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
20230510.tiff
Cor*vad-191cZ25 March 12, 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 — North Business Park (2023-0510) In 2023, Obands Janitorial Company was awarded the Custodial Services contract for the North Business Park. The bid permitted the option for annual renewal for the period of April 1, 2025, through March 31, 2026. Facilities Department is recommending approval of this annual renewal. Sincerely, Patrick O'Neill Director unS-01+ npno((x. 3A9/25 cconba(8c,) PuvckxiS2.n9 3A q /25 2023-0510 ea 0025 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF FACILITIES AND OBANDS JANITORIAL COMPANY This Agreement Extension/Renewal ("Renewal"), made and entered into (Cl day ofAjj 2025, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Facilities, hereinafter referred to as the "Department", and Obands Janitorial Company, 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. 2023-0510, approved on March 13, 2025. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on March 31, 2025. • The parties agree to extend the Original Agreement for an additional 1 (one) year_period, which will begin April 1, 2025, and will end on March 31, 2026. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. Custodial Services for the North Business park from April 1, 2025 through March 31, 2026 shall be $21,560.00 per month. • 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: Eddy Obando Printed Nam Signatur BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Perry L. B , k, Chair MAR 1 9 2025 ATTEST: Wahl Jelf0,&k. Weld ounty lerk to the Board BY: I/ M Deputy Clerk to the Board ZO3-051,0 AC RO D® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 1/23/2025 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 First Choice Insurance 16847 E. Iliff Ave Aurora CO 80013 CONTACT Karla Mina NAME: PHONE 720 925-5787 � L(EAIC No. Ext): ( ) (A/C, No): ADDRESS: firstchoiceinsmc@gmail.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A : UNITED STATES LIABILITY INS CO 25895 INSURED °band's Janitorial Company LLC 286] S Salida Ct Aurora CO 80013 INSURER B: INSURER C : INSURER D : INSURER E : INSURER F : VERAGE CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE NSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE AUULOUt3K Rise WVD POLICY NUMBER (MM/DD/Y; (MOW; AVM; (MM/DDIYYY`() LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE El OCCUR Y Y GL 1058788D 06/30/2024 06/30/2025 EACH OCCURRENCE $ 1,000,000 PREMISES (Eatacc pence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL 8 Act,/ INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: XPOLICYJECT O D LOC P;::G0 $ 2,000,000 AUTOMOBILELIABLITY ANY AUTO - OWNED AUTOS ONLY - HIRED AUTOS ONLY - SCHEDULED AUTOS - NON -OWNED AUTOS ONLY accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPER tY DAMA6e (Per acc dent) $ $ UMBRELLA LIAR EXCESS UAB UR _ OCC CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROP rtlial /anIER/EXECUTIVE ❑ (Mandy R/MEMBER IXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A I STATUTE I la "- E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers to be named as an additional named insured. IFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County ACCORDANCE WITH THE POLICY PROVISIONS. 1150 H St. AUTHORIZED REPRESENTATIVE Greeley, CO 80631 KA RLA MINA I Greeley CO 80631 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACOREP CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 03/13/2025 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 Statefami Jesus Cruz 100 Knox Ct Unit B � Denver CO 802191401 CONTACT Jesus Cruz NAME: (72.70. Eat): 303-934-9432 I 171(C. Not: E-MAREILSS: jesus.cruz-navarro.yf4z@stabefarm.com ADDstabefarm.com INSURER(S) AFFORDING COVERAGE NAIL 0 INSURER A: State Farm Mutual Automobile Insurance Company 25178 INSURED Obando, Eddy 2861 S SALIDA CT AURORA CO 800132178 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. INSR LTR TYPE OF INSURANCE ADD SUB /AZ YYVD POLICY NUMBER POLICY EFF (MM/DD/YYY1� POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY C.MS-MADE D OCCUR EACH OCCURRENCE $ DAMAGETO RENTED PREMISES (Ea occurrence) $ MED OW (Any one person) $ PERSONAL 8 ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY EI 72i. LOC OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ A AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED _ AUTOS ONLY X/ SCHEDULED /� AUTOS NON -OWNED AUTOS ONLY N N 607 2053-820-06 02/20/2025 08/20/2025 Ee COMMINED SINGLE LIMIT $ BODILY INJURY (Per person) $ 100,000 BODILY INJURY (Per accident) $ 300,000 PROPERTY DAMAGE (Peraccident) $ 100,000 UMBRELLA LIAB EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLDY I UABI R`I' ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, tlescribe under DESCRIPTION OF OPERATIONS below N / A PER OTH- STATUTE I I ER $ E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Vehicle Description 2003 CHEVROLET ASTRO VAN VIN 1GCDM19XX3B128816 Medical Payments C $5,000.00 Emergency Road Service H Uninsured Motor Vehicle - Property Damage U1 $250.00 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County ACCORDANCE WITH THE POLICY PROVISIONS. 1105 HST AUTHORIZED REPRESENTATIVE Greeley CO 80631 This form was system -generated on 03/13/2025 . I ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1001496 2005 155279 205 01-19-2023 ACOREP CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 03/13/2025 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 StateFarm Jesus Cruz A. 100 Knox Ct Unit B Denver CO 802191401 CON NAME: Jesus Cruz (aTAt oCT ",): 303-934-9432 I (. No): nooRess: jesus.cruz-navarro.yf4z@statefarm.com INSURER(S) AFFORDING COVERAGE NAIL X INSURER A: State Farm Mutual Automobile Insurance Company 25178 INSURED Obando, Eddy 2861 S SALIDA CT AURORA CO 800132178 INSURER B: INSURER C : INSURER D : INSURER E : INSURER F : OVERAGES 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. INSR LTR TYPE OF INSURANCE % I POUCY NUMBER MM (DDY/44) (MM DDYIY A) UMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE D OCCUR EACH OCCURRENCE $ PREM SES Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEM. AGGREGATE LIMIT APPLIES PER: POLICY II 72,-- LOC OTHER: PRODUCTS - COMP/OP AGG $ A AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY AUTOS ON, SCHEDULED X AUTOS AUOTOS ONLDY N N 607 2049-B20-06 02/20/2025 08/20/2025 COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ 100,000 BODILY INJURY (Per accident) $ 300,000 PeCr)accidenU 00000 $ 100,000 UMBRELLA LIAR EXCESS UAB _ OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED', � (Mandatory In NH) f yes, describe under DESCRIPTION OF OPERATIONS Wow N / A I STATUTE I I ERH $ E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Vehicle Description 2013 FORD F150 PICKUP VIN 1FTFW1ET5DFB37374 Comprehensive with Full Glass D-WG Deductible $500.00 Collision Coverage G Deductible $500.00 Emergency Road Service H CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County ACCORDANCE WITH THE POLICY PROVISIONS. 1105 H ST AUTHORIZED REPRESENTATIVE Greeley CO 80631 This form was system -generated on 03/13/2025 , I ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1001486 2005 155279 205 01-19-2023 PINN/1 COL ASSURANCE 7501 E. Lowry Blvd. Denver, CO 80230-7006 303.361.4000 / 800.873.7242 Pinnacol.com NCCI #: WC000313 Policy #: 4076604 Oband's Janatorial Company LLC 2861 S Salida Ct Aurora, CO 80013 ENDORSEMENT: Waiver Of Subrogation 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 1105 H Street PO Box 758 Greeley, CO 80632 Effective Date: January 16, 2025 Pinnacol Assurance has issued this endorsement January 16, 2025 7501 E. Lowry Blvd Denver, CO 80230-7006 Page 1 of 3 P GOGGINK - CSR Support 01/16/2025 08:39:48 4076604 84628190 UW137 ACO DR CERTIFICATE OF LIABILITY INSURANCE DATE {MMlDD/YYW) 01/16/2025 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 FAX C. Nn, EM): tAiC, No): E ADDRESS: INSURERIS) AFFORDING COVERAGE NAIL # INSURER A: Pinnacol Assurance 41190 INSURED Oband's Janatorial Company LLC 2861 S Salida Ct Aurora, CO 80013 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. NOTWbITHSTANDING 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. ' TVTYPE OF INSURANCE LTR ADDL SUER INSD WVD POLICY NUMBER POLICY EFF (MM/DDiYYYY1 POLICY EXP (MM/DD/YYYYi LIMBS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ I CLAIMS -MADE EiOCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY I I GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ I POLICY ❑ PE 7 LOC PRODUCTS - COMP/OP AGG OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ '. ANY AUTO BODILY INJURY (Per person) $ II- OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS ONLY _ NON -OWNED AUTOS ONLY PROPERTY DAMAGE (Per accident) $ I $ UMBRELLA LIAR OCCUR EACH OCCURRENCE $ ^- EXCESS LIAR CLAIMS -MADE AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY )( STATUTE I ER"- A iN FCERlMEMBEREXCLUDED ECUTIVE Y❑ NIA 4076604 01/01/2025 01/01/2026 E.L. EACH ACCIDENT $ 100,000 OF (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 2455318 Weld County, Colorado SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1105 H Street PO Box 758 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Greeley, CO 80632 cnaibauer@weldgov.com AUTHORIZED REPRESENTATIVE Pinnacol Assurance 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 CERTIFICATE HOLDER COPY Weld County, Colorado 1105 H Street PO Box 758 Greeley, CO 80632 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) t .ctF Entity Information Entity Name* OBAND'S JANITORIAL COMPANY Contract Name* Entity ID* @00031031 O New Entity? Contract ID Parent Contract ID CUSTODIAL SERVICES FOR TEH NORTH BUSINESS PARK 9225 Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Contract Description * CONTRACT RENEWAL FOR THE NORTH BUSINESS PARK CUSTODIAL SERVICES Contract Description 2 Contract Type* RENEWAL Amount* $258,720.00 Renewable* YES Automatic Renewal Grant IGA Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 03/15/2025 GROUNDS 03/19/2025 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* 01/16/2006 Renewal Date* 04/01/2026 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 03/14/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/19/2025 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 03/14/2025 03/14/2025 Tyler Ref* AG 031925 Originator CNAIBAUER Corr\-vact I t°3 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS AROUND TITLE: Facilities Building custodial Services. DEPARTMENT: Facilities PERSON REQUESTING: Patrick O'Neill DATE: November 7, 2024 Brief description of the problem/issue: The facilities building has recently completed an addition and some interior renovation work. This has expanded the area that needs custodial services. This change order is for the additional services required by the additional renovated area. 