETOR/PARTNER/EXECUTIVE iOFFICER/MEMBEREXCLUOED? ❑ N/A IMandetoey in NH) If Sc IPTI be under DESCRIPTION OF OPERATIONS below PER 0TH- STATUTE ; ER E.L. EACH ACCIDENT S E.L. --------_-----.-__._._-....__—.-... E.L. DISEASE_EA EMPLOYEE: S__ ' E.L. DISEASE - POLICY LIMIT i $ A Contractors Errors and Omissions X ,NXTJKYD37K-00-GL 'Each Occurrence: :325,000.00 0629/2022 06/29/2023 Aggregate: 850,000.0(1 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (AGGRO 101, Additional Remarks Schedule, may be attached If more apace ee Is required) Witten alggflreemeHntdwith the eynsuf red CommCertificate erclaf l Au[ Wleiver an.non-contributory 5uhrogaUonlapplies in Fahvo �of Ceretificalte Moiderit(requ,red by and n aggtrreement wtyith the inurequired General Liability Waiver orsubrogation applies In Favor or th(s givncra Holder. This Certificate Holder is an Additional Insured on the General Ua-bility poiow with respect to ongoing operations. This Certificate Holder is an Additional Insured on the General Liability policy with respect to completed operations. This Certificate Holder is an Additional Insured on the General Liability policy on a primary and non-contributorybasis. All Certificate Holder privileges apply only If required by written agreement between the Certificate Holder and the insw-ed, and are subject to policy terms and conditions. CFRTIFir_ATP Will nos Weld County 1150O ST. Greeley, CO 80631 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 ACORD 25 (2016/03) 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD® CERTIFICATE OF PROPERTY INSURANCE DATE tMMIDDmrr) 04(10/2023 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. rRooucenN� First Insurdncc Agency, Inc. PO BOx 60787 NO_NEACT AM Pafo Alto, CA 94306 i/H yQ E,yy (8551222-5919 matt supportenextinsurance,com _ rArc N1:__ -- _ PRODUCER CUSTOMESJ0 INSURER(S) AFFORDING COVERAGE NAIL It INatntEO INSURER A : 5tate National Insurance Company, Inc. 12831 INSURER B :_ ZTL Janitorial Services, LLC 20390 E 40th Ave Denver, Co 80249 INSURER C : INSURER D — - - , INSURER E : INSURER F • -. LOCATION OF PREMISES /DESCRIPTION OF PROPERTY (Attach ACORD 101, Additional Remarks Schedule, If more space Isrequired) THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. MSR TYPE OF INSURANCE POLICY NUMBER POLCY MOIY EFFECTIVE POIJCY MIDOIYTION COVERED PROPERTY LIMITS LTR DATE (MMIDDIYYYY) ' GATE (MNUDDfNYYY) ; PROPERTY . BUILDING 5 CAUSES OF LOSS DEDUCTIBLES PERSONAL PROPERTY s BUILDING -- BASIC BUSINESS INCOME S BROAD �-..._ ._..._ ...-- ._. - . CONTENTS EXTRA EXPENSE S I SPECIAL RENTAL VALUE S EARTHQUAKE,,, BLANKET BUILDING • s - _- WOJD @LANKET PERS PROP g PLC= BLANKET BLDG b PP 5 S S X INLAND MARINE i TYPE OF POLICY 1 X EQUIPMENT $ 3,000.00 CAUSES OF LOSS !Contractors Equipment x MISC TOOLS $ 600.00 A 06/29/2022 06/29/2023 I NAMED PERILS ' POLICY NUMBER X BORROWEDTOOLS 53,000.00 X OPEN PERILS NXTJDYWPDF00-IM ' I cram TYPE OF POL.,' $ BOILERS MACHINERY / 5 — EQUIPMENT BREAKDOWN S • S S — SPECIAL CONDITK)NS I OTHER COVERAGES (AGGRO 101, Additional Remarks Schedule, may be attached If more space Is required) CANCELLATION Weld County 1150O ST. Greeley, CO 80631 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 01995-2015 ACORD CORPORATION. All rights reserved. ACORD 24 (2016/03) The ACORD name and logo are registered marks of ACORD ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE tMMlDD/YYYY) 04/10/2023 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 Pinnacol Assurance 7501 E. Lowry Blvd. Denver, CO 80230-7006 CONTACT NAME: PHONE FAX arm. Ertl: (A/C, No): ADDRE SS: INSURER(S) AFFORDING COVERAGE NAIL # INSURER A : Pinnacol Assurance 41190 INSURED ZTL Janitorial Services, LLC 20390 E 40th Ave Denver, CO 80249-8120 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NM LTR TYPE OF INSURANCE ADDL SUER INSO WVO POLICY NUMBER POLICY EFF (MMIDD/YYYYI POLICY EXP (MMIDDM(W) LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE E OCCUR EACH OCCURRENCE $ DAMAGE TO PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL 8 ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG $ $ $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY �,� 78-i.- H LOC OTHER: $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTYDAMAGE (Per accident) $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION $ WORF�RS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y!N A FFICER/MEMBEREXCLUDED? � (Mandatory in NH) If yes, describe under DESCRIPTION 'COOPERATIONS below NIA 4238633 07/30/2022 08/01/2023 X I STATUTE I I ERH 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, maybe attached if more space is required) Unless otherwise stated in the policy provisions, coverage in Colorado only. Janitorial Services. CERTIFICATE HOLDER CANCELLATION 2299114 Weld County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1150 O ST. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Greeley, CO 80631 luis@ztlpartners.com ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE GIA Risk Management, LLC I ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORDs provided by Forms Boss. www.FormsBoss.com, (c) Impressive Publishing 800-208-1977 Contract Form New Contract Request Entity Information Entity Name'' ZTL PARTNERS INC Entity ID' `00045.308 New Entity? Contract Name* Contract ID DOWNTOWN BUILDINGS & CRIME LAB CUSTODIAL SERVICES 6822 Contract Status CTB REVIEW Contract Description* DOWNTOWN BUILDINGS & CRIME LAB CUSTODIAL SERVICES Contract Description 2 Contract Type* CONTRACT Amount* $14,632.50 Renewable* YES Automatic Renewal Grant IGA Contract Lead* SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.us,I redfern@weldgov.com Parent Contract ID Requires Board Approval YES Department Project # Department Requested BDCC Agenda Due Date BUILDINGS AND GROUNDS Date' 04/20/2023 04/24/2023 Department Email CM- BuildingGrounds@weldgov.c om Department Head Email CM-BuildingGrounds- DeptHeadweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTOR N EY@WELDG OV.COM Will a work session with BOCC be required?' NO Does Contract require Purchasing Dept to be included? YES Bid / RFP #' 82300082 If this is a renewal enter previous Contract ID If this is part of a NSA 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 Review Date. 04/01/2024 Renewal Date 05/01/2024 Termination Notice Period Contact Information Contact Info Contact Name Purchasing Committed Delivery Date Expiration Date Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 04/14/2023 Approval Process Department Head TOBY TAYLOR DH Approved Date 04/12/2023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 04/19/2023 Originator SGEESAMAN Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 04/13/2023 04/13/2023 Tyler Ref t AG 041923 March 29, 2023 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: Toby Taylor Subject: Custodial Services — Downtown Buildings; B2300082 As advertised this bid is for custodial services for the buildings located in downtown Greeley and the Crime Lab. The downtown buildings include the Courthouse, Centennial Center, Plaza West, West Annex, 1008, Marlborough Building, and 918. The low bid is ZTL Janitorial Services LLC and meets specifications. Therefore, the Facilities Department is recommending the award to ZTL Janitorial Services LLC in the amount of $14,632.50 per month. In addition, this bid may be renewed annually for up to three additional terms. The escalation rate for each subsequent term has been identified as 4%. If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director 04/10 2oz3 0z14 K.10025 DATE OF BID: MARCH 22, 2023 REQUEST FOR: CUSTODIAL SERVICES - DOWNTOWN DEPARTMENT: FACILITIES BID NO: B2300082 PRESENT DATE: MARCH 27, 2023 APPROVAL DATE: APRIL 10, 2023 VENDOR ZTL JANITORIAL SERVICES, LLC 20390 E. 40TH AVENUE DENVER, CO 80249 OBAND'S JANITORIAL COMPANY 2881 S. SALIDA COURT AURORA, CO 80013 VERDE FACILITIES SERVICES LLC 2323 W. MESCAL STREET, #205 PHOENIX, AZ 85029 PBC COMMERCIAL CLEANING DBA CCS FACILITY SERVICES 1485 S. LIPAN COURT ENGLEWOOD, CO 80223 WELD COUNTY PURCHASING 1150 O Street, Room #147, Greeley, CO 80631 reverett6,,weldgov.com cgeisertI weldgov.com cmnetersCatweldgov.com Phone: (970) 400-4222, 4223 or 4216 Fax: (970) 400-4024 TOTAL MONTHLY CUSTODIAL SERVICES $14,632.51 $16,200.00 $16,534.89 $17,273.00 ANNUAL ESCALATION PERCENTAGE 4% 4% 3% 4% 2023-0874 05/Z:1 &C 0O ZS PAGE 2 DATE OF BID: MARCH 22, 2023 REQUEST FOR: CUSTODIAL SERVICES - DOWNTOWN DEPARTMENT: FACILITIES BID NO: B2300082 VENDOR MCS, INC DBA MAINTENANCE RESOURCES 702 W. 48TH AVENUE, UNIT H DENVER, CO 80216 COMMAND SERVICE SYSTEMS, INC. 96 INVERNESS DRIVE EAST, SUITE D ENGLEWOOD, CO 80112 WHAYNE AND SONS ENTERPRISES DBA WHAYNE ENTERPRISES 10515 E. 40TH AVENUE, SUITE 103 DENVER, CO 80239 B&S CLEANING, LLC 2030 35TH AVENUE, SUITE A-1 GREELEY, CO 80634 AGTAC SERVICES LLC DBA ATS FACILITY SERVICES 8200 CODY DRIVE, SUITE F LINCOLN, NE 68512 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. TOTAL MONTHLY CUSTODIAL SERVICES $19,827.00 $20,625.05 $21,112.00 $28,813.00 $30,570.01 ANNUAL ESCALATION PERCENTAGE 2% NO MORE THAN 2% 4% 3% 2%
Hello