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): $500.00 per month Recommendation: Facilities recommends placing this change order on an upcoming BOCC agenda for approval. Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine consekr� 1� i�Zcal24 Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: YrJ 10119ase CBC- I) plum 023'050 gel 0625 November 6, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Patrick O'Neill Subject: Custodial Services — North Business Park (2023-0510) Oband's Janitorial Company was awarded the contract for Custodial Services for the North Business Park which includes the Facilities building. The new Facilities addition was completed and requires custodial services. A change order to the contract identifies the costs of these additional services to be $500.00 per month. The Facilities Department is recommending this change order be approved. If you have any questions, please contact meat extension 2023. Sincerely, Patrick O'Neill Director Change Order #1 to Service Agreement Between Weld County and Oband's Janitorial Company Date: November 7, 2024 Original Agreement: 2023-0510 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: $ 21,560.000 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 500.00 Current Change Order Amount $ 22,060.00 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: Oband's Janito 'al Company By: Name; Title: President .�1 Jell; ATTEST: �� '' Weld County Clerk to the Board BY: �cak Deputy Clerk to the Bo1 Date / ik77/ BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO D. Ross, Chair N0V 2 0 2024 Page 1 of 1 2073-6510 ocittaz. •,024 °BAND'S••4•. JANITORIAL c SUPPLIES/SERVICES & PRICE COST Furnish all labor, materials, equipment, transportation, insurance, notifications, fees and supervision necessary for Janitorial Services for Addition Facilities Building Greeley, Co. in accordance with the specifications, drawings, contract clauses, and wage rates. ITEM NO. DESCRIPTION 0001 Janitorial Services 0002 Extra cleaning services QUANTITY MONTHLY Five days per week Total Cost $500.00 Monthly Vendor : Oband's Janitorial Company Address : 2861 S. Salida Ct. Aurora, Co. 80013 Contact : Dorian Obando Phone : 720-317-9235 Phone : 720-402-0476 Contract Form Entity Information Entity Name * OBAND'S JANITORIAL COMPANY Entity ID* @00031031 Contract Name* Contract ID FACILITIES BUILDING CUSTODIAL SERVICES CHANGE 8863 ORDER Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov New Entity? Parent Contract ID Requires Board Approval YES Department Project # Contract Description* PROVIDE ADDITIONAL CUSTODIAL SERVICES FOR THE AREA ADDED DURING THE FACILITIES BUILDING ADDITION. Contract Description 2 Contract Type * Department Requested BOCC Agenda Due Date CHANGE ORDER BUILDINGS AND Date* 1 1 /16/2024 GROUNDS 11/20/2024 Amount* $500.00 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go YES Does Contract require Purchasing Dept. to be Automatic Renewal Grant IGA Department Head Email CM -Build ingGrounds- 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 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 * 11/25/2024 Renewal Date * 11/25/2024 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 11/15/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 11/20/2024 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 11/15/2024 11/15/2024 Tyler Ref # AG 112024 Originator CNAIBAUER Conk et I Di+ 19 43 March 12, 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 — North Business Park (2023-0510) In 2023, Obands Janitorial Company was awarded the Custodial Services contract for the North Business Park. The bid permitted the option for annual renewal for the period of April 1, 2024, through March 31, 2025. Facilities Department is recommending approval of this annual renewal. Sincerely, Chris Coulter Director cones+ HicpciA-- 3/15/2e4 cc, ,f0 6;1.6,--€� c� 3/a/aZOZ3-OSlO BE -10025 AMENDMENT #1 TO AGREEMENT BETWEEN WELD COUNTY AND OBANDS JANITORIAL COMPANY NORTH BUSINESS PARK CUSTODIAL SERVICES This Amendment is made and entered into this �ay of i 0.vc.h , 2024, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as the "Department", and Obands Janitorial Company, 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. -2023-0510, approved on March 13, 2023. 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 March 31, 2024. The term is hereby extended for one year commencing on April 1, 2024, and ending on March 31, 2025. 2. The price of the monthly service shall remain the same, $21,560.00. 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. CONTRACTOR: By: Nam Title: Eddy Obando President ATTEST: Weld BY: Wdz-4.A) JeL,:„k. Deputy CI rd Date March 18, 2024 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO L Buck, Chair Pro-TellAR 2 2024 Page 1 of 1 ACO DR CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDYYY) 38/2024/Y 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 First Choice Insurance 16847 E. Iliff Ave Aurora CO 80013 CON�ACf Karla Mina NAME: (aCN o, E:t): (720) 925-5787 (Fa I (A/C, No): E-MAIL ADDRESS: firstchoiceinsrnc@gmail.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A : UNITED STATES LIABILITY INS CO 25895 INSURED 0band'S Janitorial Company Llc 2861 S Salida Ct Aurora CO 80013 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 NSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE AUULJUHN INSD WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MMIDDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY ICLAIMS -MADE OCCUR GL 1058788C 06/30/2023 06/30/2024 EACH OCCURRENCE $ 1,000,000 PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERsoNAL a ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY Ell,Tra LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY _ ANY AUTO OWNED AUTOS ONLY - HIRED AUTOS ONLY - SCHEDULED AUTOS - NON -OWNED _ AUTOS ONLY COMBINtD SINGL' LIMI I (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIET EVEZTNER/EXECUTIVE OFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N I A I STATUTE I I ERfH- E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 707, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County Co ACCORDANCE WITH THE POLICY PROVISIONS. 1150 "O" St AUTHORIZED REPRESENTATIVE KI4W M; I Greeley CO 80631 ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORN® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 03/08/2024 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 POUCIES 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 I FAX co, E,t): ra, No): ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL II INSURERA: Pinnacol Assurance 41190 INSURED Oband's Janatorial Company LLC 2861 S Salida Ct Aurora, CO 80013 INSURER B INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT TEE 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 T.IN TYPE OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER POLICY EFF (MM/OD/YYYY) POLICY FJ(P (MM/DD/YYW) LIMITS COMMERCIAL GENERAL LABILITY CLAIMS -MADE OCCUR EACH CCCURRENCE $ DAMAG= TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEM_ AGGREGATE LIMIT APPLES PER: POLICY a PE 6 Li LOC OTHER: GENERAL AGGREGATE PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCEDULED AU NOSE -OWNED -.. AUKS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) PROPERTY DAMAGE ,Per accident) $ UMBRELLA LIAR EXCESS LIAR OCCUR Ot.AIMS-MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/F�CECi/TIVE Y/N OFrcRERMIEMBER INuEDED? El (Mandatory in NH) ff yes, describe under DESCRIPTION OF OPERATIONS telow N / A 4076604 01/01/2024 01/01/2025 X sAATUTE I I. ER E.L. EACH ACCIDENT - --- -- $100,000 E.L. DISEASE - FA EMPLOYEE $ 100,000 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 provis ons, coverage in Colorado only. CERTIFICATE HOLDER CANCELLATION 2394538 Weld County, CO. SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE 1150 O St THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Greeley, CO 80631-9596 srogers@weldgov.com ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Pinnacol Assurance 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 CERTIFICATE HOLDER COPY Weld County, CO. 1150 O St Greeley, CO 80631-9596 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) Contract Form Entity Information Entity Name* OBAND'S JANITORIAL COMPANY Entity ID* @00031031 Q New Entity? Contract Name* Contract ID WELD COUNTY NORTH BUSINESS PARK CUSTODIAL 7943 SERVICES RENEW Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Contract Description* RENEW CONTRACT FOR NORTH BUSINESS PARK CUSTODIAL SERVICES (2023-0510) Contract Description 2 Contract Type* RENEWAL Amount* $258,720.00 Renewable* YES Automatic Renewal Grant IGA Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 03/21/2024 GROUNDS 03/25/2024 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 RN EY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date * 02/10/2025 Renewal Date 04/01/2025 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 CURTIS NAIBAUER DH Approved Date 03/19/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/25/2024 Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 03/19/2024 03/20/2024 Tyler Ref # AG 032524 Originator CNAIBAUER Conkvac- ti (O1 Lp 1 SERVICE AGREEMENT BETWEEN WELD COUNTY AND OBANDS JANITORIAL COMPANY CUSTODIAL SERVICES -BUSINESS PARK THIS AGREEMENT is made and entered into this ZZ 4ay of Ma VC h , 204 by and between the Board of Weld County Commissioners, on behalf of Facilities Department, hereinafter referred to as "County," and Obands Janitorial Company, 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. B2300063. 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 Conwi- e,nck- 03/ZZ/Z3 4)1?)&) 3/aa/a3 2023-65( U B C cOZ5 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 procurereplacement 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 $21,560.01 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). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled 2 to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance. 3 Workers' Compensation / Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. b. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 12. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to 4 conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 13. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 14. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 15. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 16. Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Eddy Obando Position: President Address: 2861 S. Salida Ct. Address: Aurora, CO. 80013 E-mail: obandjanitorial2@gmail.com Phone: 720-317-9235 5 TO COUNTY: Name: Toby Taylor Position: Facilities Director Address: 1105 H Street Address: Greeley, CO. 80632 E-mail: ttaylor(a7,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 effector 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.RS. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 22. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this Agreement shall be construed 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. 6 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 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. 7 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. CONTRACTOR: Oband's Janitorial Company By:.�- Name:jEddy Obando Title( President 3/13/2023 Date of Signature WELD COLT�4 Y !' , � ATTEST: G �o; Weld C Clerk to the Bo BY: Deputy Clerk to e B ar 8 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO MAR 2 2 2323 02O02,5- o REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 Exhibit A DATE: January 23, 2023 BID NUMBER: B2300063 DESCRIPTION: CUSTODIAL SERVICES - BUSINESS PARK DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: FEBRUARY 6, 2023 BID OPENING DATE: FEBRUARY 16, 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 - BUSINESS PARK A mandatory pre -bid conference will be held on February 6, 2023 at 3:30 PM at the Weld 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: February 16, 2023 at 11:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on February 16, 2023 at 11:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 683 361 721# 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: 1. Emailed bids are required. Email bids to bids©weldgov.com; however, if your bid exceeds 25MB please upload your bid 70 https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. 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 one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signir g. 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 on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of th s 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 ccmpletely, 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 ir. the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice 4o Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No respcnsibility 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. § 30-11-11C (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 #B2300063 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 #B23000€3 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 c )ntinue 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 tie terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both part es. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been 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 ma it 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 o bligation) 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 am ssions of its agents, employees and subcontractors. 0. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship 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 specificat ons 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 #B2300063 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 — CRS §§24-15-201 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 ariy 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 ✓ 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 mount 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 #B2300063 Page 5 1 X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidcer 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 wri ;ing 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 team 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 the -eof, the issuing company shall send written notice to the Weld County Controller by certified mail, retu an receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or redaction 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 he-ein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance o= 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 addit onal 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 b1dcer 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 ar sing 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 su°vive expiration or termination hereof. It is agreed that the successful bidder will be responsible for prinary loss investigation, defense and judgment costs where this contract of indemnity applies. In cons duration of the award of this contract, the successful bidder agrees to waive all rights of subrogation agails! 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 #B2300063 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 LAND 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 #B2300063 Page 7 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: CUSTODIAL SERVICES BUSINESS PARK Weld County is seeking bids to perform custodial services for its buildings located in the WELD COUNTY BUSINESS PARK The buildings in th€ business park are expected to be cleaned per the frequencies and requirements detailed in this bid request unless otherwise noted. All work must be performed during the following hours: Sunday: 3PM through Midnight, Monday through Thursday: 6PM through Midnight. SPECIFICATIONS 1. Regular Service:. The following is the Task Schedule for Regular Services: A. General, Dr'vate Offices, Lobby, and Lounges: Daily • Empty wastebaskets and replace liners as needed • Clean and disinfect tables • Dust all exposed filing cabinets, bookcases, shelves, and cubicle tops • Clean and sanitize fountains • Spot clean reception lobby glass, front door, other partition, or door glass including cubicles, office doors and hallways • Dust mop resilient and hard surface floors • Damp mop resilient and hard surface floors • Spot vacuum carpeted floors removing all debris • Spot clean spills and stains on carpeted floors • Remove bags of shredded paper that have been removed from shredder Weekly • Dust 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 • Vacl um wall-to-wall • Stairwells — dust all horizontal surfaces, spot clean walls, sweep and mop stairs and landings • Damp mop chair mats B. Washrooms, Showers: Daily • Clear, disinfect and polish all vitreous fixtures including toilet bowls, urinals, hand basins • Clew) all glass and mirrors • Emp:y all containers and disposals, insert liners as required, spot clean and disinfect containers • Spot -clean all walls, doors, and partitions • Refil all dispensers to normal limits (Weld County is responsible for Air Fresheners) • Sweep, damp mop resilient/hard surface floors with disinfectant cleaner (Halt) BID REQUEST #B23')0063 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) Daly • Damp clean and disinfect table -tops, seats and back of chairs • Clean, polish and refill napkin holders • Empty a I 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 • Sweep, damp mop resilient/hard surface floors with disinfectant cleaner (Halt) • Vacuum entire carpeted areas 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) Dom, I • Sweep sidewalk • Vacuum walk -off mats • Clean entry door glass • Empty outside trash Weekly • Clean trash containers 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 Clinic Exam Rooms Daily • Disinfect all surfaces • Empty trash — do not touch Bio-Hazard Containers • Clean regular trash containers inside and out • Disinfect sinks and dispensers • Sweep and mop floors with disinfectant (Halt) • Refill all dispensers to normal limits BID REQUEST #B2300063 Page 9 Monthly • Disinfect walls and vents • Clean furniture • Dust blinds G. Janitor Closets Daily • Keeo clean and orderly • Completely turn off all faucets before leaving facility (y -connectors are NOT faucets) • Keeo all products and equipment away from hot water heaters and fixed ladders 2. Other Considerations: A. Janitor closets are equipped with HALT disinfectant dispensers. Weld County will supply the HALT aid this product must be used daily in the areas and floors where disinfectant is required. B. Communications (Dispatch) Center in Building 1551: • Cleaning staff is required to check in with the dispatch manager on duty prior to starting with cleaning duties, especially vacuuming, so as not to interfere with dispatch communication. Delayed cleaning may be required (after 9PM). C. Planning and Health Day Porter will need to check in with certain staff when arriving at Noon. D. Public Health Department is open until 7PM one day per week. E. Contractor staff must be accompanied by Weld County staff for access to the 35th Ave Tower. F. 1150 Administration building holds after hours training and meetings which may require delayed cleaning in certain rooms. G. Weld County Training Center: • Due to various training scheduling, there will be times that the cleaning staff will not have access to this building until after 10 PM. 3. General Operating Instructions. The following is a listing of General Operating Instructions: A. Notify building contact (Custodial Supervisor or Security) of any irregularities (e.g. defective plumbing, unlocked doors, lights left on, etc.). B. At the eid of shift, turn off all lights except those to be left on, close windows and lock all doors, set alarm. C. You are NOT required to service Bio-Hazard trash containers. D. Offices with locked doors must be left alone. Special arrangements for cleaning these offices will be made upon request. E. Bags of shredding next to a shred machine and empty boxes marked TRASH will need to be thrown out. F. Perform monthly building walk-through reviews with Weld County Custodial Supervisor. G. 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. BID REQUEST #82300063 Page 10 H Contractor shall provide a list of contractor supervisor(s) and personnel who will be working in which facility I 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 Costs associated with key replacement and any need to re -key locks will be the sole responsibility of the Contractor J 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 Facilities Director K 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 L 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 , M 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 N 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 O 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 P Contractor employees must wear appropriate clothing Q 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 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 R 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 5 Sub -contracting No portion of this proposal may be subcontracted without the prior written approval by the County BID REQUEST #B2300063 Page 11 6. Contractor Sutp led Items. The contractor will supply: A. All c eaning supplies and equipment. Weld County will supply HALT disinfectant. 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. 7. Consumable items. A list 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 sL brnitting an order to County Facilities weekly. The order will be delivered weekly to 1150 O Street. 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 building. • Product ..4 Toilet tissue Jumbo Jr. 2 -ply Toilet tissue Universal 2 -ply Multi -Fold towels EnMotion Roll towels Pacific Blue Roll towels Hand Soap — GoJo Foam — 2 mil Sanitary Napkins (4") Tampons Wax Paper liners 24X33 trash liners 30X37 trash liners 40X48 trash liners Urinal Screens SQUARE FEET Buildin • Location Carpet VCT Total Frequency Cleanable 1150 O Street 36,378 459 41,978 5 -Days 1150 Admin Health Department 1555 N. 17th Ave 32,000 6,000 50, 720 5 -Days Health Porter Departmert Day 1555 N. 17th Ave through Noon Monday to 2 Friday PM Law Admin 1950 O Street 17,000 1,000 22,000 5 -Days Dispatch/Medical/Records 1551 N. 17th Ave 10,000 1,500 16,000 5 -Days 1400 Treasurer/AsEessor 1400 N. 17th Ave 13,500 0 16,000 5 -Days 1401 IT 1401 N. 17th Ave 14,644 0 15,550 5 -Days 1402 Planning/O&G 1402 N. 17th Ave 13,382 0 16,000 5 -Days Public Works 1111 H Street 23,500 1,200 28,700 5 -Days Public Works Shop Area designated Sweep, mop, floor clean area tables, only. and dump trash in 5,500 2 -Days Public Works Soil Fooin Door nights to this for cleaning. room will be unlocked on Wednesday 1 -Day Facilities 1105 H Street 4,644 552 5,430 5 -Days Motor Pool 1399 N. 1791 Aver 650 500 1,900 5 -Days Coroner 1121 M Street 5,600 0 , 6,000 5 -Days Training Center 1104 H Street 2,000 693 4,788 5 -Days Print Shop 1500 2nd Street 1;800 400 2,400 5 -Days 8th Avenue Radio Shop 300 8th Ave 800 400 1,450 5 -Days 35th Avenue Tower 3105 35th Ave 1,500 400 2,200 5 -Days 1301 Building 1301 N. 17th Ave 7,850 700 8,750 5 -Days 1250 Clerk & Recorder 1250 N. 17th Ave 16,679 1,218 23,724 5 -Days BID REQUEST #B2300063 Page 12 PRICING Provide total pricing per month and labor estimates per day for Custodial Services for all the buildings identified in this bid Bi.zling Location Cleanable So Ft Bid Price per Estimated Labor Building per Month Hours per Day 1150 Administration 1150 "O" Street 41,978 $ Health Department 1555 N 17. Ave 50,720 $ Health Department Day Porter Noon to 2PM Daily $ Law Admin 1950 "O" Street 22,000 $ Dispatch/Medical 1551 N 17. Ave 16,000 $ 1400 Treasurer 1400 N 17. Ave 16,000 $ 1401 IT 1401 N 17. Ave 15,500 $ 1402 1402 N 17. Ave 16,000 $ Public Works 1111 "H" Street 28,700 $ Facilities 1105 "H" Street 5,430 $ Motor Pool 1399 N 17. Ave 1900 $ Coroner Building 1121 "M" Street 6,000 $ Training Center 1104 "H" Street 4,788 $ Print Shop 1500 2nd Street 2,400 $ Radio Shop 300 8. Ave 1,450 $ 35th Avenue Tower 3105 35. Ave 2,200 $ Oil & Gas 1301 N 17. Ave 8,750 $ Clerk & Recorder 1250 N 17v Ave 23,724 $ TOTAL BID PRICE FOR ALL BUILDINGS PER MONTH $ CONTRACT TERM Initial contract term is April 1, 2023, through March 31, 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 #62300063 Page 13 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 11:00 AM on February 16, 2023: on or before the bid opening 1) Pages 8 thru 15 of the Bid Specifications. 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 #B2300063 Page 14 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. #B2300063. 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 GS0123 BID REQUEST #B2300063 Page 15 Exhibit B OBAND'S • JANITORIAL CO. OBAND'S JANITORIAL COMPANY 2861 S. Salida Ct. Aurora, Co. 80013 720-317-9235 -720-402-0476 Email: ob.rtdianitorial2@xmail.com CUSTODIAL SERVICES/ WELD COUNTY NORTH BUSINESS PARK REQUEST PROPOSAL NO. B2300063 DUE DATE: FEBRUARY 16, 2023 OBAND'S JANITORIAL CO. Complete Janitorial Services/ building Maintenance Commercial, Residential, Construction Clean -Up Window Cleaning, Carpet Cleaning, Hallways Cleaning, Ground services, Strip & wax floor. 720-317-9235 720-402-0476 2861 S. Salida Ct. Aurora, Co. 80013 COMPANY NAME BY SIGNATURE TYPED/PRINTED NAME TITLE ADDRESS TELEPHONE FAX NUMBER NUMBER OF YEARS IN BUSINESS EMAIL ADDRESS servicesl ohondsjanitorial.com Web address OBAND'S JANITORIAL COMPA LLC STAFF RLSQURCES: Eddy Obando-President Dorian Obando Primary-POC Paula Mena- Project Manager Cris Rosario -Assistant project Richard Torrez- Manager's Assistant Delma Tarin-Supervisor Sonia Obando-Supervisor Lorena Ramirez -Supervisor Obando President 2861 S. Salida Ct. Aurora, c2. 80013 720-317-9235 720-402-0476 720-876-1180 Established: May 1996 obandjanitorial2@gmail.com www.obandsianitoriyi.com Person legally authorized to bind Contractor/sign contract obandianitorial29IRniali.com 720-402-0476 February 16, 2023 Toby Taylor Weld County Greeley -North Business Park 1105 H Street Greeley, Co. 80631 Dear Toby, We would like to address that our company, Oband's Janitorial Company, acknowledges that we wilt not knowingly employ any undocumented worker and we shall follow protocol and ensure that each individual employee submit a criminal record check prior to starting, this includes gaining access/approval to buildings or access to facilities. Oband's Janitorial also acknowledges that all workers entering any building on behalf of our company are actual employees and we in no way will provide subcontractors access without prior written approval by the county, in which we will follow policy and procedure and submit a copy of the company's form 1-9 Employment Eligibility Verification to the County for review. Additionally, we acknowledge that all workers entering county buildings on behalf of our company will be in uniform. Oband's Janitorial understand to the full effect the importance of following company policy and procedures and can ensure that we will follow procedures and will not compromise or disregard any policy that would jeopardize the safety and security of any and all premises. Since y ando Oband's Janitorial Company FIRM 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. #82300083. 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, bit 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 toaocept the bid that, in the opinion of the Board of County Commissioners, is to the best interests ofWeld County. The bid(s) may be awarded to more than one vendor. Oband's Janitorial Company BUSINESS ADDRESS 2861 S. Salida Ct. CITY, STATE, ZIP CODE Aurora, Co. 80013 TELEPHONE NO 720-317-9235 FAX TAX ID # 20-8729430 PRINTED Nal1AE AND TITLE Eddyndo -President SIGNATURE E-MAIL nitoriel2dtamalLcom DATE 2/16/2023 'WALL 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 #9S-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 _ i, 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 GS0123 BID REQUEST#B2300063 Page 15 PRICING Provide total pricing per month and labor estimates per day for Custodial Services for all the buildings identified in this bid: Bulldog Imagogesnal$LOgalititalgtost Estimated Labor 1150 Admtnistraftort 1150'O" Stns 41,978 Outland per Month Hoare per Dav Heap Dapad meat 1555 8.17, Ave 50,720 $ Se100,00 0.5 hours Health Department Day Porter Noon to 2PM $ �r 0 4 R . l o Law Admin 1950"Cr Street D $ 250.00 3.h u srt " �'°� $ 1,250:00 3 hours 114400 Treasurer 1400 N. Ave 16,000 Ave 18,000 $ 11 nn vo an 2.5 hoar* 1401 IT 1401 N.17h Ave 15,500 $ 11nn nn 9 5 Mums 1402 1402 N.17'" Ave 16,000 Public Works 111111* Street 26,700 $ 1 100A0 5.5 ours oc88ee 1106 `tl" $ �� 00 5�5 Now* 8.430 Motor Pool 1399 N. 1Ave 1900 $Asn nn 1 C own Coroner Building 1121 "M" Street 8,000 $ RSOI 110 1 5 hnurc Training Center 1104'H" Street 4,788 $ 551.00 1.5 tuvrra Print shop 1500 2". Street $ 450.00 1,5 hours Radio Shop 3008"' Ave 1,460 388 Avenue Tower 3105 358 Ave y _ 2.2g0 $ 450 00 1 5 dr41 nn 15 h c r Oil 8 Gas 1301 N. 17e Ave 8,750 $ ou Clerk 8. Recorder 1250 N. 17M' Ave 23,724 $ Elsa ° 2.0 hours 2'100 4 Stows BID PRICE $ FOR ALL BUILDINGS PER $21,560.00 MONTH CONTRACT TERM Initial contract term is April 1, 2023, through March 31, 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 #823000tH Page 13 00 KEY PERSONNEL, 003 Oji OBAND'S JANITORIAL CO. NAME TITLE/POSITION PHONE/CONTACT Edddy Cbando President 720-317-9235 Dorian Obando Vice -President 720-402-0476 Paula Mena Project -Manager 303-408-3672 Crismeill Rosario Assistant -Contact 720-949-3315 Sonia °Lando Supervisor 720-317-9235 Lorena Ramires Supervisor 970-616-2316 Delma Tarin Supervisor 970-301-9754 Anibal Aceituno Supervisor 323-522-1523 Email: servicgs�,gbands aniofiai tom Email: obandjanitorial2@gmail.com Is the owiser of Oband's Janitorial Company. He has overlooked company over 23 years assuring to be delivering the best Janitorial service. Mr. Obando attended and completed a Janitorial Service training course rehted to waxing, stripping floors, carpet cleaning and maintenance. DORIAN OLAND° Is the General Manager for °band's Janitorial Company. He will report directly to Eddy Obando. Mr. Obando will be the Project Manager for this project. Also, he is the Main Point of Contact answers in coming cells and provides great customer services ensuring that every call that comes in gets followed through. Paula Mena Will be assisting in Human Resources functions of this contract. She is capable of working in a team setting as well as independently able to communicate clearly, friendly, warm attitude with patient interactioc. Miss Mena attended and completed physical training, blomechanics, nutrition, physiology, janitorial service training course. She speaks fluent Spanish and English. Miss Mena is also a Main Point of Contact of °band's Janitorial Company. She Handle every call coming in fora potential job, arrange walk through, act as a first point contact working hand in hand with the owner and The General Manager Mr. Obando to provide the best services. SUPERVISOR Oband's Janitorial has supervisors conduct daily inspection of areas both as work progresses and after completion of daily tasks. This inspection process allows the individual supervisor to address a potential deficiency before it becomes a problem. in addition, to the supervisor doing daily inspections, the assigned Project manager inspects facilities weekly to insure compliance with contract specifications. logo too ar OBAND'S JANITORIAL CO. MANAGEMENT CONTROL Contract Management Staff: The success of any custodial operation is dependent on choosing the right manager and staff to oversee the project. Oband's Janitorial Company has experienced management and supervision on staff ready to be part of this project. Their experience in contracts of this nature insures a strong presence Oband's Janitorial Company presence with a focus on Quality Control and Communication. We recognize the value of consistency within any facility operation. We would also be willing to consider incumbent management staff, should they meet our qualifications for any position. QUAUTY CONTROL The cornerstone of a successful custodial program is supervision. Our efforts are to put as many supervisory hours into a job as the budget will permit by using combinations of working and non -working direct supervisors. This level of Supervision will report to the Contract manager and Alternate Contract Manager who continuously monitor the building personnel to ensure the highest quality levels are met or exceeded. Quality Control requires quality assurance at all levels. From the daily accountability of individual cleaners to the visual tours of supervisors and the written inspection of management. Oband's Janitorial Company operates in accordance with total quality principals that benefit our customers and our employees. Oband'sJanitorial Company has supervisors conduct daily inspection of areas both as work progresses and after completion of daily tasks. This inspection process allows the individual supervisor to address a potential deficiency before it become a problem. This allows for continual training of employees in their specific assigned areas. In supervisor is also responsible for interaction with facility management and administration to address any issues that may arise or o answer questions. Oband's Janitorial Company Main Office Management also make periodic visits/inspections to the facilities to insure contract compliance and assess customer satisfaction. Oband'sJanitorial Company requires our contract management to have daily contact with The City of Weld County Buildings supervisor. This contact will serve to inform and be informed. Oband's expects our management team to be accessible and available to meet with Human Services Buildings representatives throughout the day if necessary. We encourage our management imams to view our client relationships as partnerships in the success of keeping their faciity clean and well maintained. Open and honest contact with the City of Weld County management should always enhance our relationship. To enhance open and honest communication. Oband's Janitorial Company Corporate Management staff will make frequent visits to tie buildings to perform independent inspections. Will make ensure accurate reporting of ongoing operations. COMMUNICATIONS All Oband's Janitorial Company Supervisors are available via cell phone 24 hours per day. A list of numbers is available to ensure there is not a point in time that The City of Weld County supervisor cannot contact Oband's Janitorial Company. Oband's Janitorial Company will respond to each communication with The City of Weld County Management or staff immediately. General communications will be logged and provided to Oband's Main Office Management. The Oband's Management Team on duty will be expected to immediately investigate any contract discrepancy. Any deficiency will be corrected as soon as possible, and correctioi will be reported to City of Weld County Buildings Management Staff. PROGRESS MEETING Beyond daily communications with The City of Weld County Buildings Management Staff. Oband's Main Office Management will be part of a regular schedule of progress Meetings. We believe at contract inception, these meetings should be more frequent. As time passes, we believe they still will be a valuable part of communications between Oband's and The City of Weld County Buildings Management, but they will not need to be as frequent. All inspection reports a.d discrepancy logs will be items of discussion at progress meetings. Oband's Janitorial Company believes part of our responsibility as a Janitorial Service provider Is to keep ourselves educated when it comes to cleaning trends that benefit our clients. These trends must not only benefit the work environment but also remain cost efficient. $TAFFfCUSTODIAI, Oband's Janitorial believes that it is only as good as our employees make us. To this end, we choose our employees carefully. They are bonded, insured and trained for the tasks they were hired to do and monitored by experienced supervisors. Customers who have special needs are accommodated by employees trained in special areas. Further, the company offers service twenty —four hours daily for emergency situations. PERFORMANCE BASER SPECIFICATIONS: Upon award of the contract, Oband's Janitorial Company will assess the best cleaning specifications for each individual area within the buildings covered in this contract. Oband's is a progressive company making necessary adjustments as needed to improve our methods of efficiency. In assuming responsibility, we ensure that attention is given to every daily, weekly and monthly cleaning detail. Meticulous care is also routinely given to: [1]. Trash [2]. Vacuum [3]. Carpet [4]. Offices [5]. Common areas [6] Dusting [7]. Restrooms [8]. Kitchens [9]. Conference Rooms [10]. Floors se OBAND'S • • •••• • JANITORIAL CO. QUALITY CONTROL/NORTH BUSINESS PARK STATEMENT: (a) Measurement: Establish a routine daily, weekly, monthly inspection process specific for Human Services by Oband's Janitorial Company. (b) Communication: Human Services can easily submit information for work orders, issues customer requests. (c) Inspections: Inspection done for the supervisor daily. (d) Safely and security: Oband's is sensitive to the natural concerns regarding security facing facilities . • Security (Employees and facilities) • Emergency plan drills and exercises • Managing building security concerns. Safety Training A natural accompaniment to any skills training raining program is safety training. As one of the Oband's principals of our mission statement. Safety That line Oband's proactively encourages our employees to report any unsafe or illegal activities, employee policy violations, theft, etc. In addition to our employees just doing the right thing, they also receive incentive bonuses or helping keep the company and our client in a safe secure environment. Key Elements include: • Full service, fully staffed risk management Department • Pre -Employment screening • Initial and ongoing safely training • Incentive based, safely audit and safety incentive programs Task Performance & Training Practices Every employees hired for Oband's in that branch will be trained on the technical aspects of our industry. Before leaving the training program for their work assignment, the new employees should have working knowledge of the following topics; • The Team Cleaning Concept • Office Cleaning • Restroom Cleaning • Carpet Spotting • Safety and Security New frnoioyee Orientation • Training site location, hours, contacts, phone numbers, etc. communicated to the employee. • A form to employee used to show training program and completion of training. • Employee is taken through the safety training program • Employee arrival (training meets supervisor at entrance of site and receives a brief orientation of specific building rules. • General building layout and emergency exit procedures. • On the job training; Employee is assigned a trainer for the supervisor. • The trainee is then instructed to report to their permanent assigned area and or building. orpcess • New employee Orientation • Employee arrival • Job training • Supervisor review • Area Manager review • Recruiting employee training • Training Topics OBAND'S JANITORIAL CO. Capability Statement Additional Information Name: Oband's Janitorial Company 28615. Salida Ct. Aurora, Co. 80013 Owner: Eddy Obando Email: services@obandslanitorial.com Office: (720) 317-9235 Direct: (720) 402-0476 Status: SBE, DBE, MBE, and ACDBE DUNS# 129299157 EIN#: 20-8729430 CAGE#:3ED41 SERVICES Point of Contact: Dorian Obando Email: servicesAobandsianitorial.corq Web: www.obandsjanitorial.com Office Phone: 720-317-9235 Complete Janitorial Services, Floor Maintenance, Strip and Waxing floors, Commercial, Residential, Construction Clean-up, Window Washing, Window Restoration, Carpet Cleaning, Power Washing, Property Preservation, Day Porter- Maintenance, Ground Services, Painting and Carpet Restoration. NAICS Codes: 238320 -Painting Wall Covering Contractors 238330- Flooring Contractors 238340- Tile, Terrazzo Contractors 238390- Building Finishing Contractors 561720 -Janitorial Services 561720- Window Cleaning Services 561740- Carpet and Upholstery Cleaning 561790- Cleaning Building Exteriors COMPANY OVERVIEW Oband's Janitorial is a locally owned and operated full service janitorial company. The company was established in 1992 and has been servicing Government agencies since 2001. The company's in-house management team collectively has more than 23 years of facility services experience. The company specializes in successfully delivering a wide array of services including building, janitorial services, building maintenance, property preservation services, window cleaning, strip & wax floor and construction clean up. Oband's is also a flooring contractor. COMPLETED PROJECTS & PROGRESS FAA-PKRLi, 24665 Smokey Road Aurora, CO 80016 Contact: Beth Allison (303) 684-5040 #DTFAN M -09-P-00037 Janitorial Services Window Cleaning GSA #PBS, Colorado SVCTR89C Building 41DF P.O. Box 25546 West 6`" & Kipling Street Contact: Lynn Wilson (303) 256-8000 ext. 2315 #GS-08-08-JB-M-0086 Janitorial Services Window Cleaning Strip & Wax floor Arapahoe ATCT 7800 5. Peoria Englewood, C080112 #DTFA W W -11-C-0002/0008 Contact: Lelaine Rivera (425) 227-2861 Janitorial Services Window Cleaning Carpet Cleaning Lockheed Martin! 7400 Tucson Way Centennial, CO 80112 Contact: Sonya Reeser (720) 568-2677 PO#4100721987 Janitorial Services Strip & Wax floor Carpet Cleaning FAA- Rocky Mountain CMO 1625 S. Tower Rd. Broomfield CO. 80503 #DTFAWN-12-P-00434 Contact: Lelaine Rivera (425) 227-2861 Janitorial Service Window Cleaning Weld Count/ / Court Hops Plaza West, Centennial Center, Crime Lab, Justice Service/Greeley, Colorado Contact: Toby Taylor or Stan Rogers (970) 304-6531 #01100135 Janitorial Services Carpet Cleaning Strip & Wax Floor Driver License Administra,tiop DMV/Aurora, Denver, Littleton, Boulder & Northglenn, Colorado Contact: Nestor Lujan (303) 916-1561 #DMV12001-91039000 Janitorial Services Window Cleaning Strip & Wax Floor Weld Cot#t#v/Pltrth Business Park 1400 Administration -Medical Clinic Record Elections Motor Vehicle Public Works Planning & health Training Center North Ambulance 1551 Administration Bid Request # 81500103 Contact: Stan Rogers (970-397-8712) Janitorial Services Carpet Cleaning Stripping & Wax Floor REFERENCE INFORMATION( FAA-PKRLL Weld County / Lockheed Martin GSA Driver License 24665 Srnokey Court House 7400 Tucson Way P.O. Box 25546 Administration Road Contact: Toby Centennial, CO West 6th & Kipling DMV/Aurora, Aurora, CO 80016 Taylor or Stan 80112 St. Denver, Littleton, Contact: Beth Rogers (970) Contact: Sonya Contact: Lynn Boulder & Allison (303) 684- 5040 304-6532 Reeser (720) 568- 2677 Wilson (303) 256- 8000 ext. 2315 Northglenn, Colorado Arapahoe Tower Contact: Nestor Lelaine Rivera Lujan (303) 916- 425-227-1003 1561 CUSTOMERS/AGENCiww/CLIENts Weld County Lockheed Martin FAA (Federal Aviation Administration) GSA (General Service Administration) City and County of Denver CDOT Colorado Dept. of Transportation Flatiron Constructions Services The Chamber- Aurora Aurora Association of Realtors Mountalt Plains Minority Supplier Development Council Serra Agrium, Inc OBAND'S ,•• JaHrroRrA►, co. CUSTODIAL SERVICES -BUSINESS PARK : Sunday: 3PM through Midnight, Monday through Thursday: 6PM through Midnight. SPECIFICATIONS A. General, Private Offices, Lobby, and Lounges: Daily Empty wastebaskets and replace liners as needed • Clean and disinfect tables • Dust all exposed filing cabinets, bookcases, shelves, and cubicle tops • Clean and sanitize fountains • Spot clean reception lobby glass, front door, other partition, or door glass including cubicles, office doors and hallways • Dust mop resilient and hard surface floors • Damp mop resilient and hard surface floors • Spot vacuum carpeted floors removing all debris • Spot clean spills and stains on carpeted floors • Remove bags of shredded paper that have been removed from shredder Weekly • Dust 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 duet and cobwebs from ceiling areas • Vacuum wall-to-wall • Stairwells — dust all horizontal surfaces, spot clean walls, sweep and mop stairs and landings Damp mop chair mats B. Washrooms, Showers: Daily • Clean, disinfect and polish all vitreous fixtures including toilet bowls, urinals, hand basins • Clean all glass and mirrors • Empty all containers and disposals, insert liners as required, spot clean and disinfect BID REQUEST #82300083 Weekly containers • Spot -clean all walls, doors, and partitions • Refill all dispensers to normal limits (Weld County is responsible for Air Fresheners) • Sweep, damp mop resilient/hard surface floors with disinfectant cleaner (Half • 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 table -tops, 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 • Sweep, damp mop resilient/hard surface floors with disinfectant cleaner (Haft) • Vacuum entire carpeted areas 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 Weekly • Clean trash containers E. Elevators Cjally • 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. Clinic Exam Rooms Daily • Disinfect all surfaces • Empty trash — do not touch Bio-Hazard Containers • Clean regular trash containers inside and out • Disinfect sinks and dispensers BID REQUEST #02300063 • Sweep and mop floors with disinfectant (Halt) • Refit all dispensers to normal limits Weekly • Low dust all horizontal surfaces below 36" • High dust all horizontal surfaces above 72" • Flush floor drains G. Eating Areas (Lunchroom, cafeteria, dining room, kitchen, vending): • Damp dean and disinfect table -tops, seats and back of chairs • Clean, polish and refill napkin holders • Empty all containers and disposals — spot dean exterior • Refit all dispensers to normal limits • Clean and disinfect drinking fountains • Spot dean doors, frames, light switches, kick and push plates, handles, walls, and glass • Dust mop resilient/hard surface floors • Sweep, damp mop resilient/hard surface floors with disinfectant cleaner (Halt) • Vacuum entire carpeted areas Weekly • Damp dean pedestals or legs • Low dust horizontal surfaces below 36" • High dust horizontal surfaces above 72" • Clean entire interior glass in partitions and doors H. Building Entrances (Up to 10 feet outside of entry doors): Daily • Sweep sidewalk • Vacuum walk -off mats • Clean entry door glass • Empty outside trash Weekly • Clean trash containers I. Elevators: Daily • SweepNacuum • Spot clean doors and walls • Clean spots and spills from carpet/floors Weekly • Wipe down entire doom and walls (stainless steel clean as needed) J. Clinic Exam Rooms Daily • Disinfect all surfaces • Empty trash — do not touch Bio-Hazard Containers • Clean regular trash containers inside and out • Disinfect sinks and dispensers • Sweep and mop floors with disinfectant (Halt) • Refill all dispensers to normal limits BID REQUEST #B2300063 weeldY • Law dust all horizontal surfaces below 36' • High dust all horizontal surfaces above 72" • flash floor drains K. Eating Areas (Lunchroom, cafeteria, dining room, kitchen, vending): Daily • Damp clean and disinfect table -tops, 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 • Sweep, damp mop resilient/hard surface floors with disinfectant cleaner (Halt) • Vacuum entire carpeted areas • 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 L. BuildingEntrances (Up to 10 feet outside of entry doors): Daily • Sweep sidewalk • Vacuum walk -off mats • Clean entry door glass • Empty outside trash Weekly • Clean trash containers M. Elevators: flak • SweepNacuum • Spot clean doors and walls • Clean spots and spills from carpet/floors Weekly • Wipe down entire doom and walls (stainless steel clean as needed) N. Clinic Exam Rooms Daily • Disinfect all surfaces • Empty trash — do not touch Bio-Hazard Containers • Clean regular trash containers inside and out • Disinfect sinks and dispensers • Sweep and mop floors with disinfectant (Halt) • Refill all dispensers to normal limits BID REQUEST 162300063 Weekly • Low dust all horizontal surfaces below 36° • High dust all horizontal surfaces above 72" • Flush floor drains O. Eating Areas (Lunchroom, cafeteria, dining room, kitchen, vending): Dai • Damp clean and disinfect table -tops, seats and back of chairs • Clean, polish and refill napkin holders • Empty all containers and disposals - spot dean exterior • Refit all dispensers to normal knits • Clean and disinfect drinking fountains • Spot clean doors, frames, light switches, kick and push plates, handles, walls, and glass • Dust mop resitient/hard surface floors • Sweep, damp mop resilient/hard surface floors with disinfectant deaner (Halt) • Vacuum entire carpeted areas 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 doom P. Building Entrances (Up to 10 feet outside of entry doors): Daily • Sweep sidewalk • Vacuum walk -off mats • Clean entry door glass • Empty outside trash Weekly • Clean trash containers Q. 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) R. Clinic Exam Rooms Daily • Disinfect all surfaces • Empty trash — do not touch Bio-Hazard Containers • Clean regular trash containers inside and out • Disinfect sinks and dispensers • Sweep and mop floors with disinfectant (Halt) • Refill all dispensers to normal limits BID REQUEST #62300063 Monthy • Disinfect walls and vents • Clean furniture • Dust blinds L. Janitor Closets • 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 5. 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 floors where disinfectant is required. B. Communications (Dispatch) Center in Building 1551: • Cleaning staff is required to check In with the dispatch manager nn duty prior to starting with cleaning duties, especially vacuuming, so as not to interfere with dispatch communication. Delayed cleaning may be required (after 9PM). C. Planning and Health Day Porter will need to check in with certain staff when arriving at Noon. D. Public Health Department is open until 7PM one day per week. E. Contractor staff must be accompanied by Weld County staff for access to the 35. Ave Tower. F. 1150 Administration building holds after hours training and meetings which may require delayed cleaning in certain rooms. G. Weld County Training Center: • Due to various training scheduling, them will be times that the cleaning staff will not have access to this building until after 10 PM. BID REQUEST #82300063 ()BAND'S • 0 JANITORIAL CO. SCHEDULE OF WORK Weld County Administration JANITORIAL SERVICE Janitor 2 Supervisor 1 Total 3 DAYS PER WEEK 5 days per week FREQUENCY/DAILY 6 hours Open 3 Employees — 5 Days per week - Schedule Sunday through Thursday SHEDULE WORK Planning & Health Building JANITORIAL SERVICES Janitor 2 Supervisor 1 DAYS PER WEEK Total 3 Employees 5 days per week FREQUENCY/DAILY 7 hours Open 3 Employees- 5 Days per week - Schedule Sunday through Thursday SCHEDULE WORk Law Administration Building JANITOR SERVICES Janitors 1 Supervisor 1 DAYS PER WEEK Total 2 Employees 5 days per week FREQUENCY/DAILY 3 hours Open 2 Employees- 5 Days per week - Schedule Sunday through Thursday OBAND'S JANITORIAL, CO. SCHEDULE OF WORK 1551 Administration JANITORIAL SERVICE DAYS PER WEEK FREQUENCY/DAILY Janitor 1 S days per week 2.5 hours Supervisor 1 Open Total 2 - xneaule Sunday through Thursday SHEDULE WORK 1400 Treasurer JANITORIAL SERVICES DAYS PER WEEK FREQUENCY/DAILY Janitor 1 5 days per week 2.5 hours Supervisor 1 Open Total 2 Employees uays per weeK - scneau a sunuay through Thursday SCHEDULE WORk 1401 R JANITOR SERVICES DAYS PER WEEK FREQUENCY/DAILY 2.5 hours Janitors 1 5 days per week Supervisor 1 Open Total 2 Employees 5 Days per weeK - Scneauie sunaay through Thursday OBAND'S f. • .00 JANrroRrar. co. SCHEDULE OF WORK 1402 Building JANITORIAL SERVICE Janitor 1 Supervisor 1 Total 2 DAYS PER WEEK 5 days per week FREQUENCY/DAILY 2.5 hours Open 2 Employees — 5 Days per week - Schedule Sunday through Thursday SHEDULE WORK Public Works JANITORIAL SERVICES Janitor 2 Supervisor 1 Total 3 Employees DAYS PER WEEK S days per week FREQUENCY/DAILY 5.5 hours Open 3 Employees- 5 Days per week - Schedule Sunday through Thursday SCHEDULE WORk Building & Ground JANITOR SERVICES Janitors 1 Supervisor 1 Total 2 Employees DAYS PER WEEK 5 days per week FREQUENCY/DAILY 15 hours Open 2 Employees- 5 Days per week - Schedule Sunday through Thursday •21 OBAND'S •• • i••• JANITORIAL CO. SCHEDULE OF WORK Coroner Building JANITORIAL SERVICE DAYS PER WEEK FREQUENCY/DAILY Janitor 1 5 days per week 1.5 hours Supervisor 1 Open Total 2 mployees — 5 Days per week - Schedule Sunday through Thursday SHEDULE WORK Training Center JANITORIAL SERVICES DAYS PER WEEK FREQUENCY/DAILY Janitor 1 5 days per week 1.5 hours Supervisor 1 Open Total 2 Employees mployees- 5 Days per week - Schedule Sunday through Thursday SCHEDULE WORk Print Shop JANITOR SERVICES DAYS PER WEEK FREQUENCY/DAILY Janitors 1 5 days per week 1. hour Supervisor 1 Open Total 2 Employees mployees- 5 Days per week - Schedule Sunday through Thursday OBAND'S 00 • osoi• JANITORIAL co. SCHEDULE OF WORK Radio Shop JANITORIAL SERVICE Janitor 1 Supervisor 1 Total 2 DAYS PER WEEK 5 days per week FREQUENCY/DAILY 1 hour Open 2 Employees — 5 Days per week - Schedule Sunday through Thursday SHEDULE WORK 35Th Building JANITORIAL SERVICES Janitor 1 Supervisor Total 2 Employees DAYS PER WEEK 5 days per week FREQUENCY/DAILY 1. hour Open 2 Employees- 5 Days per week - Schedule Sunday through Thursday SCHEDULE WORk OIL & gAS JANITOR SERVICES Janitors 1 Supervisor 1 Total 2 Employees DAYS PER WEEK 5 days per week FREQUENCY/DAILY 1.5 hours Open 2 Employees- 5 Days per week - Schedule Sunday through Thursday al OBAND'S • • JANITORIAL CO. SCHEDULE OF WORK Clerk & Record JANITORIAL SERVICE DAYS PER WEEK FREQUENCY/DAILY Janitor 2 5 days per week 4.5 hour Supervisor 1 Open Total 3 - Schedule Sunday through Thursday SHEDULE WORK Motor Pool JANITORIAL SERVICES DAYS PER WEEK FRFOUEINCY/CIAV Y Janitor 1 5 days per week 1. hour Supervisor 1 Open Total 2 Employees - Scneauie Sunday through Thursday SCHEDULE WORk Planning & Health/Day Porter JANITOR SERVICES DAYS PER WEEK FREQUENCY/DAILY Janitors 1 5 days per week 2 hours (Noon to 2 PM) Supervisor 1 Open Total 2 Employees - Scneauie Monday through Friday 'OBAND'S JANITORIAL CO. DAY PORTER/CUSTODIAN PLANNING & HEALTH 22:00 NOON TO 2,00 P.M./MONDAY THROUGH FRIDAY (FIVE DAYS PER WEEK) 1.1 PUBLIC RESTROOMS • Refill hand towels, toilet seat cover dispensers, toilet paper, soap dispensers (As needed) • Clean toilet, sink, mirrors • Damp mop floors • Empty trash containers, as necessary 1.2 BREAK ROOMS • Break room will be cleaned, with disinfectant spray cleaner • Empty trash containers as necessary 1.3 FLOORS • Flooding or standing water will be tended to immediately in hallways, restrooms, and entry ways. 1.4 ELEVATORS • Maintain clean elevators and all drinking fountains • Wipe handrails down with surface disinfectant spray cleaner 1.5 DOORS • Clean glass doors (Entrances areas) 1.6 CLINIC EXAM ROOMS • Empty trash- • Disinfect sinks and dispensers • Sweep and mop floors • Refill all dispensers to normal limits 00. OBAND'S JANITORIAL CO. MIRING AND RECRUITMENT PROCESS Equal employment opportunity legislation based on race, color gender national Origen, religion, disability and age. BACKGROUND/SCREENING • SSN • Criminal Check • Educational verification • Employment verification. We use screen for our applicants and new employees to verify past employment, confirm educational degrees, criminal offenses. Cleaning Chemicals/ Green Products Hiilayard Super Shine -,All natural leaner. Dilution rate, one Ounce /gallon HNyard # 16 Re- Juv-nal. Disinfec tan/deener Hllyard #27 Green Select Glass cleaner HNeyard #33 Supr'ax, Non add toilet bowl cleaner Wet mop LG, Med. Sm 5` head Natural floor seater R.E Whittaker leaner Natural Value Taiet lissuel80 Rollsl2 Pity Natural Value Tawets paper/ White or Natura11250 Plastic -Liners Foam -Soap Bads Vecu msiUpdght Buff Machine StripperMachine Mop budaete Mop/handles Dusters OBAND'S 0 • 0,0 JANITORIAL co. EQUIPMI74T ECHAPIMMT 19 Pro Team Bac*pack 12 Sanitaire Vacuums Duster 4 Floor Burnishes Stripper/Mackin S Floor buffers 4 Floor Scrubber 2 Carpet cleaner 1 Tv w;k mount CLEANING /CHEMICALS Green/products Halyard Soper Shine -MI Natural Cleaner solution -Floor Halyard fl≥th disinfectaint/Cleaner Halyard 127 Green Glass Cleaner Hfllyard #133 5uprox-No add Toilet Bowl Cleaner LIST OF PRODUCTS GREEN / ENVIRONMENTAL/ FOR SCHOOL/ HOSPITAL GREEN PRODUCTS GREEN SEAL FLOOR CLEANING: COMPASS : (NEUTRAL PH FLOOR CLEANER/MOP FLOOR ATLAS: (ENVIRONMENTALLY FRIENDLY) MULTI PURPOSE- CLEANER INFINITY : (GLASS CLEANER) ENVIRONMENTALLY -INSTITUTIONAL FRESH- STAR TUB & TILE CLEANER ENVIRONMENTALLY GREEN- WAVE- RTU ORGANIC ACID RESTROOM-CLEANER HAD SOAP (GREEN) GS -41 555 FOAM SOAP LOTION SKIN TAKE -DOWN FLOOR CLEANER LEGACY: (FLOOR FINISH) SUNRAY-RTU (GLASS -CLEANER CONSUMABLES 1: Sterling Soft Tissue 2.- Sterling Select Roll Towels 3.- C- Fold- Trash Liners 4: Trash Liners (Recycle) %OBAND'S JANITORIAL CO. REFERENCE INFORMATION COMPANY NAME REFERENCE INFORMATION CONTRACT/TERM/PERIOD SQUARE FOOTAGE Weld County Toby Taylor 10/18/2011 -Present 397,000 Sq. Ft. Downtown Build. Contracting ()fficer North Business 1105 H Street 18 buildings Greeley, Co. 80631 970-304-6532 Agrium Inc. Doug kromas 1/1/2015 -present 37.000 Sq. Ft. Contracting 2323 115th Ave. Greeley, Co. 970-378-8263 Flatiron Inc. Ana Cervantes 9/26/2014-2017 Trailers cleaning Loveland Building Evans, Co. 720-949-8079 Sema Construct. Tyson Geist 5/5/2015-2018 35.000 Sq. Ft. Greeley, Co. 303-549-0430 Lockheed Martin Sonya Reeser 9/1/2012-2016 76,600 Sq. Ft. Contracting 7400 S. Tucson Centennial, Co. 720-568-2677 Lelame Rivera 425-227-1003 55.000 Sq. 11001 Control Tower COR CERTIFICATE OF LIABILITY INSURANCE I oAlllW oWorn 10/64022 THIS C!R(1l1CATE (S ISSUED AS A MATrat OF MMIORMATION ONLY AND CONFERS NO WORTS UPON THE CERTIFICATE HOLDER. TINS CERTIFICATE ODES NOT APPIINATIVELY OR NEGATIVELYAMEIID, EXTEND °RAV ER THE comma Amon= BY THE POLICIES BELOW. TINS CERTIFICATE OF ■$URANOE DON NOT®ONSTITUTE A CONTRACT OETW . TINE WINANS IIEWRERFIL AM ORY= REPRESENTATNE OR PRODUCER. AND THE CERTIFICATE HOLONK hailer an mint Isam M SUBROGATION IS WANED, .. • � � policy, this to the terms and =Within of Nee t certain petiole. my require an andomement A statement on t>�oticyll to the aelNla to holder in lieu of MR andersealengq. Flnt Choice Insurance 16798 E. IIIITAve Aurora IIBURED 06and'S IwiWrial Cempeny LIe 256i sm. U Mem Karla Mina artiax 72042,5787 Ilisfaholealeasieevadieont IIIIIMEEIRAFFEWIWE MEOW. mamas UNITED CO 80013 LIABILITY INC CO CO N1013 726445_2184 25895 8M0nOW e111alJ10: 0110111011H: OWE. F C�4`mtRtFYTNAITNEF ,REVISION MEM; INDICATED. N TIFYT ATTHEPANV toNcmNAVE Itt 1011 MIMED NRB ABf3MEi►CRMEPOLICY PERIOD CERTIFICATE MAY SB ISSUED OR MAY PERT .INSURANCE AFFORDED BY THE DESCRIBED HEREIN ISMON OF ANY CONTRACT OR OTHER DOCUMENT WITH TO ALLCT WHICH m THE IS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CUM. TYPE OF imulANei ,r,r.„r.., FOUCYMIMeeE um. COINNRCIAL ONNINAL MOUJT, !- 1 ICE ©OCCUR DA OWL AOOREWBEHqIpA.TAPPUES PER: Paw Ell LOC AIROM OISLIAB. GL 1058788B iMAN takSM, 06/30/2022 06/30/2023 W4HO0CUR.NEE .4. Ex, P ame poops FeRBONM.sAMINJURY 100 1,00000 a a19MML AeO11MOARB PRODUCR.•COMIMOPAGO �aeFtilt:t.laar e00LYINJURYBypogo, IMOLYMMIYOAra OR. AraMYftia EACH OCCIBEIBIEE EL EACHACEIDENT EL. a _eADIPLOREE ILL. DEEM, POUGYUMW 000000.1100 or oestAuwas r mynas, .0000 011, AddOMW ManrAr 0oMd11tt 01101. amaaad iraraa apace YUe11Nt0 MOULD ARV OFT/WAMOYSumcguEOPOLICIES E.CANCIIL ID BEFORE DIE EXPIRATION DATE THENEOF, NOM:EMI ES MIMEO Mi ACCORDANCE WITHTOE POLICY POWWOW ;;:: WHOM* INFOMMOOMPO Ka fta- M ia+� ACORN 2! (2010603) fa »a0015 Arm CORPORATION. All Vito moved. The ACORO name and logo are registered marks of ACORN • '"�,,C ,,N' CERTIFICATE OF LIABILITY INSURANCE I o171"".'2s TIM CERTIFICATE ID ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIONTO UPON THE CERTIFICATE HOLDER. TM CERTIFICATE DOES NOT AFFIRMATNEI.Y OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED NY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING MIBURERIS), AUTHORIZED REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER. IMPORTANT: If the c llfteele bolder le an ADDITIONAL INSURED, Me polkyRos) mot bew ADDITIONAL ROWED proWebne or be endorsed, R SID IROOATION N WANED, *Den t. the Pens TInG EOOWHoee of Me poky, prole Policies pay toque" Nl NTdofsEAMIlt. A sMIutant on SNe callnoaM does nog confer *00 to the ONIRDcOM **RAM Neu Notch Nndoreersore(s). PROXIMA PlnnacolAssurance 7501 E. Lowry Eiyd. Denver, CO 00230-7008 , ""•Y , NINNININNILARFONOINNOOVERAGN eweN A;PirreoelAssumes 41190 ObarldtJanet rlel Company LLC 280113 Salida Ct Aurora, CO 80013 Iwu,a: CURRIED gyp;. r Cd1/selAeNen PtWneu.as arum... THIS IS TO CIRTIFY THAT THE Pow.. OF NMJRANce LerrE0 SIS.OW HAVE SEQ!i ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REGLgRENENT, TERM OR CONDITION or ANY CONTRACT OR OTHER DOCUMENT $ 11H RESPECT TO WHICH TWA CERTIFICATE MAY se ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CCRDITIONS OF SUCH POLICIES. LIMITS SHOWN NAY HAVE BEEN REDUCED VIVO CLAMS. yam---- iSF4 TeeeFeMWMNCa rrs +wn lOLIGY ��j_ ,__e ----' COIF NERCULONANNU. LAMM e Iedaome wau t „IRA. AGGREHAA1EUNrrAPPUEO Pak d PERSONAL AOV INAIRY WW1.$. $ f NOUN', Li= O Loc iii *DMA MODUOT40$10$MXI $ - 7 ArrYAuro INNNLY INJURY$Peromon) $ ,T., ! . ....., �... aulece mums ] OCCUR a%CLee WB —0-- . !{^`�1 �A AM4e ED REIRMINS AOOman t ' YQ Iran I 1 gr. A wT 014 4076804 01/01/2023 01101/2024 I�,ta_eAOMAcceeMr 000400 ALllnma.Akei Arsike100,C00 apeman LI ONSAIT•POUCYURT $000.900 OIICRIPROa oresow otariACA e*.r Mecum Mcato an, Aeaelmur 66616. IONI Y, MId..Off MOM pep ItMP d) Unless otherwise elated In the polley proris one, coverage In Colorado only. alt Are tone nos _ - 2305300 WWPAI .a.nrwrd Weld County, CO. SHOULD ANY OF THEASOV6INISCRISED PDUCIEB BE CANCELIJEDf1EFORE 115000 Greeley, C080831-0886 TIE EXPIRATION DATE THEREOF, NOTICE WILL BE DIMMED IN ACCORDANCE YETIITIMPOLICY PROVISION.. sgeesameneweldg0Y.c0m AUTHORIOeNIONME aTANY$ Pinnace' Auurence I A 01188E-2015 ACORb CCRPCRAT10AL CERTIFICATE HOLDER COPY Weld County, CO. 1150 O St Greeley, CO 80631-9556 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) 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/LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT (CONT) 1 1 0 ti Insurance,. A Ube, Mutual Company. POLICY NUMBER: Y9615877 AUTOMOBILE POLICY DECLARATIONS (CONTINUED) NAMED INSURED: EDDY OBANDO SONIA OBANDO 2861 S SALIDA CT AURORA CO 80013-2178 AGENT: VELA INSURANCE 5285 II LOUISIANA AVE LAKEWOOD CO 80232-5938 POUCY PERIOD FROM: JULY 7 2022 TO: JULY 7 2023 at 12:01 A.M. standard time at the address of the insured as stated herein. AGENT TELEPHONE: (720) 550-6527 RATED DRIVERS EDDY OBANDO, SONIA OBANDO 2003 CHEVROLET ASTRn 3 DOOR VAN IDE 10CDM19XX3B128816 2003 FORD EXPLORER XLS/XLS S 4 DOOR IDE 1FMZU72K13UC16435 Insurance is afforded only for the coverages for which limits of liability or premium charges are indicated. LIABILITY: BODILY INJURY PROPERTY DAMAGE MEDICAL PAYMENTS UNINSURED MOTORISTS: PROPERTY DAMAGE Actual Cash Value Less $100 Deductible ADDITIONAL COVERAGES: ROADSIDE ASSIST $100,000 $ 127.00 Each Person 4300,000 Each Occurrence 0100,000 Each Occurrence $5,000 92.00 24.70 17.90 16.90 _ -_-- TOTAL 4 278.50 $100,000 $ 110.60 Each Person 4300,000 Each Occurrence 4100,000 Each Occurrence 45,000 Actual Cash Value Lees $100 Deductible UNINSURED/UNDERINSURED MOTORISTS TOTAL EACH VEHICLE: 102.70 31.20 28.40 16.90 TOTAL $ 309.80 2022 VOLK 2013 FORD 2003 CHEV 2003 FORD 8 619.30 $ 1,355.00 861.50 278.50 309.80 PREMIUM SUMMARY PREMIUM VEHICLE COVERAGES $ 2,804.80 DISCOUNTS 8 SAFECO SAFETY REWARDS You saved $1,016.90 Included POLICY COVERAGES $ 619.30 TOTAL 12 MONTH PREMIUM FOR ALL VEHICLES $ 3,424.10 -CONTINUED- Insurance A li.Ny ltvmAcam;nary POLICY NUMBER: Y9615077 AUTOMOBILE POLICY DECLARATIONS (CONTINUED) You for the thfoll wingur premium billingin full plane. Full in installments. InstallmentThere feessno for alltoothernbilling plans ere listed below. If more than one policy is billed on the installment bill, only the highest fee is charged. The fee is: 02.00 par installment for recurring automatic deduction (EFT) 05.00 per installment for recurring credit card or debit card 06.00 per installment for all other payment methods YOU SAVED 01,516.90 BY QUALIFYING FOR THE FOLLOWING DISCOUNTS: Account Anti -Theft Advance Quoting Accident Free Violation Free Coverage Homeowners Multi -Car Preferred Payment Method YOUR POLICY INCLUDES UNINSURED/UNDERINSURED MOTORISTS BODILY INJURY ACCIDENT.COVERAGE CHARGEWITH ONELIMITS PREMIUMOFORrTHISPER OVERAGE REGARDLESSPOF THE NUMBER OF VEHICLES ON YOUR POLICY. YOUR PREMIUM IS 0619.30. POLICY FORMS APPLICABLE TO THIS POLICY: SA-2890/COEP 8/20, SA-1701/EP 9/90, SA-3133/EP 10/21, SA-1005/COEP 4/18 Policy underwritten by SAFECO INSURANCE COMPANY OF AMERICA Administrative office: (175tBerkeleyrSt., Boston,�)ilk 02116 Mailing Address: PO Box 704000, Salt Lake City, UT 84170-4000 New Contract Request Entity Information Entity Name. OBAND'S JANITORIAL COMPANY Entity ID @00031031 Contract Name. NORTH BUSINESS PARK CUSTODIAL SERVICES Contract Status CTB REVIEW ❑ New Entity? Contract ID 6767 Contract Lead SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.us Contract Description MONTHLY FEE FOR CUSTODIAL SERVICES - NORTH BUSINESS PARK Contract Description 2 Contract Type CONTRACT Amount 521,560.00 Renewable YES Automatic Renewal Grant Parent Contract ID Requires Board Approval YES Department Project I Department Requested MCC Agenda Due Date BUILDINGS AND GROUNDS Date* 03/25/2023 03/29/2023 Department Email CM - Build ingGrounds@weldgov.c OM Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY@WELDG OV.COM Will a work session with 11OCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2300063 If this is a renewal enter previous Contract ID If this is part of a &ISA enter NSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Cone Review Date. 03101;2024 Renewal Date 04/01/2024 Effective Date Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Purchasing Purchasing Approver CHERYL PATTELLI Approval Process Department Head TOBY TAYLOR DH Approved Date 03/15/2023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/22/2023 Originator SGEESAMAN Purchasing Approved Date 03/16/2023 Finance Approver CHERYL PATTELLI Finance Approved Date 03116;2023 Tyler Ref # AG 032223 Legal Counsel BRUCE BARKER Contact Phone 2 Legal Counsel Approved Date 03/16/2023 February 22, 2022 FACILITIES DEPARTMENT PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Custodial Services — Business Park; Bid (B2300063) As advertised, this bid is for the routine custodial services for buildings located in the business park. Obands Janitorial Co is the low bid and meets specifications. Therefore, Facilities is recommending the bid be awarded to Obands Janitorial Co in the amount of $21,560.00 per month. In addition, this bid is for a (1) year contract which can be renewed annually up to (3) three additional years at the County's discretion If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director o3/iS ZbZ3 -oSf 0 5C -100Z5 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 reverett@weldqov.com cgeisert(a�weldgov. com cm peters(a�weldgov. com Phone: (970) 400-4222, 4223 or 4216 Fax: (970) 400-4024 DATE OF BID: FEBRUARY 16, 2023 REQUEST FOR: CUSTODIAL SERVICES - BUSINESS PARK DEPARTMENT: FACILITIES BID NO: B2300063 PRESENT DATE: FEBRUARY 22, 2023 (COUNTY CLOSED DUE TO INCLEMENT WEATHER) MOVED TO FEBRUARY 27, 2023 APPROVAL DATE: MARCH 8, 2023 MARCH 13, 2023 VENDOR OBAND'S JANITORIAL COMPANY 2861 S. SALIDA COURT AURORA, CO 80013 MAINTENANCE RESOURCES 702 W. 48TH AVENUE, UNIT H DENVER, CO 80216 ZTL JANITORIAL SERVICES, LLC 20390 E. 40TH AVENUE DENVER, CO 80249 B&S CLEANING LLC 2030 35TH AVENUE, SUITE A-1 GREELEY, CO 80634 VERDE FACILITIES SERVICES LLC 2323 W. MESCAL STREET, #205 PHOENIX, AZ 85029 MONTHLY CUSTODIAL SERVICES $21,560.00 $28,701.00 $34,655.15 $36,289.00 $37,345.53 2023-0510 /z1 PAGE 2 DATE OF BID FEBRUARY 16, 2023 REQUEST FOR: CUSTODIAL SERVICES - BUSINESS PARK DEPARTMENT FACILITIES BID NO B2300063 MONTHLY VENDOR CUSTODIAL SERVICES WHAYNE AND SONS ENTERPRISES, INC DBA WHAYNE ENTERPRISES 10515 E 40TH AVENUE, SUITE 103 DENVER, CO 80239 AGTAC SERVICES LLC DBA ATS FACILITY SERVICES 8200 CODY DRIVE, SUIT F LINCOLN, NE 68512 KLEEN-TECH SERVICES LLC 7100 BROADWAY SUITE 6L DENVER, CO 80221 $52,721 48 $70,058 78 LATE BID THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS.
Hello